Loading...
HomeMy WebLinkAboutGEI Consultants Phase I Environmental Site Assessment Marion Road Water Tower/Annex Land201Z AGREEMENT This AGREEMENT, made on the S!Nay of 2018, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and GEI CONSULTANTS, INC., 3159 Voyager Drive, Green Bay, WI 54311, 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 PHASE I ENVIRONMENTAL SITE ASSESSMENT. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Paul J. Killian, P.E. — Senior 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 II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: James Rabe, P.E., CPESC — Director of Public Works ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Proposal. The 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. 1:\Engineering\2016 CONTRACTS\16-22 Marion Rd WtrTwrRepl\Project_Information\Contract Page 1 of 6 Info\Consultant Agreements\GEI\16-22 GEI Agreement -Ph I ESA_5-31-18.docx All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and 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. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. 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 VII. 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. 1: \ Engineering\ 2016 CONTRACTS \ 16-22 Marion Rd W tr Twr Repl \ Project_lnformation \ Contract Page 2 Of 6Info\Consultant Agreements\GEI\16-22 GEI Agreement -Ph I ESA_5-31-18.docx ARTICLE VIII. 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. The CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY -furnished equipment and/or materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT a copy of such policy. ARTICLE X. 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 CONSULTANT's 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, 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. L\ Engineering \ 2016 CONTRACTS \ 16-22 Marion Rd W tr Twr Repl \ Project_lnformation \ Contract Page 3 Of 6Info\Consultant Agreements \ GEI \ 16-22 GEI Agreement -Ph I ESA-5-31-18.docx ARTICLE XI. 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 Proposal dated May 30, 2018 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 XII. 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: • Lump Sum Not to Exceed $2,450 (Two Thousand Four Hundred Fifty 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 XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her 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 the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon 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. I: \ Engineering \ 2016 CONTRACTS \ 16-22 Marion Rd W tr Twr Repl \ Project_ Information \ Contract Page 4 of 6 Info \ Consultant Agreements \ GEI \ 16-22 GEI Agreement -Ph I ESA_5-31-18.docx 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 XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XV. 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 XVI. 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. The 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. C\Engineering\2016 CONTRACTS\16-22 Marion Rd Wtr Twr Repl\Project_Information\Contract Page rJ of 6 Info\Consultant Agreements\GEI\16-22 GE1 Agreement -Ph I ESA_5-31-18.do" ARTICLE XVII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. ARTICLE XVIII. NO THIRD -PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and CONSULTANT and has no third -party beneficiaries. In the Presence of: (Seal of Consultant if a Corporation) (Witness) CONSULTANT By z , "el (Specify Title) By: (Specify Title) CITY OF 0 Rabe, P.E., Director of Public Works 1:\Engineering\2016 CONTRACTS\16-22 Marion Rd Wtr Twr Repl\Project_Information\Contract Page 6 of 6 Info\Consultant Agreements\GE1\16-22 GEl Agreement -Ph I ESA_5-31-18.docx :(, $L11til-Ig May 30, 2018 1snginccrs and RECEIVED MAY 3T 2018 DEPT OF PUBLIC WORKS OSHKOSH, WISCONSIN 5cic„risrs Ms. Darlene Brandt Grants Coordinator Community Development Department 215 Church Ave., P.O. Box 1130 Oshkosh, Wisconsin 54901 RE: Proposal for a Phase I Environmental Site Assessment Marion Road Water Tower and Annex Land Swap 470 Marion Road Oshkosh, Wisconsin GLam. ,uftan4S Thank you for contacting GEI Consultants, Inc. (GEI) to request a proposal to complete a Phase I Environmental Site Assessment (ESA) for a mixed-use commercial and industrial property at 470 Marion Road, City of Oshkosh, Winnebago County, Wisconsin. This proposal summarizes our understanding of the project and outlines our scope of services, the anticipated schedule, and associated costs. Background and Purpose We understand that the City of Oshkosh is negotiating a land swap of two adjoining parcels between the City of Oshkosh and Annex 71 LLC. The property located at 482 Marion Road is comprised of an approximately 0.4 -acre parcel of land (Parcel ID No. 90102490000) previously developed as the site of the City of Oshkosh Marion Road water tower. It is our understanding that the water tower has been removed and the underground vault will be removed soon. The property located at 470 Marion Road is comprised of an approximately 4.9 -acre parcel of land (Parcel ID No. 90102410100) previously developed as a mixed-use commercial and industrial site including multiple buildings. The focus of the land swap includes the northeast portion of the 470 Marion Road property and was previously developed with a one-story building with an approximate footprint of 4,300 square feet occupied by Lamico. It is our understanding that the building on the property has been removed. We understand that the City of Oshkosh has requested that a Phase I ESA be completed to identify potential environmental liabilities associated with the land swap site and to satisfy one of the requirements to qualify for landowner liability protections for CERCLA liability. Scope of Services We will complete one Phase I ESA for the site in general accordance with the American Society for Testing and Materials (ASTM) Standard E1527-13, titled "Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process, " which is recognized by the United States Environmental Protection Agency (EPA) to be compliant with Title 40, Part 312 of the Code of Federal Regulations (40 CFR 312), titled "Standards and Practices for All Appropriate Inquiries: Final Rule " (commonly referred to as the CERCLA AAI Rule). The purpose of the Phase I ESA is to identify, to the extent feasible, recognized %Vw .geiconsulranIs.com GrI Consultants, Inc. 3159 Voyager Drive, Green Bay, WI 54311 920.455.8200 fax 920.455.8225 Community Development 2 May 30, 2018 City of Oshkosh environmental conditions (RECs) in connection with the site. The Phase I ESA will include a site historical search, purchase and review of an environmental database report from a subcontract environmental records search firm, site reconnaissance, adjacent property reconnaissance (from public right-of-way areas or the site), interviews with people knowledgeable of site uses and conditions, and a written report. As part of the Phase I ESA, the "user," defined as the party (or parties) seeking to use the ASTM Standard to complete an environmental assessment of the site (the City of Oshkosh in this instance), should provide us with certain information concerning the site, including the name and contact information for the "key site manager" (person knowledgeable of site uses and conditions); results of a title and judicial records search for environmental liens and activity and use limitations; and a written response to the enclosed "User Questionnaire." If any of the requested information is not provided, the absence of such information may be identified as a "data gap" in the written report, per the ASTM Standard. The significance of the data gap will depend on site information that is reasonably ascertainable from other sources. We can complete an environmental lien and activity and use limitation search on your behalf for an additional cost of approximately $300, if requested. Project Schedule We understand that the City of Oshkosh has a closing date for the site at the end of the month of June 2018. Accordingly, we propose the following schedule which we anticipate will meet or exceed your expectations for this project. We can initiate the Phase I ESA immediately upon receipt of notification to proceed. Initial tasks may include a review of historical use information for the site and surrounding properties that is readily accessible online, ordering an environmental database report, scheduling the site visit, accessing local (city and/or county) records, and conducting interviews with people knowledgeable of site and surrounding property uses. We anticipate that a site visit can be arranged and completed by GEI within 10 days of receiving a notice to proceed. Following the site visit, and as Phase I ESA information is collected, we will provide a verbal report of significant findings, including any potential environmental issues that may warrant further assessment. We anticipate that the written report can be provided within two weeks following the site visit. If this proposed schedule does not meet your project requirements, please contact us and we will make an effort to modify our schedule to meet your needs. We will promptly provide notification if any delays are encountered during performance of these services. Assumptions We have assumed that you will obtain site access approval from the owner and we will have full access to the interior and exterior areas required to be assessed. We have assumed that other entities who may wish to rely on the Phase I ESA (e.g., site owner, etc.) will do so at their own risk. The "non -scope considerations" identified in the ASTM Standard, including environmental compliance, health and safety, asbestos, lead-based paint, wetlands, indoor air quality, and other items will not be addressed as part of the Phase I ESA; however, we can incorporate any or all of these into our due diligence services for an additional cost, if requested. GEI Consultants, Inc. Community Development 3 May 30, 2018 City of Oshkosh If the site or adjoining properties are identified in environmental databases, and in our opinion, a review of regulatory agency file records would be advisable to evaluate the significance of those listings (i.e., determine if they warrant consideration as a REC), we have assumed that those file records will be reasonably ascertainable (i.e., records are available on-line, provided to us electronically, and/or are mailed to us by the regulatory agency at no or little additional cost and within the time constraints of the project) and practically reviewable (i.e., can be reviewed with a reasonable amount of effort [typically less than one hour per site]). Fee and Conditions of Service We propose to complete these services for a fixed-price fee of $2,450 under the terms and conditions of the City of Oshkosh Agreement specific to this project. Should you have any questions with regard to the scope of services, fee, or work schedule as presented herein, please contact us. We thank you for the opportunity to submit this proposal and look forward to working with you on this project. Sincerely, GEI CONSULTANTS, INC. Sarah JolMartens FPaullKillian, P.E. Environmental Staff Senior Project Manager Enclosure: User Questionnaire SJM:cah K\City of Oshkosh\Proposals\2018\Marion Rd Land Swap\Phase I ESA Proposal_Marion Rd Land Swap.docx GEI Consultants, Inc. GEICONS-01 DGHIGLIAZZA ACO I� L7 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/06/2018 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 have ADDITIONAL INSURED provisions or 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 _ Ames & Gough RECEI 859 Willard Street RECEIVED Suite 320 Quincy, MA 02169 MAY 1 2018 CONTACT NAME: HO No, Ext): (617) 328-6555 bac, No 617 328-6888 ):( ) EA -p RIL . boston amesgough.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Insurance Company of Pittsburgh, PA 19445 INSURED DEPT OH, PUBLIC ne WOR GEI Consultants, OS,CONN INSURER B: Continental Casual Company CNA A XV 20443 INSURER c:Steadfast Insurance Company 26387 INSURER D: 3159 Voyager Green Bay, Wl 54311 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. NOTVVITH STAN DING 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 INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X 5180276 03/01/2018 03/01/2019 EACH OCCURRENCE $ 1,000,000 DAMAGENTED aEoccccurence $ 300,000 MED EXP (Any oneperson) $ 25,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JE� LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY COMBINED a sBINEDt SINGLE LIMIT $ 1,000,000 BODILY INJURY Perperson) $ X ANY AUTO X 2961705 03/01/2018 03/01/2019 BODILY INJURY Per accident $ OWNED SCHEDULED AUTOS ONLY AUTOS PROPERTY DAMAGE Per accident $ X HIRED NON -AWNED AUTOS ONLY AUTOS ONLY $ B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS -MADE X 6011396137 03/01/2018 03/01/2019 AGGREGATE $ 2,000,000 DED RETENTION $ 0 $ A WORKERS COMPENSATIONPER AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? FN (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 012016047 03/01/2018 03/01/2019 OTH- X TAT TE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 C Professional Liab. PECO23359502 03/01/2018 03/01/2019 Per Claim 1,000,000 C PECO23359502 03/01/2018 03/01/2019 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: (PM Paul Killian) City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers shall be listed as additional insured with respect to General for ongoing and completed operations (Form#97837 & 97838), Auto and Umbrella Liability where required by written contract. General, Auto and Umbrella Liability is primary and non-contributory as required per written contract. A 30 Day Notice of Cancellation is provided in accordance with the policy terms and conditions. t_K City of Oshkosh Attn: City Clerk 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903 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 ftv�t 4a" ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD GEI Consultants, Inc. ENDORSEMENT This endorsement, effective 12:01 A.M. forms a part of General Liability 03/01/2018-03/01/2019 policy No. 5180276 issued to CEI CONSULTANTS, INC. by HAT I OVAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL. INSURED- OWNERS, LESSEES, OR CONTRACTORS - COMPLETED OPERATIONS Tlrls endorsement modlffes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF ADDITIONAL INSURED PERSON OR ORGANIZATION - ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: PER THE CONTRACT OR AGREEMENT. ADDITIONAL PREMIUM: (if No entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) SECTION II - WHO IS AN INSURED is amended to Include as an Insured; The person or organization shown in the Schedule, but only with respect to liability arising out of °your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and Included in the "products -completed operations hazard". All other terms and conditions remain unchanged. uthorized Re'0resentative or Countersi nature (in States Where Includes cop righted material of p"pp(fcablei 97$37 (4108) insurance Services Office, Inc., with its permission. Page 1 of 1 GEI Consultants, Inc. ENDORSEMENT This endorsement, effective 12:01 A -M, forms a part of General Liability 03/01/2018-03/01/2019 policy No. 5180276 issued to GE I CONSULTANTS, INC, by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES, OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modlfles Insurance provided under the following, COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) A. SECTION 11 -WHO IS AN INSURED is amended to Include as an insured; The person or organization shown in the schedule, but only with respect to liability arising out of your ongoing operations performed for that additional Insured. B. With respect to the Insurance afforded to these additional Insureds, SECTION 1 - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. - Exctusions, is amended to include the following additional exclusion; This Insurance does not apply to "bodily Injury" or "property damage" occurring after: (1) all work, including materials, parts or equipment furnished In connection with such worst, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site 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 intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions remain unchanged. "utho��rlzeeldresentative or Counterstggnature (in States Where Appiicablal 97838 (4/08) Includes copyrighted material of Page 1 of 1 Insurance Services Office, Inc., with its permission,