Loading...
HomeMy WebLinkAboutFox River Landscape Mng & Oshkosh/Hydroseeding & Mulching 2017 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: Chris Hanson Date: August 3, 2017 Fox River Landscape Management Subject: Executed Agreement 1413 Broad Street Hydroseeding&Mulching Oshkosh,WI 54901 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 Quantity Description 1 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is our executed agreement for hydroseeding and mulching. A City of Oshkosh Purchase Order will follow shortly. If you have any questions, please contact us. cc:_ Signed: TraL Taylo ' 6 1:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin-Const\Project_lnformation\Contract Info\Consultant agreements\Hydroseeding\16-01 Fox Rvr Landscaping LOT-Executed Agreement_8-3-17.docx CONTRACT THIS CONTRACT, made on the -O day of J 2017, by and between the CITY OF OSHKOSH, party of the first part, hereinafter refe ed to as CITY, and FOX RIVER LANDSCAPE MANAGEMENT, LLC, 1413 Broad Street, Oshkosh, WI 54901, 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 for HYDROSEEDING AND MULCHING. The CITY's Request for Quotations is attached to this CONTRACT, along with the CONTRACTOR's 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. Chris Hanson—Project Manager 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 contract: John Ferris,P.E.—Civil Engineering Supervisor ARTICLE 11I. 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. 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. 1:\Engineering\2016CONTRACTS\16-01 Libbe},Wtrshed-N Main St Area Det Basin- Page 1 of 4 Const\Project_Information\Contract Info\Consultant agreements\Hydroseeding\16-01 Fox Rvr Landscaping Contract_6-29-17.docx r ARTICLE IV. CITY REPONSIBILITIES The CITY shall furnish, at the CONTRACI'OR'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 CONTRACTOXs 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 The work to be performed under this CONTRACT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request for Quotations. 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. CITY's Request for Quotations dated June 15,2017 and attached hereto. 3. CONTRACTOR's Proposal dated June 23,2017 and attached hereto. 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 enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. 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 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 CONTRACTOR a statement as to the reason(s) for i withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a I written amendment to this CONTRACT executed by both parties prior to proceeding with the work covered under the subject amendment. {€E i (( h\Engineering\2016 CONTR4CIS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 2 of 4 Const\Project_Information\Contract Info\Consultant agreements\Hydroseeding\16-01 Fox Rvr Landscaping Contract6.29-17.docx E P i ARTICLE VIII. HOLD HARMLESS 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/her agents or assigns, his/her employees, or his/her 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 agrees to abide by the attached City of Oshkosh Insurance 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 CONTRACTOWs 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. 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. ARTICLE XI 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. I:\Engineering\2016 CONTRACCS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page.3 of 4 Const\Projeck-[nformation\ContradLifo\Consultantagreements\Hydroseedng\16-01FoxRvr Lanft aping Coutra�6-29-17rdorx ARTICLE XII. 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: CONTRACTOR C&ttto By: �-- �rj\'r-N1a"S O W N (Seal of CONTRACTOR (Specify Title) if a Corporation) By: (Specify Title) CITY OF OSHKOSH By: I-e-,�41— ' � - (Witness) Mark A.Rohloff,City Manager And: CIA, _ (Witness) Cler _f n SCR ��C APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this CONTRACT. 9Avf City Att mey City Comp ler I:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 4 of 4 Const\Proiett Information\ContractInfo\Consultant agreements\Hydroseeding\16-01 Fox Rvr Landso.ping Contm t_6-29-17.doex rA Cityt Oshkosh June 15, 2017 Mr. Chris Hanson Fox River Landscaping 1413 Broad Street Oshkosh,WI 54901 E-Mail: chris Hanson@foxriverlandscapemana,.,,em.ent.cofn RE: Request for Quotation for Hydroseeding and Mulching for the City of Oshkosh Dear Chris, The City of Oshkosh is hereby requesting quotations to be submitted for hydroseeding and mulching at a City borrow site located on the property north of 2445 North Main Street in Oshkosh,Wisconsin. The work will consist of the hydroseeding with Wisconsin Department of Transportation Seed Mix 20 and a hydromulch that conforms to the current edition of the Standard Specifications for City of Oshkosh, Wisconsin. Enclosed with this letter are copies of the Request for Quotations, the Proposal Form, the City of Oshkosh's Standard Contract, and the City of Oshkosh's Standard Insurance Requirements. The information contained I in this letter and the enclosures shall become a part of the Contract with the Contractor selected to perform I these services. i I Please submit one(1) copy of the completed Proposal Form by 10:00 a.m.,Friday,June 23,2017 to: Tracy Taylor City of Oshkosh Department of Public Works PO Box 1130 Oshkosh,WI 54903-1130 i If you have any questions, please contact Kris Lyons at (920)236-5065 or via e-mail at ktvons@ci.oshkosh.vvi.us. Sincerely, . I John Ferris, P.E. Civil Engineering Supervisor II JF/tlt Enclosures 1:\Engineering\2016 CONTRACT5\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 1 of 1 Const\Project_lnformation\Contract Info\Consultant agreements\Hydroseeding\16-01 Fox Rvr Landscaping Hydroseeding Cover Ltr-6-15-17.docx City Hall,215 Church Avenue P.O.Box 1 130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us CITY OF OSHKOSH REQUEST FOR QUOTATIONS FOR HYDROSEEDING AND MULCHING AT CITY'S NORTH MAIN STREET BORROW SITE Work Summary The City of Oshkosh is soliciting Quotations for the immediate hydroseeding and hydromulching of all exposed soil areas at a City borrow site located on the property north of 2445 North Main Street in Oshkosh, Wisconsin. The area to be seeded is approximately 14,520 square yards (three (3) acres) (see enclosed figure). The Contractor is responsible for verifying site conditions, access limitations, and actual area of exposed soil that is to be seeded. The Contractor is to provide all labor, equipment, and materials to complete the required work. The Contractor shall apply a Wisconsin Department of Transportation (WDOT) Seed Mix 20 at rates specified by the WDOT, along with a hydromulch in accordance with Section 2600.2.14 of the current edition of the Standard Specifications for City of Oshkosh, Wisconsin. The site will be accessed through the gate on North Main Street. The Contractor shall be compensated on a lump sum basis upon acceptance of the work by the City Engineer or his designee. The Contractor must meet all City of Oshkosh insurance requirements and standard terms and conditions (enclosed). I Quotations shall be submitted to Tracy Taylor, City of Oshkosh Department of Public Works, Engineering Division, PO Box 1130, Oshkosh, WI 54903-1130 by 10:00 a.m. on June 23, 2017. An envelope plainly marked, "Hydroseeding — North Main Street Borrow Site", along with the bidder's name shall be submitted. All documentation will be submitted to the Department of Public Works at the i address provided. Please contact Kris Lyons at (920)236-5065 or klyons@ci.oshkosh.wi.us with any questions. E Time Requirements Hydroseeding shall be completed within four (4) weeks of the execution of a contract. The successful Contractor shall sign and return the Contract and all required documentation within ten (10) business days of notification of acceptance. Quotes may be held by the City for thirty (30) days. Upon mutual agreement, the Contractor and the City may change the installation window for which the work will be completed. 1:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 1 of 2 Const\Project_Information\Contract Info\Consultant agreements\Hydroseeding\16-01 RFtZ5- 18-2017.docx Requirements Before Invoices will be Paid The City will verify work completed and send the Contractor an itemized list of uncompleted work needed to complete the project. Upon completion of the list, the Contractor shall submit an invoice for payment. 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 Quotation will become legally binding terms. The City will also include in the Contract other provisions 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. l 1:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 2 Of 2 Const\Project_lnformation\Contract Info\Consultant agreements\Hydroseeding\16-01 RFQ5- 18-2017.docx PROPOSAL FOR HYDROSEEDING AND MULCHING AT CITY'S NORTH MAIN STREET BORROW SITE We, the undersigned, propose to carry out the assigned hydroseeding and hydromulching at the City's North Main Street borrow site for the following rate. Rate shall include all cost of labor, materials, use of equipment, and any incidentals required to complete the work as specified. 1. Hydroseeding and Hydromulching of approximately 14,520 acres at the City's North Main Street borrow site. $ Lump Sum Submitted by: Name of Company I Name &Title of Person Submitting Quote e i Date i i E I:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 1 of 1 Const\Project_Information\Contract Info\Consultant agreements\Hydroseeding\16-01 RFQ_5-18- 2017.docx CONTRACT THIS CONTRACT, made on the day of 2017, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and (Name & address), 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 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. PROTECT MANAGER A. Assignment of Project Manager. The CONTRACTOR has assigned the primary individual identified below to manage the PROJECT described in this CONTRACT. 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. i ARTICLE II. CITY REPRESENTATIVE i � The CITY shall assign the following individual to manage the project described in this E contract: John Ferris, P.E.—Civil Engineering Supervisor i t 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. l 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. i f 1:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 1 of 4 i'. Const\Project_Information\Contract Info\Consultant agreements\Hydroseeding\16-01 Hydroseeding Contract 6-15-17.docx fl 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 The work to be performed under this CONTRACT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request for Quotations. 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. CITY's Request for Quotations dated June 15, 2017 and attached hereto. 3. CONTRACTOR's Proposal dated and attached hereto. 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 enumerated above shall govern over any other component part which [ follows it numerically except as may be otherwise specifically stated. j 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 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 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. L\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 2 of 4 Const\Project_Information\Contract Info\Consultant agreements\Hydroseeding\16-01 Hydroseeding Contract 6-15-17.doex ARTICLE VIII. HOLD HARMLESS 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/her agents or assigns, his/her employees, or his/her 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 agrees to abide by the attached City of Oshkosh Insurance 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 i to the date of termination. 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. ARTICLE XI. 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. l:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 3 of 4 Const\Project_Information\Contract Info\Consultant agreements\Hydroseeding\16-01 Hydroseeding Contract 6-15-17.docx ARTICLE XII. 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: CONTRACTOR By: (Seal of CONTRACTOR (Specify Title) if a Corporation) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager I And: (Witness) Pamela R. Ubrig, City Clerk i t APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this CONTRACT. C' E City Attorney City Comptroller 1:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 4 of 4 Const\Project_lnformation\Contract Info\Consultant agreements\Hydroseeding\16-01 Hydroseeding Contract 6-15-17.docx 4/14114 CITY OF OSHKOSH INSURANCE REQUIREMENTS V. STREET/SIDEWALK OBSTRUCTION / SIDEWALK LAYERS / CURB CUT CONTRACTORS / WORK IN RIGHT-OF-WAY LICENSES 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 is primary 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. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $500,000 each occurrence limit (2) $500,000 personal liability and advertising injury (3) $500,000 general aggregate (4) $500,000 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 for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this protect/location 2. BUSINESS AUTOMOBILE COVERAGE— If this exposure shall exist: A. $500,000 Combined Single Limit for Bodily Injury and Property Damage each accident. E B. Must cover liability for Symbol #1 - "Any Auto" — including Owned, Non-Owned and Hired Automobile Liability. 3. WORKERS COMPENSATION AND EMPLOYERS LIABILITY— "If" required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. i 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 i V - 1 E g b� 4114/14 4. BUILDER'S RISK / INSTALLATION FLOATER / CONTRACTOR'S EQUIPMENT OR PROPERTY The contractor is responsible for loss and coverage for these exposures. City of Oshkosh will not assume responsibility for loss, including loss of use, for damage to property, materials, tools, equipment, and items of a similar nature which are being either used in the work being performed by the contractor or its subcontractors or are to be built, installed, or erected by the contractor or its subcontractors. 5. 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 Workers Compensation Policies. 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. I i i I i i E `t I' V - 2 i 1 DATE(MM/DD/YYY) CERTIFICATE OF LIABILITY INSURANCE 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(ies) 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 endorsement(s). PRODUCER CONTACT Insurance Agency contact NAME: Insurance Agent's --- -- information,including street PHONE contact information. FAX address and POBoxif (AIC.No.Ext): __. -.i(A/C.No): applicable. E-MAIL ADDRESS: INSURERS)AFFORDING COVERAGE INSURER A: ABC Insurance Company NAIC# INSURED Insured's contact information, INSURER B: XYZ Insurance Company____ NAIC# _ including name,address and --- -- -_-- ------ - --- phone number. INSURER c: LMN Insurance Comp>an NAIC# — —---- — — INSURER D__ -- Insurerfs)must have a minimum A.M.Best rating of A- and a Financial Performance Rating of or better. _-' -' ---- INSURER E: INSURER F. COVERAGES CERTIFICATE NUMBER: 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 AMY 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 I ADDLSUBR TPOLICY EFF POLICY EXP—` LTR TYPE OF INSURANCE i INSR�WVD POLICY NUMBER MMIDD/YYY MM/DD/YYY LIMITS iGENERALLIABILITY EACH OCCURRENCE._ I $.500,000 ®-- ® I ❑ 1�� �� DAMAGES(RENTED COMMERCIAL GENERAL LIABILITY General Liability Policy Number Policy effective and expiration date. PREMISES(Ea occurrence) $50,000 A I ❑CLAIMS-MADE 1®"OCCUR ! MED EXP(Any one person) $5,000 �f®1 ISO FORM CG 20 37 OR EQUIVALENT I i I PERSONAL&ADV INJURY $500,000 ! GENERAL AGGREGATE-,. $500,000 IGEN'L AGGREGATE LIMIT APPLIES PER: IPRODUCTS_.COMP/OP AG- $,500,000 ❑j i®IPRO-❑ i- - _ -. -- POLICY LOC $ JECT; :AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT I I (Ea accident) $500,000 I ANY AUTO ® ❑ Auto Uability Policy Number Policy effective and expiration date. (BODILY INJURY(Per person) $ B []!AUTOS SCHEDULED ;AUTOS ' AUTOS 'BODILY INJURY(Per accident) $ t I--iNED I ( PROPERTY DAMAGE s ❑I HIRED AUTOS AUTOS (P �� er accident) --- , $— --- -- AUTOS ! I DI ❑( I I $ OCCUR .I El OCCURRENCE $ i ,❑UMBRELLA LIAB ❑ ------ !❑DED RETENTION$IMS-MADE r F EXCESS LIAB AGGREGATE $ I ❑ —❑ $ WORKERS COMPENSATION ❑ ❑ ® WC STATU-'�❑ OTH i STORY LIMITS' ER AND EMPLOYERS'LIABILITY _ _ _ F OFFICE/MEMBERANY REXCLUDED?XECUTI YEN I E.L.EACH ACCIDENT $100,000 Workers Compensation Policy Policy effective and expiration date. -- - -.. - (Mandatory in NH) N Number E.L.DISEASE-EA EMPLOYEE' $100,000 ,If yes,describe under "DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000 F] DESCRIPTION DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) 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 V SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 5 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE,THEREOF,NOTICE WILL BE DELIVERED IN 21 21Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. PO Oshkosh,WI 54903-1130 Please indicate somewhere on this certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) 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 I Information required to com tete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — 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: i 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 V SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for. CG 20 10 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 13 POLICY NUMBER: Policy# 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 V SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for. CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 ❑ -- RECEIVED PROPOSAL JUN 2 3 2017 FOR HYDROSEEDING AND MULCHING DEPT OF PUBLIC WORKS AT CITY'S NORTH MAIN STREET BORROW SITE OSHKOSH, W ISCON( SIN� We, the undersigned, propose to carry out the assigned hydroseeding and hydromulching at the City's North Main Street borrow site for the following rate. Rate shall include all cost of labor, materials, use of equipment, and any incidentals required to complete the work as specified. 1. Hydroseeding and Hydromulching of approximately ®U 14,520�5 at the City's North Main Street borrow site. $ j?- 131t2 Lump Sum Submitted by: Name of Company Name&Title of Person Submitting Quote O�� � 1"1 Date i 1:\Engineering\2016 CONTRACTS\16-01 Libbey Wtrshed-N Main St Area Det Basin- Page 1 OE 1 Const\Project Information\Contract Info\Consultant agreements\Hydroseeding\16-01 RFQ-5-18- 2017.docx AC CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) �...r 07/31/2017 PRODUCER RECr_jvF_-D THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION LAKESHORE FINANCIAL GROUP LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 549 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 14 WESTERN AVE 2 17 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FOND DU LAC WI 549366-0-0 749 AUG ERS AFFORDING COVERAGE NAIC# INSURED ' Ip ERA PEKIN FOX RIVER LANDSCAPE MANNaEMw+�)tL tSCO �`. INSURER B: PO BOX 2941 INSURER C: OSHKOSH WI 54903 INSURER D: INSURER E: ^- _— COVERAGES 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDtM DATE IMMDfyIRATYI UMITS GENERALLIABWTY CLO146394 9-30-16 9-30-17 EACH OCCURRENCE S 1,000,000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENT 100,000 PREMISES Ea occurence $ CLAIMS MADE F,/� OCCUR MED EXP(Any one person) $ - 5,000 PERSONAL BADV INJURY $ 1,000,000 GENERAL.AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ 2,000,000 POLICY PROJECT n LOC AUTOMOBILE LIABILITY 0OP669668 9-30-16 9-30-17 COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO (Ea accident) Alt OWNED AUTOS BODILY INJURY $ �/ SCHEDULED AUTOS (Por person) HIRED AUTO B BODILY INJURY $ NON-OWNEDAUTOS (Per accident) COMP DED 500 PROPERTY DAMAGE COLL DED 500 (Per accident) S GARAGE LIABILITY AUTO ONLY-EAACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLALIABILITY OOCU24756 9-30-16 9-30-17 EACH OCCURRENCE $ 1,000,000 �I OCCUR F CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND OOWC92573 09-30-16 09-30-17 TORY LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE E.L EACH ACCIDENT $ _ 500,000 OFFICERIMEMBER EXGLUDED? 500,000 E.L.DISEASE-EA EMPLOYEE $ _ II yes,describe under 500,000 SPECIAL PROVISIONS below E.L-DISEASE-POLICY LIMIT $ OTHER OEStRIP[[ON OF OPERATIONS I LOCATIONS I VEHICLES I EXGLU51ONS ADDED BY LNDOR154ENT I SPECIAL PROVISJUNS ADDITIONAL INSUREDS PER ATTACHED ENDORSMENTS. CERTIFICATES OF INSURANCE ACCEPTABLE TO THE CITY OF OSHKOSH SHALL BE SUBMITTED PRIOR TO COMMENCEMENT OF THE WORK TO THE APPLICABLE CITY DEPARTMENT. THESE CERIFICATES SHALL CONTAIN A PROVISION THAT COVERAGE AFFORDED UNDER THE POLICIES WILL NOT BE I CANCELED OR NON RENEWED UNTIL AT LEAST 30 DAYS PRIOR WRITTEN NOTICE HAS BEEN GIVEN TO THE CITY CLERK-CITY OF OSHKOSH. I CERTIFICATE HOLDER CANCELLATION CITY OF OSHKOSHATTN: CITY CLERK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 215 CHURCH AVE DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN PO BOX 1130 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL OSHKOSH WI 54903-1130 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 1 KEVIN KRUG ACORD 25(2001108) ©ACORD CORPORATION 1988 I POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS -r- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional insured Person(s) Or Or anization s : Location And Description Of Completed Operations CITY OF OSHKOSH 215 CHURCH AVE PO BOX 1130 ANY AND ALL JOB SITES OSHKOSH WI 54903 Information required to complete this Schedule, if not shown above will be shown in the Declarations. Section 11 — 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". i r i f E Off CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 0 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 CITY OF OSHKOSH 215 CHURCH AVE PO BOX 1130 ANY AND ALL JOB SITES OSHKOSH WI 54903 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 exciu- 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. CG 20 10 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 0