Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Speedy Clean Drain & Sewer and Oshkosh
Z3 r 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: Bill Peotter Date: November 17, 2016 Speedy Clean Drain&Sewer Subject: Executed Agreement 1380 Earl Street 2017 CIP Sanitary&Storm Sewer Menasha,WI 54952 Main&Lateral Televising Please find: N Attached ❑ Under Separate Cover ❑ Copy of Letter N Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Descri tion 1 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is the executed agreement for the 2017 CIP sanitary and storm sewer main and lateral televising. Please reference Res No.16-496 on all of your invoices. If you have any questions, please contact us. City Clerk's Office-Original cc: File-Original Signed: Tray ayl r L•\Engirteerinp\l&I 4Vork\SanitaryLateralsNTelevising\2017 S Contract\Speedy Clean LOT-Executed Agreement_11-17-16.docx AGREEMENT This AGREEMENT, made on the day of 2016, by and between the CITY OF OSHKOSH, party of the first pant, hereinafter referred to as CITY, and SPEEDY CLEAN DRAIN & SEWER, 1380 Earl Street, Menasha, WI 54952, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SANITARY AND STORM SEWER MAIN AND LATERAL TELEVISING FOR 2017 CAPITAL IMPROVEMENT PROJECTS. ARTICLE I. PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Bill Peotter—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 11. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Justin Gierach,P.E.--Civil Engineering Supervisor ARTICLE 1I1. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. LNEngineering,I&I Work\SanitaryLaterals\Televising`2017NConlract\SpeedyClean Agwement_10-26- Page 1 of 5 16.docz All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY, ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT'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 VI. TIME OF COMPLETION The work to be performed under tlus AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Regt�est for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT,such causes include, but are not limited to,strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE VII. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim,or if not attached,as if hereto attached: 1. This Instrument I:N Engineering\l&I Work%Sanitary€aterals%Televising120171contract\Spc�dy Clean Agreemeni_10-26- Page Z of 5 16.docx 2. CITY's Regttest for Proposal dated October 2,2016 and attached hereto 3. CONSULTANT's Proposal dated October 14,2016 and attached hereto In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE VIII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto; • Time and Materials Not to Exceed $179,010 (One Hundred Seventy Nine Thousand Ten Dollars). B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE IX. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty(30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph, Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and L\Engineering\1&I WorkkSanitary Laterals\Televssing\20171ContractkSperdy Qean Agrmment_10-26- Page 3 of 5 16.docti description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE X. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Regtiirenients. ARTICLE XI. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory,usable work completed. S. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than. ten (10) calendar days before the termination date. If the CITY terminates tinder this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XII. RE-USE OF PROTECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including,but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents, ARTICLE XIIL SUSPENSION DELAY OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. 1AEngineeringll&I Work\Sanitary L4Lterals\Televising,2@17SContract\Speedy Clean Agreement 1426- Page 4 of 5 16.docx ARTICLE XIV. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant1�Sti if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: ���— fU��r (Witness) Mark A.Rohloff, City Manager � i 1 l� '• An.d: .. _.�_k_ l (Witness) Pamela R.Ubrig, City Clerk -. APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. 4C' y A torn– City Comptroller [:NEnginceringli&i1Vork\Saii aryCateralslTclevising12017%Contract\SpecdyClean Agreement-10-26- Page 5 of 5 16.docc Gierach. Justin From: Gierach,Justin Sent: Friday, September 30, 2016 4:04 PM To: Gierach, Justin Cc: Taylor,Tracy L Subject: City of Oshkosh 2017 Televising RFP All- The link below will download The 2027 Sanitary and Storm Televising RFP. Please note that the link will only work for one week. Please acknowledge receipt of the download by replying to this email. haps://www.ci.oshkosh.wi.us/webinfolFileShare/index aspx?k=252628AlBFEBCF142116lB20221777CE7AECC6EAE67C 9C Respectfully, Justin Gierach, P.E. Principal Civil Engineer,Public Works—Engineering Division City of Oshkosh 920.236.5065 Follow us:Web I Facebook I Twitter VA U) Oshkosh City 0fV Oshkosh September 30,2016 RE: Request for Proposal for Sanitary Lateral Televising for 2017 Capital Improvement Projects To whom it may concern: The City of Oshkosh is hereby requesting proposals be submitted for sanitary lateral televising of its 2017 Capital Improvement Projects. The proposal shall include at a minimum: related project experience and a breakdown of costs as requested in the enclosed Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of this work will not be based solely on the cost of the proposal. Questions regarding this Request for Proposal shall be emailed to me at jgierach@ci.os,hkosh.wi.us (with the subject heading of"2017 Sanitary Sewer Lateral Televising RFP Questions") by 12:00 noon on Friday, October 7, 2016. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposal by 4:30 p.m. on Monday,October 10,2016. Please submit four (4)copies of the proposal to my attention no Iater than 4:00 p.m.on Friday,October 14,2016. It is anticipated the award of this agreement will be made by Wednesday, October 26, 2016. Please ensure you have the proper insurance paperwork, so the award is not delayed. Enclosed with this letter are copies of the Scope of Services, Proposal Cost Breakdown, Site Maps, Sample Standard Engineering Services Agreement, and City of Oshkosh Insurance Requirements. The information contained within these attachments shall become a part of the Agreement with the Consultant selected to perform these services. If you have any questions,please do not hesitate to contact us. Sincerely, /ustinGierach,P.E. pal Civil Engineer Enclosures cc: James Rabe,P.K,CPESC, Director of Public Works Steven M.Gohde,P.E.,Assistant Director of Public Works File I:\EngineeringNI&I Work\Sanitary Laterals\Televising\2017Mil\.etters\RFP-20I7Televising.d= Page I of 1 City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,W154903-1130 http://www,ci.oshkosh.wi.us SCOPE OF SERVICES FOR SANITARY AND STORM SEWER MAIN AND LATERAL TELEVISING 2017 CAPITAL IMPROVEMENT PROJECTS 1, The scope of this agreement consists of furnishing all labor, equipment, materials, electrical power, and traffic control necessary to provide sanitary and storm sewer main and lateral televising as indicated herein. A. Approximately 58,000 feet of sanitary and storm sewer main and 570 sanitary and storm laterals are anticipated for the following 2017 Capital Improvement Program: L Bay Shore Drive and Lake Street a. Bay Shore Drive(Bowen Street to Lake Street). b. Lake Street(Bay Shore Drive to Ceape Avenue), ii. East Murdock Avenue/New York Avenue a. East Murdock Avenue (Harrison Street to Bowen Street). b. New York Avenue (Wisconsin Street to Harrison Street). iii. Oregon Street a. Oregon Street(West 8th Avenue to West 161-1 Avenue), iv. Oshkosh Avenue Area a. Oshkosh Avenue (Westfield Street to Sawyer Street), b. Eagle Street(Oshkosh Avenue to Alley), c. Punhoqua Street(Oshkosh Avenue to Fox River). d. Graham Avenue (Eagle Street to Rainbow Drive), e. Fox Street(Oshkosh Avenue to Catherine Avenue). f. Catherine Avenue (Eagle Street to Rainbow Drive). V. 6th Avenue and Other Miscellaneous Projects a. 6th Avenue(Cul-de-sac to Eagle Street). b. Miscellaneous other locations to be possibly added at a later date. vi. Including at least one (1) parcel on all cross streets and ends, which may include more than one (1) main line segment. All laterals in a segment shall be televised, B. Heavy cleaning where approved by the Engineer. C, Bagging and dewatering of the selected storm sewer outfalls. 2. The City of Oshkosh will perform the following tasks: A. Provide an engineering staff member to assist in locating all manholes. L Engineering Staff will be available Monday through Friday (except recognized City Holidays)from 8:00 a.m. to 4,30 p.m. B. Pre-clean sanitary sewer mains. L The City will clean the first time. If a second cleaning is required, the Consultant shall be on site to ensure enough cleaning has been completed for the necessary videoing operations (Consultant would assist with videoing while cleaning is being done). a. If it is determined by the Engineer that "Heavy Cleaning" is needed, the City will pay for Heavy Cleaning under that Item. C. Provide initial notification to property owners of televising work that will be taking place, h\Engineering\1 do I WorkNSanitary 1.aterals\Teievising\2017\RFPNTelevising SOW RFP with mainline televising.docx Page I of 5 3. Television Inspection A. The Consultant shall furnish all Iabor, equipment, and materials necessary to perform closed circuit television inspection of sanitary and storm sewer main line and laterals within designated main Iine sections. B. Laterals shall be televised as far as possible. If the lateral camera cannot go further than ten feet(10') beyond the road right-of-way (usually back of sidewalk), then the Consultant shall make arrangements with the property owner to televise the remaining portion of the lateral from inside the building. C. The Consultant shall have access to equipment necessary to perform televising in mains less than sixty inches (60") in size for the sanitary and fifty inches by thirty-one inches (50" x 31") in size for the storm sewer. D. The view seen by the television camera shall be transmitted to a monitor located inside a mobile TV studio, which has the capabilities to produce a DVD copy. The Consultant's mobile studio shall be large enough to accommodate up to three (3) people for the purpose of viewing the monitor while the inspection is in progress. The City shall have access to view the television screen at all times. E. Televising shall be in compliance with NASSCO's PACP. P. Technicians shall be PACP-certified by NASSCO. Consultant shall submit verification of certification prior to commencing work. G. Provide five (5) working days notice to the City prior to commencing work. H. Provide three (3) working days notice to the City if sanitary and storm sewer mains cannot be accessed and need to be cleaned. 4. Display A. The "Work Order" shall consist of the following information and shall be displayed at the beginning and end of the segment. The Work Order shall be displayed for a minimum of fifteen(15) seconds or as long as it takes to say the information at the beginning. This Work Order shall be displayed once again at the end of the segment for a minimum of five (5) seconds. The computerized voice shall not be used for the beginning and ending Work Order information. Work Order Display—Laterals Address: Manhole ID that main line camera is in: Distance from manhole: Sewer Lateral Type: "Sanitary Lateral". Weather: Date: Name of Technician: Work Order Display—Main Line Tag-ID#: (both manholes ID #'s_date). City: Street Block: Upstream MH: ID #. Downstream MH: ID #. 1:\Engineering\1 do 1 LYock\5W taryLaterals\Televising\2017,RFP`Televising SOW RNP with mainline televising.docx Page 2 of 5 Camera Direction: Sewer Use: Weather: Date: Name of Technician: Comments: The counter and date shall be displayed for the entire length of the segment, The Consultant shall display all incidents for a minimum of five (5) seconds. The computerized voice also may not be used for incidents. 5. Folder and File Naming A. Files should be organized per street with the Folder titled as follows: "Street Name" (i.e. West 2411,Avenue), B. Within the street name folder, there shall be a manhole segment folder containing the mainline inspection report and each lateral report within a particular segment. C. Each lateral shall be an individual folder within the manhole segment folder and shall be titled as follows: "Building Address - lateral distance at the main from manhole MH manhole#" (i.e.564 W 241h Ave-251ftMH0821). D. Each lateral folder shall contain both the lateral report and video footage of the particular Building Address. E. Alternates to this filing system shall be approved by Engineer. 6. Project Deliverables A. Schedule of Project Deliverables i. Bay Shore Drive and Lake Street: December 2,2016 by 4:30 p.m. ii. East Murdock Avenue/New York Avenue: December 30, 2016 by 4:30 p,m. iii. Oregon Street: February 3, 2017 by 4:30 p.m. iv. Oshkosh Avenue Area: March 3,2017 by 4:30 p.m. v. 61h Avenue and Other Miscellaneous Projects: March 17, 2017 by 4:30 p.m. B. Main Line Inspection Report i. The report shall include information consistent with NASSCO PACP, C. Lateral Inspection Report i. The lateral report shall include the distance from manhole at the main; material type; any transitions or restrictions in the pipe with their respective locations; repairs that have been done to the pipe; locations of dips, cracks, roots, or any other defects; and locations of any taps/connections. The report shall also include any other pertinent information found during televising and information consistent with NASSCO PACP, D. Video i. The video recording shall be in a format viewable via Windows Media Player. ii, See Paragraph 4 for video display requirements. E. The Consultant shall deliver one (1) external hard drive copy by the dates indicated above. The external hard drive will become the property of the City of Oshkosh. The cost of furnishing, producing, programming, copying, and any other miscellaneous costs shall be included in the proposed price for televising. EN Engineering\]&I Work sanitary Laterals\Televising2017\RFV\Televtsing S01Y RFL'with main line televising.dacx Page 3 of 5 F. The Consultant shall also deliver one (1) bound copy of the reports organized per City area and street, G. Provide lateral locations at the City of Oshkosh right-of-way (typically back of sidewalk). This is to be done with a device capable of tracing the location of the camera head. The lateral location is then to be marked where it crosses the right-of-way with a pink paint mark on the sidewalk and with a six-inch (6") survey stake pounded flush with the existing ground. A lath shall then be placed behind the stake with the corresponding address written on it. The lath shall also be painted "pink" along with the stake top. Once a block is completed and located, contact the City so GPS shots can be taken. 7. Traffic Control A. All streets are to remain open to traffic. The Consultant will be responsible to furnish all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. 8. Proposal Cost Breakdown A. Sanitary Sewer Manhole Set-up (each) i. Set-up cost to include any time and expenses required in order to gain entry into the sanitary sewer manhole and travel through the sewer main, ii. Should the Consultant televise multiple segments in a row from one (1) manhole, only one (1) set-up will be considered. Estimated quantities are one (1) set-up per segment. iii. This cost to also include mobilization, daily travel, and traffic control. B. Sanitary Sewer Main Line Televising i. Includes all costs associated with providing sanitary sewer main line television inspection as described above. C. Sanitary Sewer Lateral Launch(each) i. Cost to include effort to launch lateral camera from main line camera into the sanitary sewer lateral, ii, Only one (1) launch per lateral done from the main will be paid. D. Sanitary Sewer Lateral Televising(linear foot) i. Cost to include televising of the sanitary sewer lateral from the main as described above. ii. Cost to provide deliverables as described above. E. Sanitary Sewer Lateral Televising from Inside the Building Set-up (each) i. Set-up cost to include any time and expense required in order to gain entry into the sanitary sewer lateral from inside the building, ii. Only one (1) set-up per sanitary sewer lateral will be considered. Estimated quantities are calculated as twenty-five percent(25%) of the anticipated Lateral Launches. iii. Cost to include coordination with property owners and set-up. F. Sanitary Sewer Lateral Televising from Inside the Building(linear foot) i. Includes all costs necessary to televise the Iateral from inside the building with same requirements,including deliverables, as described above. ii. Cost to include coordination with property owners,footage, and deliverables. iii. Estimated quantities are calculated as twenty-five (25%) of the estimated Lateral Footage quantity. 1.\Engineering\I&I Work\Sanitary[aierals\Televising2017 S RFP`Televising SOW RFP with mainline televising.docx Page 4 of 5 G. Storm Sewer Manhole Set-up (each) i. Set-up cost to include any time and expenses required in order to gain entry into the storm sewer manhole and travel through the sewer main. ii. Should the Consultant televise multiple segments in a row from one (l) manhole, only one (1) set-up will be considered. Estimated quantities are one (1) set-up per segment. iii. This cost to also include mobilization, daily travel, and traffic control. H. Storm Sewer Main Line Televising i. Includes all costs associated with providing storm sewer main line television inspection as described above. I. Storm Sewer Lateral Launch (each) i. Cost to include effort to launch lateral camera from main line camera into the storm sewer lateral. ii. Only one (1) launch per lateral done from the main will be paid. j. Storm Sewer Lateral Televising(linear foot) i. Cost to include televising of the storm sewer lateral from the main as described above. ii. Cost to provide deliverables as described above. K. Heavy Cleaning less than thirty-six inches (36") diameter (linear foot) i. Cost to include the mobilization of the necessary equipment, setup, cleaning sanitary or storm sewers, and restoration of the site. L. Heavy Cleaning greater than or equal to thirty-six inches(36") diameter(linear foot) i. Cost to include the mobilization of the necessary equipment, setup, cleaning sanitary or storm sewers, and restoration of the site. M. Outfall bagging and dewatering(each) i. Cost to include the mobilization of the necessary equipment, setup, dewatering, and restoration of the site. ii. Eveline Street has a fifteen inch(15") VC outfall, iii. Lake Street has a twelve inch(12")VC outfall. iv. Ceape Avenue has a twenty-four by thirty-five inch(24"x 35") CMP outfall. 9. Additional Information A. This agreement will be per the City of Oshkosh Agreement form only. A sample agreement form is attached to this Request for Proposal. B. All quantities in the cost breakdown are estimated and are not guaranteed. C. The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the proposal. L k Engineering%I&I Work%Sanilary]aleralslTelevising\2017\RPP\Televising$oW RFP with main line televising.docx Page 5 of 5 PROPOSAL COST BREAKDOWN FOR SANITARY SEWER LATERAL TELEVISING 2017 CAPITAL IMPROVEMENT PROJECTS BAY SHORE DRIVE AND LAKE STREET ITEM DESCRIPTION UNIT EST, UNITPRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 37 $ $ Sanitary Sewer Main Line 2. Televising L.F. 7,500 $ $ 3. Sanitary Sewer Lateral Launch Each 145 $ $ Sanitary Sewer Lateral 4. Televising L.F. 10,900 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 30 $ $ Sanitary Sewer Lateral Televising b. from Inside the Building L.F. 2,700 $ $ 7. Storm Sewer Manhole Set-up Each 48 $ $ Storm Sewer Main Line 8. Televising L.F. 6,500 $ $ 9. Storm Sewer Lateral Launch Each 30 $ $ 10, Storm Sewer Lateral Televising L.F. 1,500 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 1,500 $ $ Heavy Cleaning greater than or 12. e ual to 36"diameter L.F. 200 $ $ Outfall Bagging and Dewatering 13. (1-12",1-15-, 1-24"x 35") Each 3 $ $ SUBTOTAL: BAY SHORE DRIVE AND LAKE STREET $ l:\EngimringkJ&I WorkkSanitary LateratsNTelevlsingk2017\RFP\Proposal Cost BreakdownAD" Page 1 of 6 EAST MURDOCK AVENUE/NEW YORK AVENUE .ITEM DESCRIPTION UNIT I EST, UNIT PRICE TOTAL PRICE QTY. i I 1. Sanitary Sewer Manhole Set-up Each 41 $ $ Sanitary Sewer Main Line 2 Televisin L.F. 7,200 $ $ 3 Sanitary Sewer Lateral Launch Each 50 $ $ Sanitary Sewer Lateral 4. Televising L.F. 3,500 $ $ Sanitary Sewer Lateral Televising 5 From Inside the Building Set-up Each 12 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 840 $ $ 7. Storm Sewer Manhole Set-up Each 75 $ $ Storm Sewer Main Line 8. Televising L.F. 7,900 $ $ 9. Storm Sewer Lateral Launch Each 15 $ $ 10. Storm Sewer Lateral Televising L.F. 1,000 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 1,500 $ $ Heavy Cleaning greater than or 12. equal to 36" diameter L.F. 1,500 1 $ $ SUBTOTAL; E MURDOCK AVENUE/NEW YORK AVENUE $ 1:\EngineeringNI&I Work�Sanitary LatecalsXTelevising%2017\RFP\Propo5al Cost Ereakdow docs Page 2 of 6 OREGON STREET ITEM DESCRIPTION UNIT EST. LINIT PRICE TOTAL PRICE QT 1. Sanitary Sewer Manhole Set-up Each 26 $ $ Sanitary Sewer Main Line 2 Televising L.F. 7,450 $ $ 3 Sanitary Sewer Lateral Launch Each 95 $ $ Sanitary Sewer Lateral 4. Televising L.F. 6,650 $ $ Sanitary Sewer Lateral Televising 5 From Inside the Building Set-up Each 22 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 1,550 $ $ 7. Storm Sewer Manhole Set-up Each 51 $ $ Storm Sewer Main Line 8. Televising L.F. 5,800 $ $ 9. Storm Sewer Lateral Launch Each 10 $ $ 10. Storm Sewer Lateral Televising L.P. 700 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 1,500 $ $ Heavy Cleaning greater than or 12. equal to 36" diameter L.F. 900 $ $ SUBTOTAL; OREGON STREET $ [:�Engineering%1&I Work�Sanitary Laterals\Televistngk2017\RFPS Proposal Cost Breakdown.doec Page 3 of 6 OSHKOSH AVENUE AREA ITEM DESCRIPTION UNIT EST. UNIT PRIGS TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 54 $ $ Sanitary Sewer Main Line 2, TeIevisin L.F. 10,600 $ $ 3. Sanitary Sewer Lateral Launch Each 150 $ $ Sanitary Sewer Lateral 4. Televising L.F. 10,500 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building_Set-up Each 35 $ $ Sanitary Sewer Lateral Televising 6, from Inside the Building L,F. 2,450 $ $ Heavy Cleaning less than 36" 7, 1 diameter I L,F. 1 2,500 $ $ SUBTOTAL: OSHKOSH AVENUE AREA $ L•\En&eering\t&I Work\Santtary Laterals\Televising�2017\RFP\Proposal Cost l3reakdown,docx Page 4 of 6 6TH AVENUE AND OTHER MISCELLANEOUS PROJECTS ITEM DESCRIPTION UNIT EST. LINITPRICE TOTAL PRICE QTY. L Sanitary Sewer Manhole Set-up Each. 15 $ $ Sanitary Sewer Main Line 2. Televising L.F. 5,000 $ $ 3. Sanitar Sewer Lateral Launch Each 75 $ $ Sanitary Sewer Lateral 4. Televising_ L.F. 5,250 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 15 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building F. 1,000 $ $ Heavy Cleaning less than 36" 7. diameter L.F. 900 $ $ SUBTOTAL: 6TH AVENUE AND OTHER MISC. PROJECTS $ I:kEngineering\1&I%Vork�San4tary Laterals\Televisingk2017\RFP\Proposal Cost Breakdown_dooc Page 5 0£6 t ' TOTALS SUBTOTAL: BAY SHORE DRIVE AND LAKE STREET $ SUBTOTAL: E MURDOCK AVENUE/NEW YORK AVENUE $ SUBTOTAL: OREGON STREET $ SUBTOTAL: OSHKOSH AVENUE AREA $ SUBTOTAL: 6TH AVENUE AND OTHER MISC. PROJECTS $ TOTAL PROPOSAL COST $ 1:\Engineering\i&I Work�B nitaryLaterals\TelevisingX2017\RFP\Progosal Cost Bmakdown.docx Page 6 of 6 AGREEMENT This AGREEMENT,made on the day of 2016,by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME, address party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SANITARY AND STORM SEWER MAIN AND LATERAL TELEVISING FOR 2017 CAPITAL IMPROVEMENT PROJECTS, ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name—Title B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager,The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Justin Gierach,P,E.—Principal Engineer ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT, All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. h\Engineering\1&1 VVork\Sanitary Laterals\Televising\2017�RFPNSample Current Agreement Form-9- Page 1 of 5 30.16.doox ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation, ARTICLE V. RECORD DRAWINGS Record drawings, if required,will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VI. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT'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 VII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT, ARTICLE VIII. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY'S Request for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices, The CITY agrees the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control, For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, k\Eng3neeing\1&I Work`5anitary Laterals`Te[evising12017tiRFP\Sample Current Agreement Parm_9- Page 2 of 5 30-16.docx failure of performance by the CITY,or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE IX. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim,or if not attached,as if hereto attached: 1. This Instrument 2. CITY's Request for Proposal dated and attached hereto 3. CONSULTANT's Proposal dated and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE X. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $ ( Dollars). B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s)for withholding payment. C. Additional Costs, Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10%mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. L-\Englreering�1&I Work`Sardtary Laterals�Televising\2017\RFPNSample Current Agreement Form_4- Page 3 of 5 30-16.&o ARTICLE XI, HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT,his/her agents or assigns,his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims,demands,losses,costs,damages,and expenses of every kind and description(including death),or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment, ARTICLE XII. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XIII. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT,the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event,the CONSULTANT shall be entitled to compensation for any satisfactory,usable work completed, B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT, ARTICLE XIV. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, Iitigation expenses and attorney's fees arising out of or related to the unauthorized re-use,change,or alteration of these project documents. TA Engir,eeringll do I Work\Sanllary"terals\TcfcAsing12017\RPP\Sample Current Agreement Form-9- Page 4 of 5 30-16.docx ARTICLE XV. SUSPENSION,DELAY,OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY.In such event,CONSULTANT's contract price and schedule shall be equitably adjusted. ARTICLE XVI. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By. (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A.Rohloff,City Manager And: (Witness) Pamela R.Ubrig,City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the Iiability which will accrue under this AGREEMENT. City Attorney City Comptroller I:\Englneering\1&I WorkkSanitary Laterals\Televising\2017kPFP\Sample Current Agreement Form_4- Page 5 of rJ 30-16.dwx 4!14114 CITY OF OSHKOSH INSURANCE REQUIREMENTS Ill. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh isnp ,mary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products --completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The_ge_neral_aggr_egate must apply separately t�Project/location 3. BUSINESS AUTOMOBILE COVERAGE--If this exposure shall exist: A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 -"Any Auto"—including Owned, Non-Owned and Hired Automobile Liability. III - 1 4114114 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY— "If' required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease —Each Employee 5. UMBRELLA LIABILITY - if exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional Insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must be ISO form CG 20 10 07 04 or its equivalent and also include Products — Completed Operations ISO form CG 20 37 07 04 or its equivalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liability, Workers Compensation and Employers Liabillry. C. Certificates of Insurance acceptable to the.City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk —City of Oshkosh. III - 2 i CERTIFICATE OF LIABILITY INSURANCE DATE(h4N06lYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER CONTACT Insurance Agency contact NAME: Information,Inctudfng street PHONE (nswance Agents addreasandP08ox!( (AIC.No.Ext): camactinformatlon. AiC,Na}; appfkable. EMAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC S INsunek A: ABC Insurance Company NAIC# INSURED fnsured'a contact informa[Icn, fnt(udfng name,address and INSURER B: XYZ Insurance Com an NAIC# phonenumbei INSURERc: LMN Insurance Company NAIC# INSURER D: insurer(s)musfhave aminfmumAM.Seatrating ofA- and a FlnanaraiPerfomtaace Rating of w orbeaer. INSURER£: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIFS OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE AMY OF ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE [NSR VrVD POLICY NUMBER MWDDfY MMIOD LIMITS GENERAL LLABILITY EACH OCCURRENCE $1,000,000 GeneralLlsbffyPolkyNumber PolkysNartiveande;,Wratondate. DAMAGE TO RENTED COMM£ftCIAL GENERAL LIABILITYPREMISES(Ea occurrence) $50,000 A ❑€CLAIMS-hMADF�OCCUR MEA EXP(Anyone person) $5,000 ® ISO FORM CG 26 37 Oft EQUNALENT PERSONAL&AOV INJURY $1,000,000 F-11 GENERALAGGREGATE $2,000,000 G EN'L AGGREGATE UWT APPLIES PER: PRODUCTS–COMPfOPAG13 $2,000000 ❑POLICY ®JEC'fPR -❑LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $1 000 000 ®ANY AUTO ® ❑ AUoLiabBdyPoficyNumber PoleyelfectNeandexpbatardate- BODILY INJURY(Per Person ) $ E]ALL OWNED ❑ SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ 01-1IREDAUTOSPONON-OWNED PROPERTY DAMAGE AUTOS (Peracddent) $ ❑ $ ®UMBRELLA LIAR90, OCCUR ® ❑ EACH OCCURRENCE $2,000,000 A ❑EXCESSLIAB CLAIMS-MADE UmbretfaUfabPilyPalkyNvmber fO&yetfecftreand exoationdate] AGGREGATE $2,000,000 01 DEO 10 RETENTIONS10,000 $ C WORKERS COMPENSATION ❑ ❑ ®!WC STATU- ❑ OTH- AND EMPLOYERS'LIABILITY TORY LIMITS BR ANY PROPRIETORIPARTNEFMEXECUTIVE OFFICOMEMBEREXCLUDED7 Yin WotkersC*nWnsabbnPot:cy Pu€'cyefleUP✓earxlexp,Yatlandate. E.L.EACH ACCIDENT $1t}O,DQO - (MandatoryIn NH) N Number Ifyes,deutbe under ( E.L-DISEASE–EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS betau E.L,nlsEa,sE-Pot-ICY LIMIT $500,000 A PROFESSIONAL LIABILITY -ITTT $1,000,000 EACH CLAIM Praresslonalttaba.3yPolzy Pof,cyeffeclYeandexpkationdais. $1,000,000 ANNUAL AGGREGATE Numhnr DESCRIPTION OF OPERATIONS f LOCATIONS/VEHICLES(Attach ACORD fat,Additional Remarks Schedule,if more space Is requlred) Additional Insureds per attached endorsements. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn: City Clerk Insurance Standard III SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 275 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE, THE POLICY THEREOF,NOTICE WILL BE DELIVERED IN PO Box 1130 Please indicate somewhere on this ACCORDANCE Oshkosh,WI 54903-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations As required by contract Any and all job sites Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section Il — Who Is An insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional 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 advertising injury" This insurance does not apply to "bodily injury' or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts or omissions; or 1. All work, including materials, parts or equip- 2. The acts or omissions of those acting on your ment furnished in connection with such work, behalf; on the project(other than service, maintenance or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) design- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Insurance Standard 111 SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# Is certificate is for, CG 20 10 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 13 POLICY NUMBER; Pouey: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE. Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". Insurance Standard/if SAMPLE CERTIFICATE Pease indicate somewhere on this certificate,the contract or project# this certificate is for. CG 20 37 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 ❑ Taylor, Trac L From: Gierach,Justin Sent: Tuesday, October 11, 2016 8:45 AM To: Gierach,Justin Cc: Taylor,Tracy L Subject: 2017 Lateral Televising RFP Questions All- I did not receive any questions for the Televising RFP, so there are no answers to be distributed. Respectfully, Justin Gierach, P.E. Civil Engineering Supervisor, Public Works—Engineering Division City of Oshkosh 920.236.5065 Follow us:Web I Facebook I Twitter plY ..._: cif Oshkosh t PEE—' I:)f'f)")'OF NJBL1CEA 11�U11I<. D RAI N & S EWE R 1380 Earl Street Menasha, WI 54952 • 920.734.4707 • 800.371.4707 g 1NDUSTRfAL October 14, 2016 ' MUNICIPAL Enclosed is the bid for 2017 Capital Improvement COMMERCIAL Project for sewer televising. F 1 F YOUR FULL SERVICE " DRAIN'& SEWER , PROFESSIONAL i 4 PROPOSAL COST BREAKDOWN FOR SANITARY SEWER LATERAL TELEVISING 2017 CAPITAL IMPROVEMENT PROJECTS BAY SHORE DRIVE AND LAKE STREET ITEM DESCRIPTION UNIT 'EST. UNITPRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 37 $ V' ®® $ ;?ro 00 Sanitary Sewer Main Line �� o- 2. 2. Televisin L.P. 7,500 $ f `�' $ qS�®• D 3. 1 Sanitary Sewer Lateral Launch Each 145 $ 5-0. 00 $ 7 2 Sanitary Sewer Lateral r!) 4. Televisin L.F. 10,900 $ $ Sanitary Sewer Lateral Televising �' �['� $ D• �� r4Sanilary roan Inside the Buildiq Set--a Each448 $ �`` Sewer Lateral Televising /�} rom Inside the Buildin L.F. v ' $ 435 7. Storm Sewer Manhole Set-upEach �� ®® ®a Sewer Main Line :8T. TelevisingL.F. 6,500 $ �� �� $ 9. Storm Sewer Lateral Launch Each 30 $ :7®s 00 CPO 10. Storm Sewer Lateral Televising L.F. 1,500 $ D• Heavy Cleaning less than 36" Q 00 11, diameter L.F. 1,500 $ Heavy Cleaning greater than or 000e ual to 36"diameter L.F. 200 $ - $ Outfall Bagging and Dewatering W©� CPO 13. (1--12",1--15",1-24"x 35") Each 3 $ $ SUBTOTAL: BAY SHORE DRIVE AND LAKE STREET $ V7, 9`®� 1'-1Pngincering\T&[{York{Sanitary faterals\Telexicing\2017\RFP\Proposal Cost Hreakdotmdocz Page 1 of 6 EAST MURDOCK AVENUE/NEW YORK AVENUE ITEM DESCRIPTION UNIT EST. UNITPRICE TOTAL PRICE QTY. 1. Sanit Sewer Manhole Set-up Each 41 $ �� $ Sanitary Sewer Main Line 2 Televising L.F. 7,200 $ $ 3 20.�® 3 San tar Sewer Lateral Launch Each 50 $ J lJ Sanitary Sewer Lateral 4. Televising L.F. 3,500 $ $ too, " Sanitary Sewer Lateral Televising ad 5 From Inside the Buildin Set-up Each 12 $ l/e Sanitary Sewer Lateral $ Televising p 6. From Inside the Buildin L.F. 840 $ Q ® rs 7. Storm Sewer Manhole Set-u2 Each 75 $ Storm Sewer Main Line 8. Televising L.F. 7,900 $ Dt $ y -740-cpp 9. Storm Sewer Lateral Launch Each 15 $ so, $ 7 (I,cro 10. Storni Sewer Lateral Televisin LP. 1,000 $ 0, &j�! $ ( 00 Heavy Cleaning less than 36" 11, diameter ���''}} r� L.F. 1,500 $ C.J• $ Heavy Cleaning greater than or 12. equal to 36"diameter L.F. 1,500 $ SUBTOTAL: E MURDOCK AVENUE/NEW YORK AVENUE $ 7 y 130• �� L 1NnghV ering`I&I WorkkSanitary Iaterals%Televisingk2Oln RFP kProposal Cost Bmakdown.doa Page 2 of 6 OREGON STREET { ITEM[::D:ESC7R1P1T1ON UNIT EST. UNITPRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 26 $ Jam' $ (0500, Sanitary Sewer Main Line //��-� 2 TelevisingL.F. 7,450 $ C) $ 3 Sanitaxy Sewer Lateral Launch Each 95 $ $ - CPO Sanitary Sewer Lateral ��®` � 4. -TelevisingL.F. 6,650 $ $ Sanitary Sewer Lateral Televising 0� ® 5 From Inside the Building Set-up- Each 22 $ ` �.. $ 06 yr Sanitary Sewer Lateral Televising 0 �y e•—®® 6. from Inside the Buildin L.F. 1,550 $ t/• $ � ! J . 7. Storm Sewer Manhole Set-up Each 51 $ �50' $ 2 77�SO 00 Storm Sewer Main Line 8. Televising L.F. 5,800 $ �� $ � Ad 9. Storm Sewer Lateral Launch Each 10 $ • $ �0 � 10. Storm Sewer Lateral Televising L.F. 700 $ L/. $ Heavy Cleaning less than 36" 11. diameter L.F. 1,500 $ ®. $ Heavy Cleaning greater than orp® 12. equal to 36"diameter L.F. 900 $ $ ` SUBTOTAL: OREGON STREET $ ,3 7 " hNEnglneeriagV&I lYorkkSanilaryUterals�Teievbing\2017\RFP\Propo=al Cwt Breakdoimdwx Page 3 of 6 OSHKOSH AVENUE AREA ITEM DESCRIPTION UNIT EST, UNIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 54 Sanitary Sewer Main Line /� I n 2. Televisin L.F. 1.0,600 $ V G^� 3. Sardtary Sewer Lateral Launch Each 150 $ D� $ 7 d+a Sanitary Sewer Lateral 4. Televisin L.P. 10,500 $ � � $ � �• � Sanitary Sewer Lateral Televising $ D 5. From Inside the Buildin Set-u Each 35 $ Sanitary Sewer Lateral Televising 6. :from Inside the Buildin L.F. 2,450 $ �• l o2rr��;?✓r Heavy Cleaning less than 36" Q 7. diameter L.F. 1 $ SUBTOTAL: OSHKOSH AVENUE AREA f:�Englncering%IgIWorManitaryLaterals\Televis \2017\RFP`Proposal Cost Breakdavn.docx Page 4 of 6 6TH AVENUE AND OTHER MISCELLANEOUS PROJECTS ITEM E DESCRIPTION UNIT EST, UNIT PRICE TOTAL,PRICE QTY 1. Sanitary Sewer Manhole Set-up Each 15 Sanitary Sewer Main Line 2. Televising L.F. 5,000 $ �� $ 0co. a 3. Sanitary Sewer Lateral Launch Each 75 $ .�p $ '75 Sanitary Sewer Lateral C) p 4. TelevisingL.F. 5,250 $ v < �r' $ 3 �• Sanitary Sewer Lateral Televising D �D 5. From Inside the Building Set-up Each 15 $ $ o, Sanitary Sewer Lateral Televising � 6. from Inside the BuildingL.F. 1,000 $ �� $ Heavy Cleaning less than 36" 0 O d� 7. diameter L.F. 900 $ �. �' $ � I� SUBTOTAL; 6TH AVENUE AND OTHER MISC. PROJECTS $_ _ � <5®_ W I:\Enginccring`I&I Work\Sanitary Laterals\Tcfcvi5ing\2017\RPVNProposal Cost Breakdowmdo(x Page 5 of 6 TOTALS SUBTOTAL: BAY SHORE DRIVE AND LAKE STREET $ 7 SUBTOTAL: E MURDOCK AVENUE/NEW YORK AVENUE $ ,30' SUBTOTAL: OREGON STREET $ 37, (o-33Iso" SUBTOTAL: OSHKOSH AVENUE AREA $ 3� �� ` 00 SUBTOTAL: 6TH AVENUE AND OTHER MISC.PROJECTS TOTAL PROPOSAL COST L•IFngirvwdng�I&[Work\$anitaryLateralsNTelevisingk2417\RFPNPmposa(Cost Bmakdotvn.dcs Page 6 of 6 ACOPR V® CERTIFICATE OF LIABILITY INSURANCE °/26/2D 016 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)must be endorsed. If SUBROGATION I5 WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement, A statement on this certificate does not confer rights to the certlflcate holder In Ileu of such endorsement s, CON PRODUCER RECEI NAME: Ashleigh Galligan Hierl Insurance, Inc PHONE (920)921-5921(920)921-5921 AXNo:1920)921-6239 325 Trowbridge Drive Za�6 ADDREs ,agalligan@hierl.com P. 0. Box 949 INSUREP48)AFFORDING COVERAGE NAIC 0 Pond du Lac WI 54937 > W0 R MNSURERA:CinCinnati insurance Comp any 10677 INSURED JINSURERS:SOCiet Insurance Speedy Clean, Inc. {}Sl-ll�( . �.��[SC:ONSI� INSURER C 1380 Earl Street INSURERD: INSURER E: Menasha WI 54952 INSURER F: COVERAGFS CERTIFICATE NUMBERCL1662801267 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF ADM B POUCYEFF POLICYP.XP LTR POLICYNUMBER ?MWDft= (MWDWNM LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 A CLAIMS-MADE X❑OCCUR D ET RENTED 500,000 PREMISES Ea occurrence $ EPP0081072 6/29/2016 6/29/2017 MEDEXP(Anyoneperson $ 10,000 PERSONAL&ADV INJURY $ 11000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3,000,000 POLICY a JEC LOC PRODUCTS-COMPIOPAGG $ 2,000,000 OTHER: Employee Benefits S 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea enl $ 1,000,000 acctd A X ANY AUTO 130DILY INJURY(Per person) $ ALL S AUTONED AUTOSULED SPP0081072 6/29/2016 6/29/2017 BODILY INJURY(Perax-i nl) $ X HIRED AUTOS X NON-OWNED PROPER DAMAGE $ AUTOS Per accident Underinsured motorist $ 1,000,000 X UMBRELLA LIAO OCCUR EACH OCCURRENCE $ 6,000,000 A EXCESSUA13 CLAIMS-MADE AGGREGATE $ 61000,000 DED I X I RETENTION$ 0 EPP0081072 6/29/2016 6/29/2017 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETORlPARTNERIEXECUTIVE E.L.EACH ACCIDENT $ 100,000 MPndaoEXCLUDED? NIA B (Mandatory In NH) WC408703 6/29/2016 6/29/2017 E.L.DISEASE-EA EMPLOYEE $ 100,000 If es,describe under D SCRIPTiON OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 7011,Additional Remarks Schedule,maybe attached trmore,space Is required) RE: Sanitary and Storm Sewer Main and Lateral Televising for 2017 Capital Improvement Projects City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers are listed as an additional insured with respects to the above named insureds general liability and automobile liability coverage but only as their interest applies. A 30 day cancellation notice applies. CERTIFICATE HOLDER CANCELLATION kfredrick@ai.oshkosh.wi.us SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Oshkosh THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Avenue ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh, WT 54903 AUTHORIZED REPRESENTATIVE S Smeaton, CIC, CRM/P �++� ©1568-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS026(201401) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE DEAD IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED--- FtEXcIvi✓1) REQUIRED IN CONTRACT OR AGREEMENT WITH C��! This endorsement modifies insurance provided under tho following: DFA) Qt vU 131JC WORKS COMMERCIAL GENERAL LIABILITY COVERAGE PART OStit U�t 1, WISCO`451N 1. SECTION 11 - WHO IS AN INSURED, 2. is 2. Conformance to Specific Written Con- amended to Include: tract or Agreement e. Any person or organization, hereinafter If a written contract or agreement be- referred to as ADDITIONAL INSURED: tween you and the additional Insured (1) Who or which is not specifically specifies that coverage for the additional named as an additional insured un- insured: der any other provision of, or en- a. Be provided by the Insurance Serv- dorsement added to, this Coverage ices Office additional insured form Part;and number CG 20 10 or GG 20 37 (2) For whom you are required to add as (where edition specified);or an additional Insured on this Cover- b. Include coverage for completed op- age Part erations;or under: c. include coverage for"your work"; (1) Awritten contractor agreement;or and where the limits or coverage pro- (2) An oral agreement or contract where vided to the additional insured is more re- strictive than was specifically required in that arson or organization that written contract or agreement, the p g on o an terms of Paragraphs 3., 4.a,(2) and 1 or additional insured has been issued; 4.b., or any combination thereof, of this but only with respect to liability arlsing out endorsement shall be interpreted as pro- of "your work" performed for that addi- viding the limits or coverage required by tonal Insured by you or on your behalf. A the terms of the written contract or person or organization's status as an In- agreement, but only to the extent that sured under this endorsement continues such limits or coverage Is included within for only the period of time required by the the terms of the Coverage Part to which written contract or agreement, but in no this endorsement Is attached. If, how- event beyond the expiration date of this ever, the written contract or agreement Coverage Part. if there is no written con- specifies the Insurance Services Office tract or agreement,or If no period of time additional insured form number CG 20 10 Is required by the written contract or but does not specify which edition, or agreement, a person or organization's specifies an edition that does not exist, status as an insured under this endorse- Paragraphs 3. and 4.a.(2) of this en- ment ends when your operations for that dorsement shall not apply and Paragraph insured are completed. 4.b.of this endorsement shall apply. 2. SECTION IV - COMMERCIAL GENERAL 3. SECTION III - LIMITS OF INSURANCE Is LIABILITY CONDITIONS is amended to in- amended to include: clude: The limits applicable to the additional insured 1. Automatic Additional Insured Provision are those specified in the written contract or agreement or in the Declarations of this Cov- The written or oral contract or agreement erage Part,whichever are less. If no limits are must be currently In effect or become ef- specified in the written contract or agreement, fective during the term of this Coverage or if there is no written contract or agreement, Part. The contract or agreement also the limits applicable to the additional Insured must_he executed prior to the 'bodily in- are those specified in the Declarations of this Jury','property damage"or'Personal and Coverage Part. The limits of insurance are in- advertising Injury" to which this endorse- clusive of and not In addition to the limits of ment pertains. insurance shown in the Declarations. includes copyrighted material of Insurance GA 472 10 01 Services Office,Inc.,with its permission. Pagel of 2 PDF created with pdfFactory Pro trial version www.pdffactory.com 4. The following are added to SECTION I - c. "Bodily injury" or"property damage" arts- COVERAGES, COVERAGE A. BODILY Ing out of"your work"for which a consoll- INJURY AND PROPERTY DAMAGE dated (wrap-up) Insurance program has LIABILITY, 2. Exclusions and SECTION I - been provided by the prime contractor 1 COVERAGES, COVERAGE B. PERSONAL project manager or owner of the con- AND ADVERTISING INJURY LIABILITY, 2. structlon project In which you are in- Exclusions: volved. The insurance provided to the additional In- 5. SECTION IV - COMMERCIAL GENERAL cured does not apply to: LIABILITY CONDITIONS,5. Other Insurance a. "bodily injury", "property rdamage" or is amended to include: "personal and advertising injury" arising a. where required by a written contract or out of the: agreement,this insurance is primary and f Rendering of, or failure to yonder, �or noncontributory as respects any other ( ) 9 insurance policy issued to the additional any professional architectural, engi- insured,and such other insurance policy neering or surveying servioes, in- shall be excess and 1 or noncontributing, cluding: whichever applies,with this Insurance. (a) The preparing, approving or b. Any insurance provided by this endorse- failing to prepare or approve ment shall be primary to other insurance maps, shop drawings, opinions, available to the additional Insured except: reports, surveys, field orders, change orders or drawings and (1) As otherwise provided in SECTION specifications;and IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 5. Other (b) Supervisory, Inspection, archi- Insurance,b.Excess Insurance;or #ec#ural or engineering activities; negligence (2) For any other valid and collectible in- (2) Sole g g ence or willful misconduct surance available to the additional of, or for defects In design furnished insured as an additional insured by by, the additional insured or its "em- attachment of an endorsement to ployees", another insurance policy that is writ- b. 'Bodily injury'or "property damage" arls- ten on an excess basis. In such Ing out of "your work" included in the case, the coverage provided under "products-completed operations hazard", this endorsement shall also be ex- cess. Includes copyrighted material of Insurance GA 47210 01 Services Office,Inc.,with Its permission. Page 2 of 2 PDF created with pdfFactory Pro trial version www.pdffactory.com