Loading...
Signed Contracts_R&R Visuals, WPCP Modifcatios ProjectMasterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Steve Sampson Brown, Project Manager SUBJECT: Water Pollution Control Plant Modifications Outfall Assessment - R &R Visual, Inc. DATE: June 2, 2011 ACTION TO BE TAKEN After this contract amount of $13,800 is deducted from the contingency funds, the remaining contingency balance is $1,890,894.73. Dubuque All- America City 2007 Attached is the Short Form Vendor Service Agreement between the City of Dubuque and R &R Visual, Inc. (Rochester, Indiana) to provide sonar and closed circuit television (CCTV) inspection of 2,400 feet of sanitary sewer pipe and 8 manhole inspections for the plant affluent ouffall pipe that leads to the Mississippi River. The Certificate of Liability Insurance has been reviewed and approved by Finance Director Ken TeKippe. The attached agreement is a signed copy. R &R Visual, Inc. will be sending the original agreement via the mail. However, since R &R Visual, Inc. would like to start the week of June 6, 2011, Engineering is requested the attached be executed. Upon execution of the noted agreement, please return to the Engineering office for further processing. cc: Jenny Larson, Budget Director Jonathan Brown, Water Pollution Control Plant Manager Gus Psihoyos, City Engineer Attachs. K: \PROJECTS \Water Pollution Control Plant Replacement \_Construction Admin \_Contracts\2011 06 -02 -11 MVM Memo re R &R Visual Agreement.doc Masterpiece on the Mississippi THIS VENDOR SERVICE AGREEMENT (the Contract), made in triplicate, between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and R &R Visual, Inc. (Vendor) of the City of (Vendor Name) 1828 W Olson Rd, Rochester, IN 46975 (Vendor Address - City and State) PROJECT TITLE: Outfall Assessment For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT and reports as described in attached proposal. City of Dubuque Engineering Dept. 50. W. 13"' Street Dubuque, IA 52001 (563) 589 -4270 (563) 589 -4205 FAX 1. To furnish all material and equipment and to perform all labor necessary for (the Project): Sonar and CCTV inspection of approximately 2,400 linear feet of sanitary sewer pipeline, 360 degree inspection of approximately 8 manholes, The work described above shall be completed at the following location(s): Dubuque, Iowa water pollution control plant outfall sewer and manholes as shown in attached Figures 1 and 2. The Project shall be completed in strict accordance with the terms as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, and in accordance with the Request For Proposal (RFP) Documents which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detailed statements thereof were repeated herein. Page 1 of 4 2. Contract Documents shall mean and include the following: This Contract; all ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Vendor's Proposal; and any Special Conditions, Plans and Specifications and General Requirements as adopted by the City Council for the Project. 3. AO materials used by the Contractor in the Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. Five percent (5 %) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Manager to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. The Contractor shall fully complete the Project under this Contract on or before 06/30/11 (DATE) 8. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City, its officers and employees, from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, :or injury to or destruction of property (other than the Project itself) including Toss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 9. Unless otherwise specified in the Contract Documents, prior to the commencement of any work on the Project and at all times during the performance of this Contract, the Contractor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule for Artisan Contractors or General Contractors. Page 2 of 4 10. The Vendor agrees that no work under this Contract shall commence on the Project until the City has issued a written "Notice to Proceed" to the Vendor. Any work started by the Vendor prior the issuance of the Notice to Proceed shall be considered unauthorized and done at the sole risk to the Vendor. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Manager, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total work completed at the prices stated in the Vendor's Proposal and Tess any liquidated damages provided for in the Contract Documents. The work as stated in the Contract Documents is approximate only, and the final payment shall be made for the actual work completed as covered by the Contract. CONTRACT ESTIMATED AMOUNT $ $ 3800 THE MAXIMUM CONTRACT AMOUNT SHALL BE LIMITED TO AN INCREASE OF 20 % OF THE ABOVE LISTED ESTIMATED AMOUNT. CITY OF q. UQUE, IOWA By: Michel C. Van Milligen City Manager VENDOR: R &R Visual, Inc. Bv: B Company Name ignature Kris Robison Printed Name CFO Title Signature Kris Robison Title Page 3 of 4 Printed Name CFO 5/10/11 Date VENDOR ACKNOWLEDGEMENT OF ATTACHED SPECIAL CONDITIONS: 5/10/11 Date The following special conditions shall apply to this Project: See attached proposal. See attached Figures 1 and 2. Page 4 of 4 REV. 02/08 w - R &R Visual, Inc. .� • 7 1828 W. Olson Rd. •• • Rochester. IN 46975 c O Phone: (800) 776 -5653 aL 'cc Sca v vw.scc c m seepipe• Mr. Steve Sampson Brown Project Manager City of Dubuque 50 West 13 Street Dubuque, Iowa 52001 Dear Mr. Brown, R &R Visual, Inc is pleased to present this proposal to City of Dubuque, IA. for the sonar and CCTV inspection of various pipelines in Dubuque. R &R Visual, Inc understands that this project consists of 2,400 feet of Sonar and CCTV inspection, and 8 manhole inspections in easements headed towards the Mississippi River. It will be possible for an ATV type vehicle to access all manholes. Manhole lids over 28" diameter will be removed by Project Owner. Outlet pipe is at an unknown location which may require special procedures to inspect along with help from project owner. Panaramo SI will be utilized for all manhole inspections, and a site visit may be necessary prior to project commencement. If additional information is desired, please contact our offices at (800) 776 -5653 or visit our website at http://www.seepipe.com. Everyone at R &R Visual, Inc. is looking forward to working with you on this project. Best Regards, Bryan Benn Operations Manager R &R Visual, Inc. 800 - 776 -5653 574 -224 -5455 PIPELINE INSPECTION EXPERTS IE Contract Holder Contract Number; GS-07F-0401W Page 1 of 5 5/10/1 1 R &R Visual, Inc. 1828 W. Olson Rd. Rochester, IN 46975 Phone: (800) 776 -5653 Fax: 574- 223 -7953 wwce.seenine.com Introduction and Connparry Background Contact Information R &R Visual, Inc. Contact: Bryan Benn — Field Supervisor 1828 W. Olson Rd. Rochester, IN 46975 PH: (574) 224 -5455 or (574) 223 -5426 FAX: (574) 223 -7953 Email: bbennOseepipe.com Website: Intp://www.seepipe.com CCTV Inspection TECHNICAL PROPOSAL PIPELINE INSPECTION EXPERTS GSA Contract Holder Contract Number: G5- 07F•0401W The new millennium has brought forth challenging environmental and industrial concerns. R &R Visual is conquering these challenges by offering complete subsurface inspection solutions. Founded in 1991, R &R Visual has been providing our unique services to the nuclear, petrochemical, industrial, and municipal sectors. We strive to be your single source subsurface inspection contractor utilizing the latest in technology coupled with a full staff of trained professionals. Taking on the tough and near impossible projects is our specialty. With our commitment to new technologies and methods, R &R has become one of the leading innovators of video -based and sonar inspections. In 2010 R &R Visual, a privately held company incorporated in Indiana, became a certified GSA Contractor (General Services Administration). This makes government contracting with R &R Visual even easier and more cost effective. R &R Visual, Inc will utilize a full color, broadcast quality pan & tilt camera transported via a float system, or 4- wheeled robot to inspect each pipeline. R &R Visual Inc. will be unable to televise pipes that are more than 80% of capacity due to clearance problems between camera and crown of pipe. R &R Visual Inc. will use an IBAK Argus for all CCTV inspections. Argus is equipped with always upright picture control, zoom, locator, laser, and 10 high intensity led lights. The Argus camera will illuminate pipes up to 120" with no additional lighting required. The robots are capable of traveling up to 1000 linear feet from a single access point. All operators are NASSCO trained and PACP certified. Inspection will meet all NASSCO standards. Detailed PACP reports will be generated, along with viewer DVD'. Page 2 of 5 5 /I0'1 I iCe Sc � ,seep ;pe c° R &R Visual, Inc. 1828 W. Olson Rd. Rochester, IN 46975 Phone: (800) 776 -5653 Fax: 574 -223 -7953 n ww. seepinc.com Sonar Inspection PIPELINE INSPECTION EXPERTS GSA Contract Holder Contract Number: GS- 07F -0401W Sonar inspection will provide a detailed inspection of the pipeline below the flow level. R &R Visual Inc. is unable to sonar pipe segments that have less than 20% of water. The profiling will show general pipeline condition including debris build -up, sediment depth, open breaks, deflection, erosion, collapses, and voids. The sonar will be transported through the pipe by a floatation, or skid device and cables. The sonar will capture profiles as the sonar moves through the pipeline. Each profile is unique and will be categorized by its distance from the start point. Sonar is able to inspect up to 2,500 linear feet from one access point. How Sonar Inspection Works: Sonar profiling works much like radar found at nearly every airport in the world. A signal is sent from the resonator, reflects off objects, and the echo is plotted onto a computer screen. Received data consist of the resonators angle and the distance from the resonator to the object that reflected the signal. The sonar resonator rotates at a preset speed, continuously sending sonic pulses and receiving their echoes, creating a complete 360- degree radial profile of the interior of the pipeline. As the sonar rotates, it is transported through the pipeline at a given rate, creating a helical view of the entire pipeline length. With the sonar pulse being constant, our sonar system allows for detailed measurements to be taken of defects and objects within the inspected space. R &R Visual, Inc. is considered one of the leading innovators in the sonar inspection field. Our sonar technicians have each logged many miles of inspection, and our unique reporting options insure that you will receive useful, accurate sonar data. 360 Manhole Inspections The process for using Panoramo SI to inspect a manhole involves the operator remotely lowering the device to the bottom of the manhole, and then retracting the cable. Panoramo SI produces a 360° field of view from anywhere inside the manhole, and an unfolded view of the entire surface of the manhole, insuring a complete view is captured, with nothing missed. Human error on the part of the field operator can be eliminated to a far greater degree than any other method available. Also, the unfolded view allows for a significantly greater amount of detail at 3,000 horizontal lines of resolution, compared to approximately 470 lines for most high -end CCTV cameras. R &R Visual, Inc. will include the three types of data. One type of data is the geometric data. 3D measurements can be taken in this window. The second type of data that this will produce is a 360 view. This view will allow users to view the structure from any angle and height in the structure, adjust lighting, and zoom in on an object. The last view that is provided is a unfolded view. Unfolded view is used to view the complete structure at one time with the availability to take measurements of pipes, and invert levels. (See Figure #I) Detailed PACP reports will be generated, along with viewer DVD's. Page 3 of 5 5/10,'11 R &R Visual, Inc. 1828 W. Olson Rd. Rochester, IN 46975 Phone: (800) 776 -5653 Fax: 574 -223 -7953 www.seepine.com PIPELINE INSPECTION EXPERTS Estimated Size 2,400 L.F. of sanitary sewer. Eight manhole structures. Project Schedule GSA Contract Number: G5- 07F -0401W Contract Holder Figure 1 — Manhole Inspection Screenshot (Geometric data, Unfolded View, 360 Viewer) All manholes must be exposed to the surface and accessible by our televising crews. R&R gill not attempt to inspect any pipeline that shows signs of a hazardous work area. This would include any pipeline containing any flammable contanzinates, or hazardous atmospheres that could relate to a time loss injury. Manholes that are not accessible or clearly visible may limit our inspection capabilities. R&R Visual has estimated production of 1,000 L.F. per day depending on mainline diameter, and noted defects. Inspection of the last section of outlet pipe may take up to one day to inspect depending on conditions encountered. R &R estimates cctv /sonar operations to take 3 days total. After completion of cctv /sonar inspections, manhole inspections will be completed. Page 4 of 5 5/10/11 " J- R &R Visual, Inc. 18281V. Olson Rd. Rochester, IN 46975 Phone: (800) 776 -5653 Fax: 574- 223 -7953 ‘v\■w.seepipe.corn Traffic Control Traffic control, permits, etc. are to be provided by the customer if needed. Limited traffic control may be necessary for this project and will consist of cones and on -board arrow signals. Billing and Report /Data Submission PIPELINE INSPECTION EXPERTS Reports are shipped after payment, unless terms are setup prior to inspection. Please contact our offices if you wish to set up terms. 2 sets of the written report will be bound along with two DVDs. Reports are typically provided within 10 working days of data acquisition. 2 copies of the report will be provided or data can be delivered on USB hard drives appropriate to project size. More copies can be provided at additional cost. Project Planning and Organization 1. Organization Chart- Rex Robison, President / CEO Kris Robison, VP of Business Office - CPA Matt Sutton, General Manager Bryan Berm, Operations Manager GSA Contract Number: GS- 07F -0401W 2. Founded in 1991 as R &R Sewer — Partnership Changed Name in 1996 to R &R Visual to better describe our company (Partnership) 3. Incorporated as R &R Visual, Inc. in January 1999, Federal ID Number 35- 2062192 4. Safety record unmatched by anyone in the industry. COST PROPOSAL Contract Holder Description Cost CCTV /Sonar Inspection $3.75 ft with 1,000 ft minimum per day x 3 days = $11,250.00 360 Manhole Inspection 150 per manhole x 8 = $1,200.00 Mobilization & Demobilization $850.00 Additional Insurance and Endorsements $500.00 Estimated Total Cost $13,800 *This pricing is not val id jor prevailing irage contracts unless noted. If this project has prevailing wage requirements, it is the responsibility of the cUSlonter to notify R&R Visual to obtain an updated proposal before any work is to begin. Page 5 of 5 5/10/11 • 071 F54.Lx1TIOIr File: 5: \MAD \1100 - -1199 \1154 \036 \Acad \FIGURE 1.dwg Time: Mar 03, 2011 — 4:41pm fIP1rr( AN7 MANHDLES (MH) I THIS CLOU06D L" INI.LUD EA IN OV'r FALL /15S E` +1'ME'rJr • PLAN F — PIPING ANL OAANHnL ( 1H) iN StpE iNq CLOUp C:4 �Inrc rN OUfl*jL4 tt.;cS ;w,E' *r Assa.tsme r -rp CO AJT4Mar 7b RI VCR ore PIPE •✓ WI 165 +55100 A SHEET FIGURE 2 JOB NO. 1154.036 1 O SEL STRAND AEeOCJA1EB.Na• ENOINEERB File: S: \MAO \1100 - -1199 \1154 \036 \quad \FIGURE 2.dwg Time: Mar 03, 2011 — 4:39pm 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. INSR LTR ADM INSRC TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDD/Y YYY) POLICY EXPIRATION D/ DATE {MM /DYYYY) LIMITS A GENERAL X UABIUTY COMMERCIAL GENERAL LIABILITY CBP9808727 12/11/2010 12/11/2011 EACH OCCURRENCE $ 1,000,000 PREMISES Ea RENTED occurrence) $ 100,000 CLAIMS MADE I X J OCCUR MED EXP (Any one person) S 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L — 1 GENERAL AGGREGATE $ 2,000,000 AGGREGATE LIMIT APPLIES PER: POLICY X JECT PRO 7 LOC PRODUCTS • COMP /OP AGG $ 2,000,000 B AUTOMOBILE X X X UABIUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BA980532 5 12/11/2010 12/11/2011 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) GARAGE UABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN ACC $ AUTO ONLY: AGG $ A EXCESS X I X / UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ 10,000 CU9800828 12/11/2010 12/11/2011 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEM ER EXCLUDED? ECUTIVE� (Mandatory in NH) If yes, descnbe unde SPECIAL PROVISIO NS below WC9800128 12/11/2010 12/11/2011 X TORYUMITS I ER E L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS The city of Dubuque is an additional insured on general liability policies including ongoing & completed operations coverage equivalent to ISO CG2010 0704 & CG 2037 0704, General Liability aolicy is primary & non - contributing. Form CG2503 0397 "Designated Projects" general liability aggregate limit is included. Governmental immunities endorsement is included. Waiver of subrogation in favor of City of Dubuque on workers compensation is included. • ACORD CERTIFICATE OF LIABILITY INSURANCE PRODUCER 574.223.2166 FAX 574.223.8713 Smith, Sawyer & Smith, Inc. 124 E. 8th Street P.O. Box 648 Rochester, IN 46975 INSURED R & R Visual Inc 1828 W Olson Road Rochester, IN 46975 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Indiana Insurance Company INSURER B: Peerless Insurance Company INSURER C: INSURER 0: INSURER E: DATE (MMIDD/YYYY) 05/04/2011 NAIC # 22659 24198 COVERAGES CERTIFICATE HOLDER CANCELLATION City of Dubuque 50 West 13th St Dubuque, IA 52001 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN _.NOTICE LOTH D THE LEFT BB (�T E TO DO SO SHALL IMPOSE NO O A RNA Y'>111Gt� fl J URE'ITS AGENTS OR REPRESENTATA(S. • A ACORD 25 (2009/01) © 1988-2009 ACO D CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) POLICY NUMBER • CBP9808727 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: Sewer pipeline and manhole inspections, City of Dubuque, IA (1f no entry appears above, information required to complete this endorsement will be shown in as applicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I). which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or `property damage" included in the "products - completed operations hazard ", and for medi- cal expenses under COVERAGE C regard- less of the number of: a. Insureds; b. Claims made or suits' brought; or c. Persons or organizations making claims or bringing `suits ". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. CG 25 03 03 97 COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT the Declarations 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Ex- pense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Con- struction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a sin- gle designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products - completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the 'products - completed operations hazard" will reduce the Products- Completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. Copyright, Insurance Services Office. Inc.. 1996 Page 1 of 2 ❑ D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. the provisions of Limits Of Insurance (SECTION 111) not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc. 1996 CG 25 03 03 97 ❑ Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers all its boards, commissions and /or authorities their board members, employees and volunteers and Dubuque, IA Information required to complete this Schedule, if not shown above, will be shown in the Declarations. POLICY NUMBER: CBP9808727 COMMERCIAL GENERAL LIABILITY CG 2010 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 A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or t, 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. CG 20 10 07 04 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. © ISO Properties Inc., 2004 Page 1 of 1 ❑ Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations The City of Dubuque, including all its electe appointed officials, all its employees and vo all its boards, commissions and/or authorities heir board members, employees and volunteers. I and Dubuque, IA unteers Sewer pipeline and and manhole inspections Information required to complete this Schedule, if not shown above. will be shown in the Declarations. POLICY NUMBER: CBP9808727 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE 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 COMMERCIAL GENERAL LIABILITY CG20370704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS ISO Properties, Inc., 2004 Page 1 of 1 0 Policy Number: CBP9808727 CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it Is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of Insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the 'insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy.