Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Master Plan & Bid documents Spanbauer Park Baseball Field
PROFESSIONAL SERVICES AGREEMENT MASTER PLAN AND BID DOCUMENTS — CITY OF OSHKOSH SPANBAUER PARK BASEBALL FIELD THIS AGREEMENT, made on the 10TH day of APRIL 2018 by and between the CITY of OSHKOSH, hereinafter referred to as CITY, and RETTLER CORPORATION, 3317 BUSINESS PARK DRIVE, STEVENS POINT, WI 54482, hereinafter referred to as the CONSULTANT. WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following Agreement. 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. Consultant's Professional Services Proposal dated MARCH 12, 2018, 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. CITY REPRESENTATIVE The CITY shall assign the following individual to manage this Agreement: (RAY MAURER, CITY OF OSHKOSH PARKS DIRECTOR) SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's attached Professional Services Proposal. CITY may make or approve changes within the general Scope of Services contained within the Professional Services Proposal and in this AGREEMENT. If such changes affect CONSULTANT's cost or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. City Hall, 215 Church Avenue P.O. Box 1 130 Oshkosh, WI 54903-1130 http://www.ci.oshkosh.wi.us RECORDS AND INSTRUMENTS OF SERVICE All reports, drawings, software, data, computer files, and other materials, documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. Any document related to this agreement, whether in electronic or paper form, is considered a public record and shall be provided to the City upon request. The contractor may provide the City with an explanation of why they believe any document should not be released to the public. The City shall make all final determinations regarding the existence or release of any document related to this agreement. TERM AND TERMINATION A. Term. This Agreement shall commence upon the date indicated above and shall terminate on SEPTEMBER 15, 2018, unless terminated earlier by one of the parties as provided below. B. Termination. 1. For Cause. If either party shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the other party shall have the right to terminate this Agreement by written notice. In this event, the CONSULTANT shall be entitled to compensation to the date of delivery of the Notice. 2. For Convenience. The CITY may terminate this Agreement at any time by giving written notice to the CONSULTANT no later than 30 calendar days before the termination date. TIME OF COMPLETION 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, or failure of performance by the CITY. 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. 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. ASSIGNMENT Contractor shall not have the right to assign this Agreement without the written prior consent of the City. INDEPENDENT CONTRACTOR CONSULTANT is an independent contractor and is not an employee of the CITY. COOPERATION IN LITIGATION AND AUDITS Contractor shall fully and completely cooperate with the City, the City's insurer, the City's attorneys, the City's Auditors or other representative of the City (collectively, the "City" for purposes of this Article) in connection with (a) any internal or governmental investigation or administrative, regulatory, arbitral or judicial proceeding (collectively "Litigation") or internal or governmental Audit, with respect to matters relating to this Agreement; other than a third party proceeding in which Contractor is a named party and Contractor and the City have not entered into a mutually acceptable joint defense agreement. Such cooperation may include, but shall not be limited to, responding to requests for documents and/or other records, and making Contractor's employees available to the City (or their respective insurers, attorneys or auditors) upon reasonable notice for: (i) interviews, factual investigations, and providing declarations or affidavits that provide truthful information in connection with any Litigation or Audit; (ii) appearing at the request of the City to give testimony without requiring service of a subpoena or other legal process; (iii) volunteering to the City all pertinent information related to any Litigation or Audit; and (iv) providing information and legal representations to auditors in a form and within a timeframe requested. City shall reimburse Contractor for reasonable direct expenses incurred in connection with providing documents and records required under this paragraph and may require, at the City's sole discretion, such expenses to be documented by receipts or other appropriate documentation. Reasonable direct expenses include costs, such as copying, postage and similar costs; but do not include wages, salaries, benefits and other employee compensation. Contractor shall not be entitled to additional compensation for employee services provided under this paragraph. 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. 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. CONSULTANT may reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. 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. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the Agreement the amount as outline in the Cost portion of the Consultant's Professional Services Proposal. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within 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. 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, its agents or assigns, its employees, or its subcontractors related 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 CONTRACTOR harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CITY, its agents or assigns, its employees, or its subcontractors related to the performance of this Agreement or be caused or result from any violation of any law or administrative regulation, 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. It is the intention of the parties to this Agreement that each party shall be solely responsible for its own actions and activities and the actions and activities of its own officers, employees and agents while acting within the scope of their employment INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements for Professional Services. WHOLE AGREEMENT / AMENDMENT 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. NO THIRD -PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third -party beneficiaries. AGREEMENT NOT TO BE CONSTRUED AGAINST ANY PARTY This Agreement is the product of negotiation between the parties hereto and no term, covenant or provision herein or the failure to include a term, covenant or provision shall be construed against any party hereto solely on the basis that one party or the other drafted this Agreement or any term, covenant or condition contained herein. NO WAIVER Failure of either party to insist upon the strict performance of terms and provisions of this agreement, or any of them, shall not constitute or be construed as a waiver or relinquishment of that party's right to thereafter enforce such term or provision, and that term of the provisions shall continue in full force and effect. NON-DISCRIMINATION The Operator agrees not to discriminate in its operations under this Agreement on the basis of race, color, creed, age, and gender, or as otherwise prohibited by law. A breach of this covenant may be regarded as a material breach of this Agreement SEVERABILITY If any term, covenant, condition or provision of this agreement shall be invalid or enforceable, the remainder of this agreement shall not be affected thereby the remainder of the agreement shall be valid and enforceable to the fullest extent permitted by law. CHOICE OF LAW AND VENUE The laws of the State of Wisconsin shall govern the interpretation and construction of this Agreement. Winnebago County shall be the venue for all disputes arising under this Agreement. IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused this contract to be sealed with its corporate seal and to be subscribed to by its City Manager and City Clerk and countersigned by the Comptroller of said City, and CONSULTANT hereunto set its hand and seal the day and year first above written. ;x esen e of: (Seal of Contractor if a Corporation.) CONTRACTOR Name o Com�%paany/Fi By: ' ' p sloeN-r (Specify Title) CITY OF OSHKOSH Mark A.`Rohloff, City Manager (Wi s) And:)Ukc .� ( SS) Pamela R. Ubrig, City Clerk J APPROVED: ity torney I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract � 1 ) �a 'v ' �4cn City Comptroller MWE MASTER PLAN AND BID DOCUMENTS PROPOSAL OshkoshCITY OF OSHKOSH — SPANBAUER PARK BASEBALL FIELD March 12, 2018 City of Oshkosh — Parks Department Mr. Raymond Maurer 805 Witzel Ave. PO Box 1130 Oshkosh, WI 54903-1130 Scope of Services: The City of Oshkosh has identified the need to study the existing baseball field facilities located Spanbauer Park in Oshkosh, Wisconsin. The City wishes to conduct a site facility improvement pian / analysis in order to prioritize future site-based capital expenditures. To assist the City in this analysis, Rettler Corporation proposes to provide the following professional services: I. Data Collection A. Obtain information of the existing site from the City of Oshkosh, Winnebago County, and Wisconsin DNR. B. Obtain existing wetland, floodplain, environmental and soils information (available from Winnebago County, WDNR, and federal agencies). C. Identify adjacent land uses and potential neighborhood issues. D. Conduct a site facility review including site operations staff and a Rettler professional civil engineer or landscape architect to assess the adequacy and condition of existing hard surfaces (roadways and walks) and existing storm water management infrastructure at the site. E. Meet with City to discuss existing site conditions and identify objectives / concerns with respect to future site improvements. ]RETTLER corporotion MASTER PLAN AND BID DOCUMENTS PROPOSAL CITY OF OSHKOSH — SPANBAUER PARK BASEBALL FIELD Oshkosh II. Topographic Mapping of the Baseball Facilities will Consist of the Following Elements A. Contours — (1foot) 1. Elevations will beset upon official USGS Datum. 2. Show any existing floodplain on the property. 3. Provide two (2) benchmarks set to existing USGS Datum. B. Structures 1. Footprint of all existing structures with dimensions of each at the foundation lines. 2. Finish floor elevations will be shown at the entrances to all structures. C. Features 1. Any permanent site features (examples: fence, mechanical features and pads, retaining walls, lights, scoreboards, signs, etc.). 2. All adjoining street features out to the existing centerlines. D. Hard Surface 1. Bituminous 2. Concrete walks 3. Curbs E. Trees Within Project Area 1. All separate free standing trees having a diameter of 3" or greater. 2. Edge of heavy wood areas. F. Utilities 1. Power overhead. 2. Sanitary and storm manholes. 3. Size and depth of sanitary and storm piping. 4. Watermain. 5. Electric. 6. Telephone. 7. Fiberoptic. 8. Gas. Note: Utility information will be based on information provided by others; (diggers hotline locate) any private utilities need to be made available to the Surveyor so that they may be shown on map. Private utilities may be located as part of the survey at an additional cost. Coordination would be done by Rettler Corporation. Oil i RETTLER corporation MASTER PLAN AND BID DOCUMENTS PROPOSAL CITY OF OSHKOSH — SPANBAUER PARK BASEBALL FIELD Oshkosh G. Property Lines 1. Property boundary will not be surveyed as part of this project, however, should a Certified Survey be required, property services can be negotiated. H. Final Map 1. Hard copy map will be provided, as well as a digital PDF. III. Site Analysis — Review Existing Site Features A. Prepare a site analysis for the project sites addressing the following issues: 1. Topography and slope 2. Views and vistas (positive and negative) 3. Existing drainage features and patterns 4. Soils and bedrock 5. Major vegetation types and locations 6. Environmentally sensitive areas 7. Existing street/ roadway locations 8. Potential vehicle access points 9. Internal and external traffic circulation 10. Parking opportunities 11. Potential pedestrian circulation linkages 12. Relationship to existing athletic / recreation facilities 13. Buildings and other site structures 14. Utility locations 15.Adjacent property uses and impacts 16. ADA compliance 17. Existing infrastructure locations B. Evaluate existing athletic facilities for compliance with basic National Federation of State High School Athletic Associations, and WIAA safety and functional criteria. C. Develop Site Analysis Plan 1. Provide plan view of site elements, inventory and features. 2. Provide written list of site items which may need review and modification in the Master Plan. 91 RETTLER corporation f Oshkosh IV. 0 MASTER PLAN AND BID DOCUMENTS PROPOSAL CITY OF OSHKOSH — SPANBAUER PARK BASEBALL FIELD Development Program A. Meet with City to identify and prioritize proposed improvements and generate approximate spacial commitments to each facility element proposed for the Baseball Facilities. 1. Enhance Existing Uses a. Amended soils / irrigation. b. Under drainage system for entire field area. c. Fencing configuration at backstop and outfield options • Move outfield and backstop for a 220', 225', 220' configuration. • Multiple base path options for 55', 60', and 65' base paths with associated pitcher's plates. d. Sod all disturbed field areas. e. Stadium entry locations. f. Maintenance access. g, Infrastructure service locations. h. Storm water management requirements. i. Maintain existing lights. B. Review Process 1. Discuss and obtain approval of final list of items to include in the Facility Improvement Plan development. Master Plan Development A. Provide a preliminary facility improvement plan layout, which combines all elements from the development program. 1. Conduct a workshop session with the City to discuss / review the following: a. Layout, function and design. b. Accessibility. c. Environmental impacts. d. Implementation and constructability. e. Operational impacts and maintenance considerations. 2. Document consensus changes to the plan. B. Refine Facility Improvement Plan and develop preliminary estimates of probable construction cost. C. Review updated Facility Improvement Plan and cost estimates with the City. 91 �W� RETTLER corporotion lir Yr,,L,v! Ii Oshkosh W MASTER PLAN AND BID DOCUMENTS PROPOSAL CITY OF OSHKOSH — SPANBAUER PARK BASEBALL FIELD Assumptions A. Geotechnical Services and Wetland Delineation are not included in this proposal, Rettler Corporation will coordinate the work for the City at no cost. B. Additional property, legal and construction survey services are not included. VII. Compensation for Services A. All payments will be billed on a percent complete basis against the "Lump Sum" total. B. If the City changes the Scope of Services after initiation of services, the Consultant has the right to renegotiate the compensation for the charged services. C. All governmental fees will be paid directly by the others. D. Periodic invoices will be submitted on a 30 -day basis. The billing amount will be determined based upon the current percent completion of services. -1 RETTLER corporotion Oshkosh VIII. Fees MASTER PLAN AND BID DOCUMENTS PROPOSAL CITY OF OSHKOSH — SPANBAUER PARK BASEBALL FIELD A. Items 1 -II, Data Gathering and Survey .....................$1,650.00 B. Items III - V, Site Analysis, Development Plan .....,....$4,750.00 IX. Contract Agreement A. This proposal shall remain firm fora period of ninety (90) days after the date indicated below, as executed by Rettler Corporation. The proposal maybe withdrawn or renegotiated after this time. Rettler Corporation IL 'l/• �r' John Kneer, PLA, ASLA President City of Oshkosh Auth rized Representative March 12 2018 Date 3 1 .X01X Date 91 WRETTLER eorporotion ® CERTIFICATE OF LIABILITY INSURANCE ATE D02115/2017 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ) 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 NAME ,CC. No EXt: 715-341-3435 FNC No ROWE INSURANCE DBA JOHN R ROWE 1672 COUNTY HWY HH W ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# STEVENS POINT WI 54481 INSURER A: SECURA INSURANCE CO PH 715-341-3435 FX 715-344-1979 INSURED INSURER B: RETTLER CORPORATION 3317 BUSINESS PARK DR. INSURER C: STEVENS POINT WI. 54481 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 100337 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. I NSR LTR TY OF INSURANCE ANSDR SWVD POLICY NUMBER MM/DDY� POLICY EXP LIMITS A GENERAL LIABILITY X X BP3012881-4 7-1-2017 7-1-2018 EACH OCCURRENCE $ 1,000,000 DAMAGE O(Ea RENTED $ 100,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE I—XI OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 X GC 2010 & CG2037 OR EQUIVALENT GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY XPRO LOC JECT A AUTOMOBILE LIABILITY X X A3066228-4 7-1-2017 7-1-2018 (Ea accidentED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY Per accident) $ NON - SWNED HIRED AUTOS AUTOS (Per accident)EDAMAGEAGE $ $ A X UMBRELLA LIAB i X OCCUR X X CU3045985 7-1-2017 7-1-2018 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE DED I X I RETENTION $ 10, 000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A WC3012882 7-1-2017 7-1-2018 X TORY LIMITS ER E.L. EACH ACCIDENT $ 100,000 E.L. DISEASE - EA EMPLOYEE $ 100,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) ADDITIONAL INSUREDS- PER ATTACHED ENDORSEMENTS.. CIRTIFICATES OF INSURANCE ACCEPTABLE TO THE CITY OF OSHKOSH SHALL BE SUBMITTED PRIOR TO COMMENCEMENT OF THE WORKTO THE APPLICABLE CITY DEPARTMENT. THESE CERTIFICATES SHALL CONTAIN A PROVISION THAT COVERAGE AFFORDED UNDER THE POLICIES WILL NOT BE CANCELLED OR NON -RENEWED UNTIL AT LEAST 30 DAYS PRIOR WRITTEN NOTICE HAS BEEN GIVEN TO THE CITY CLERK -CITY OF OSHKOSH Gt_KIIl-IL,AIt MULUtK %,APit Ll_LAIIUN CITY OF OSHKOSH, ATTN: CITY CLERK 215 CHURCH AVE PO BOX 1130 OSHKOSH, WI 54903-1130 FX 920-236-5039 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©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 Organ izations : Locations Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. 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 damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 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 © ISO Properties, Inc., 2004 Page 1 of 1 ❑ 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 -- 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 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' or "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", CG 20 37 07 04 © ISO Properties, Inc,, 2004 Page 1 of 1 ❑