Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CH2M Hill/Wastewater reatment Plant Centrifuge
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: Ms. Linda Mohr Date: December 13, 2012 CH2M HILL Subject: Executed Agreement 135 South 84th Street Wastewater Treatment Plant Milwaukee, WI 53214 Centrifuge Upgrade Technical Assistance Project Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts El 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 a copy of the executed agreement for the Wastewater Treatment Plan centrifuge upgrade technical assistance project. There will not be a Purchase Order issued for this agreement. Please reference Res. #12-595 on all of your invoices. If you have any questions, please contact us. Steve Brand —Copy City Attorney's Office—Copy t I,City Clerk's Office —Original cc: File—Original Signed: /I Tracy,L: .aylor 1:1Engineering\Tracy Taylor\RequisitionslCH2M Hill\LOTsILOT-Executed Agreement-WWTP Centrifuge Upgrade Tech Assistance 12-13-12. AGREEMENT THIS AGREEMENT, made on the '3 day of -CY")` , 2012, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CH2M HILL ENGINEERS, INC., 135 South 84th Street, Milwaukee, WI 53214, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following Agreement. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the project described in this Agreement: Linda Mohr— 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: Stephan Brand — Public Works Utilities Bureau Manager ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's attached Scope of Services. The CONSULTANT 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, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. Page 1 of 4 ARTICLE IV. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. 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 as projects are identified throughout this Agreement. The CONSULTANT shall perform the services under this Agreement with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this Agreement, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE VI. 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 Scope of Services 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. Page 2 of 4 ARTICLE VII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the Agreement the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $128,300 (One Hundred Twenty Eight Thousand Three Hundred Dollars). • Attached fee schedule shall be firm for the duration of this Agreement. 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. ARTICLE VIII. CONSULTANT TO HOLD CITY HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his agents or assigns, his employees, or his subcontractors related however remotely to the performance of this Agreement or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. ARTICLE IV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. Page 3 of 4 ARTICLE X. 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 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. In the Presence of: CONSULTANT By: rt Hellermann, P.E., Vice President (Seal of Consultant if a Corporation.) CITY OF OSHKOSH J o P .c_ By: (Witness) Mar A. Rohloff, City Mana er 60,v,d Qw c And -9 UAL: (Witness) Pamela R. Ubrig, City Cler APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which _ / which will accrue under this Agreement. ..� ����!_..���r1 City Attorney Pe-4 ()/(y � ? J City Corriptroll& Page 4 of 4 SCOPE OF SERVICES City of Oshkosh Wastewater Treatment Plant Centrifuge Upgrade Technical Assistance Project The purpose of this project is to provide the City of Oshkosh(City)with profession engineering services needed to support the upgrade of its Wastewater Treatment Plant(WWTP) centrifuges. Task 1. Project Management CH2M HILL will manage the delivery of bid documents and engineering services to meet the City's schedule and budget.Project management duties include: 1.1 Prepare Project Instructions Project instructions are prepared to provide clear guidance to the project delivery team.Project instructions include: • Detailed scope of services and project deliverables • Task assignments and work plan • Project schedule • Project budget (by task) and performance monitoring • Health and safety considerations • Communication procedures within the team and with the City • Change management procedures 1.2 Communication Communication will be maintained through regular team meetings,telephone calls,and e-mail. Meetings will be held with WWTP staff to discuss system details and make decisions.In addition to project team meetings,progress reports will be submitted to the City with the monthly invoice. 1.3 Quality Control/Quality Assurance(QA/QC) The role of the QA/QC team is to support the project manager and technical staff throughout the project and review completed work at project milestones. Task 2. Direct Purchase Assistance CH2M HILL will assist the City with the direct purchase of technical services and materials from Alpha Laval for the upgrade and reconditioning the City's existing two DS-706 decanter centrifuges.The scope of supply for Alfa Laval includes replacement of main and back drives with new 250-horsepower(HP)main variable frequency drives and 100-HP variable frequency back drives. The new drives will be complete new starter panels and new control system hardware and software.CH2M HILL will assist the City by coordinating installation details with Alfa Laval and defining what additional work,beyond Alfa Laval's scope,needs to be performed to result in a complete and fully functioning centrifuge system. After conferring with Alfa Laval,CH2M HILL will identify and recommend possible refinements to Alfa Laval's February 2012 proposed scope of supply for the City to obtain through purchase order. Task 3. Bid Document Preparation CH2M HILL will prepare front-end legal specifications,technical specifications and drawings needed to support the installation of the upgraded centrifuges,new drives,and new controls. CH2M HILL will provide system integration services to modify the existing interface between the WWTP control system and the new Alfa Laval controls.Coordination of system integration services and sequence of activities associated with centrifuge removal,factory reconditioning, and re-installation. The project consists of electrical and instrumentation and controls work. There are no site civil, structural,or architectural changes included in the project.The necessary drawings will be developed using the record drawing files,available as PDFs,as reference files and adding new line work to depict new work in the dewatering building and interfacing with the WWTP control system.It is anticipated that the bid documents will consist of the documents listed in Exhibit 1. Twenty (20) copies of the bid documents with half-size,to-scale drawings will be provided.The City will administer the bidding process and construction contract.During the bid phase, CH2M HILL will assist the City by answering questions and with the preparation of one (1) addendum. Assuming a July 10,2012 CH2M HILL Notice To Proceed,this work will be implemented as follows: • 100-Percent Complete Bid Documents-August 30, 2012 • Bid Phase Service-September 1 -21,2011 EXHIBIT 1 Centrifuge Upgrade Bid Documents Specifications Advertisement for Bids Submittal Procedures Instructions to Bidders Manufacturer's Field Service Bid Form Owner-Furnished Products and Materials Bid Bond Operation&Maintenance Data Agreement Equipment Testing and Startup Project-Specific Prevailing Wage Rates Basic Electrical Requirements Bidders Proof of Responsibility Basic Electrical Materials and Methods Performance Bond Form Conductors Payment Bond Form Raceways and Boxes General Conditions Commissioning of Electrical Systems Supplementary Conditions Instrumentation and Control for Process Systems Summary of Work Functional Descriptions Contingency Allowance Performance Acceptance Test Project Coordination Payment Procedures Drawings Title Sheet,Vicinity and Location Maps Electrical Site Plan Abbreviations and Designation Legend Dewatering Building Second Floor(Revise Phase 2 Modifications Drawing 382-230-160) Instrumentation and Control Legend—1 Truck Unloading Area Plan, Dewatering Building Instrumentation and Control Legend—2 Centrifuge Wiring Diagram(Alfa Laval&CH2M HILL) Electrical Legend—1 Centrifuge Control Diagram Electrical Legend—2 Electrical Details Centrifuge P&ID(Alfa Laval&CH2M HILL) Electrical Details Task 4. Services During Construction (SDC) CH2M HILL will provide Services During Construction (SDC) as defined below. These SDC are intended to assist the City verify that the Contractor's work is in substantial compliance with the contract documents and respond to events that occur during the construction. These SDC are based on the understanding that the City will contract directly with the Contractor and will be actively involved in the construction process to inspect construction work daily,make decisions, provide approvals,and perform other actions necessary for the completion of the construction. CH2M HILL's SDC are based on an estimated 9 month construction period. 4.1 Site Meetings CH2M HILL will attend 3 progress meetings at the site at key project milestones,for example, when each upgraded centrifuge is reinstalled and being commissioned. 4.2 Submittals Review CH2M HILL will review the Contractor's shop drawings,samples,and other submittals. CH2M HILL will log and track all shop drawings,samples and submittals.CH2M HILL's review of all shop drawings and submittals shall be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction,nor is such review a guarantee that the work covered by the shop drawings and submittals is free of errors,inconsistencies or omissions. 4.3 Requests for Information and Clarifications CH2M HILL will review the Contractor's requests for information or clarification of the contract for construction.CH2M HILL will coordinate with the City and issue written responses to the information requests. 4.4 Record Drawings CH2M HILL will coordinate the Contractor's submittal of as-built drawings,specifications and other as-built or record documents and shall transmit these to the City. CH2M HILL will revise the original design drawings to reflect available record information provided by the Contractor and Alfa Laval. One reproducible set,three (3) full-size copies of the drawings and a CD with the files will be submitted to the City in AutoCAD (drawings). Compensation The total compensation for professional engineering services is summarized in Exhibit 2. EXHIBIT 2 Engineering Services Activity Hours Cost with Expenses Task 1 Project Management 48 $6,800 Task 2 Direct Purchase Assistance 36 $7,500 Task 3 Bid Document Preparation 410 $49,400 System Integration 190 $30,100 Task 4 Services During Construction 260 $34,500 TOTAL 944 $128,300 0 DATE(MM/DDIYYYY) A D CERTIFICATE OF LIABILITY INSURANCE 07/02/2012 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: MARSH USA INC. PHONE FAX 1225 17TH STREET,SUITE 2100 (A/C.No.Extl: (A/C,No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 15114-01234-PROLO-12/13 WDC BK INSURER A: Greenwich Insurance Company 22322 INSURED INSURER B: National Union Fire Ins Co Pittsburgh PA 19445 CH2M HILL ENGINEERS,INC. 9127 SOUTH JAMAICA STREET INSURER c: XL Specialty Insurance Co. 37885 ENGLEWOOD,CO 80112 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002330157-05 REVISION NUMBER:4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYYY) GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025501 05/01/2012 05/01/2013 DAMAGE TO RENTED PREMISES(Ea occurrence) $ 1,500,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ X $500,000 SIR _PERSONAL&ADV INJURY $ 1,500,000 GENERAL AGGREGATE $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000 POLICY X JEC X LOC $ AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT 2,000,000 (Ea accident) $ A X ANY AUTO RAD500025401(AOS) 05/01/2012 05/01/2013 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED RAD500025601(MA) 05/01/2012 05/01/2013 BODILY INJURY(Per accident) $ AUTOS AUTOS - — NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ X UMBRELLA LIAB X EACH OCCURRENCE $ 2,000,000 OCCUR B EXCESS LIAB 8E23465111 05/01/2012 05/01/2013 2,000,000 CLAIMS-MADE AGGREGATE I$ DED RETENTION$ ,$ WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY / TORY LIMITS ER y C ANY PROPRIETOR/PARTNER/EXECUTIVE RWD500025201(AOS) 05/01/2012 05/01/2013 E.L.EACH ACCIDENT $ 1,000,000 C (Mandatory in NH) (WI) E.L.OFFICER/MEMBER EXCLUDED? N N N/A IRWR500025301 WI 05/01/2012 05/01/2013 DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE:CENTRIFUGE UPGRADE TECHNOCAL ASSISTANCE;PM:LINDA MOHR. CITY OF OSHKOSH,AND IT'S OFFICERS,COUNCIL MEMBERS,AGENTS,EMPLOYEES AND AUTHORIZED VOLUNTEERS ARE INCLUDED AS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. COVERAGE PROVIDED BY THE ABOVE GENERAL LIABILITY AND AUTO POLICIES SHALL BE PRIMARY AND IS LIMITED TO THE LIABILITY RESULTING FROM THE NAMED INSURED'S OWNERSHIP AND/OR OPERATIONS. CERTIFICATE HOLDER CANCELLATION CITY OF OSHKOSH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:SUPERINTENDENT OF UTILITIES- THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN STEPHAN BRAND ACCORDANCE WITH THE POLICY PROVISIONS. 215 CHURCH AVENUE,PO BOX 1130 OSHKOSH,WI 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer .C? � Q- ,,^- E,-,____, I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD CH2M HILL 2012 HOURLY CHARGE RATES for PROFESSIONALS AND TECHNICIANS Classification Hourly Rate Senior Consultant $220 Senior Project Manager $200 Senior Designer $175 Project Engineer $130 Associate Engineer $115 Senior CAD Technician $110 Project Accountant $90 CAD Technician $80 Clerical $75 Expenses Expense Type Estimating Method Rate Photo Copies Service Center $0.05 Reprographics Service Center varies Auto mileage Travel $.555/mile Auto Rental Travel Actual Other Travel (FTR Guidelines) Travel Actual Equipment Rental Operating Expense Actual Postage/Freight Operating Expense Actual Note a Assessment applies to all labor hours Note b Assessment applies to all Health &Safety trained individuals Rates subject to change on January 1,2013 12/21/11 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh 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. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this prolect/location 3. BUSINESS AUTOMOBILE COVERAGE A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 - Any Auto"— including Owned, Non-Owned and Hired Automobile Liability. III - 1 12/21/11 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY— "If" required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease—Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on the General Liability and Business Automobile Liability coverage 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 include Products — Completed Operations equivalent to ISO form CG 20 37 for a minimum of 2 years after acceptance of the work. This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk —City of Oshkosh. III - 2 ., 7 DATE(MM/DDlYYI'Y) ,4�Q CERTIFICATE OF LIABILITY INSURANCE 01/15/2013 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 PHO MARSH USA INC. N: FAX 1225 17TH STREET,SUITE 2100 (NC.No.Extl: (A/C.No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 15114-12345-5EX2P-12/13 WDC BK INSURER A:Greenwich Insurance Company 22322 INSURED INSURER B:N/A N/A CH2M HILL ENGINEERS,INC. 9127 SOUTH JAMAICA STREET INSURER c:XL Specialty Insurance Co. 37885 ENGLEWOOD,CO 80112 INSURER D:Zurich American Insurance Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002343717-08 REVISION NUMBER:16 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSR WVD POLICY NUMBER (MM/DDIYYYYI (MM/DD/YYYY) LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025501 05/01/2012 05/01/2013 DAMAGE TO RENTED PREMISES(Ea occurrence) $ 1,500,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ X $500,000 SIR _PERSONAL&ADV INJURY $ 1,500,000 GENERAL AGGREGATE $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000 POLICY Cr JERO- LOC $ AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT 2,000,000 (Ea accident) $ A X ANY AUTO RAD500025401(AOS) 05/01/2012 05/01/2013 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED RAD500025601(MA) 05/01/2012 05/01/2013 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ UMBRELLA UAB _ OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X VAC STATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS FR C ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N RWD500025201(AOS) 05/01/2012 05/01/2013 E.L.EACH ACCIDENT $ 1,000,000 COFFICER/MEMBER EXCLUDED? N N/A RWR500025301(WI) 05/01/2012 05/01/2013 1,000,000 (Mandatory In NH) ( ) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D PROFESSIONAL LIABILITY* EOC3829621-10 05/01/2012 05/01/2013 Each Claim&Total For $2,000,000 All Claims. DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) RE:ALL PROJECTS;PM:LINDA MOHR. CITY OF OSHKOSH,AND ITS OFFICERS,COUNCIL MEMBERS,AGENTS,EMPLOYEES AND AUTHORIZED VOLUNTEERS ARE INCLUDED AS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. *FOR PROFESSIONAL LIABILITY COVERAGE,THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF THE INSURED.THE LIMIT WILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE. CERTIFICATE HOLDER CANCELLATION CITY OF OSHKOSH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:SUPERINTENDENT OF UTILITIES- THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN STEPHAN BRAND ACCORDANCE WITH THE POLICY PROVISIONS. 215 CHURCH AVENUE,PO BOX 1130 OSHKOSH,WI 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Sharon A.Hammer G Q-CA/crEy) 1 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ENDORSEMENT#021 This endorsement, effective 12:01 a.m.,May 1, 2012 forms a part of Policy No.RGE500025601 Issued to CH2M HILL COMPANIES, LTD. by Greenwich insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY AUTOMATIC ADDITIONAL INSURED'S PRIMARY COVERAGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART LIQUOR LIABILITY COVERAGE PART The following provision is added to Section II,Who is an Insured: I. A. Any entity, person, or organization you are required or have agreed in a written Insured contract, permit,access agreement and any other written agreement to name as an insured is an insured (hereinafter called additional Insured)but only with respect to liability arising out of your premises,your work for the additional insured, or acts or omissions of the additional Insured In connection with the general supervision of your work to the extent set forth below: (1) The limits of, insurance with respect to each person,organization or entity shall not exceed the limits of liability of the named insured. (2) All insuring agreements,exclusions and conditions of this policy apply; (3) In no event shall the coverage or limits of insurance in this coverage form be increased by such contract. B. Except when required otherwise by insured contract, this insurance does not apply to: (1) (a)All work 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(b)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. (2) Bodily Injury or Property Damage arising out of any act or omission of the additional insured(s)or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. MANUS ®2011 X.L.America, Inc. Ail Rights Reserved. May not be copied without permission. C. Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured(s)whether primary, excess, contingent or on any other basis unless a contract specifically required that this insurance be primary, or you request that it apply on a primary basis. When this insurance applies on a primary basis for the additional insureds described above, it shall apply only with respect to liability arising out of your work for that additional insured by or for you. Other insurance afforded to those additional insureds will apply as excess and not contribute as primary to the insurance afforded by this endorsement. All other terms and conditions remain the same. &) I (Authorized Rep Tr tative) MANUS ©2011 X.L. America, Inc. All Rights Reserved. May not be copied without permission.