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 Treatment
P 3..N r. d I\I P.:ID FEB 13 2013 AGREEMENT rrt THIS AGE1854I 11-, naCIO or)the lO day of ice+=$ . , 2013, by and between the CITV°o SHKOH, 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. 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. 1 SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or _ unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. CONSULTANT shall not be responsible for any additional costs pertaining to variances in conditions provided CONSULTANT exercises the Standard of Care specified herein. 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, CONSULTANT makes no warranty that CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. If CITY wishes greater assurance as to any element of PROJECT cost, feasibility, or schedule, CITY will employ an independent cost estimator, contractor, or other appropriate advisor. 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 that CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ACCESS TO CONSULTANT's ACCOUNTING RECORDS CONSULTANT will maintain accounting records in accordance with generally accepted accounting principles. These records will be available to CITY during CONSULTANT's normal business hours for a period of seven (7) years after CONSULTANT's final invoice for examination to the extent required to verify the direct costs (excluding established or standard allowances and rates) incurred hereunder. CITY may only audit accounting records applicable to a cost - reimbursable type compensation. 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. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. CHANGES 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. 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. 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 (Three hundred eighty eight thousand three hundred fifty dollars, $388,350). • 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 3 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, its officials and employees 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 IX. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. 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. REUSE 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. 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 4 arising out of or related to the unauthorized reuse, change or alteration of these PROJECT documents. SUSPENSION DELAY OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the Services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. NO THIRD -PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third -party beneficiaries. In the Presence of: (Sea[ of Consultant if a Corporation.) (Witness) (Witness) APPROVED: CONS LTANT By: Kurt H Ilermann, P.E., Vice President CITY OF OSHKOSH By: Mark A. Rohloff, City Manager And: Pamela R. Ubrig, City Clerk I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this Agreement. P ,� " - City Comptrolle 5 SCOPE OF SERVICES City of Oshkosh wastewater Treatment Plant Control System, Influent Pumping, Aeration dower Upgrade The purpose of this scope of services is to provide the City of Oshkosh (City) with the professional engineering services needed to develop the facility planning and final design bid documents for the upgrade of the Wastewater Treatment Plant (WW`I'P) control system, aeration blowers and influent pump station. In addition, the scope included engineering services during the bid phase through the award of the construction contract. Task 1. Project Management CH2M HILL will manage the delivery of planning and design 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 instructions • Communication procedures for 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 personnel to discuss design details and make decisions. CH2M HILL will prepare meeting minutes for submission to the City and review. In addition to team meetings, a brief report of project activities and progress will be submitted to the City with each monthly invoice. 1.3 Quality Control/Quality Assurance (QAIQC) CH2M HILL will assign a team of senior consultants with expertise in instrumentation and controls, electrical design, hydraulics, and wastewater treatment process design to serve as QA /QC reviewers on this project. The role of the QA /QC team is to support the project manager and design leads and technicians throughout the project and review completed work at project milestones. CH2M HILL will conduct QA /QC reviews of draft and final deliverables prior to submission to the City including the draft and final facility plan update report and the 60 -and 90- percent complete drawings and specifications. Task 2. Facility Plan Update Report The purpose of the facility planning phase is to develop the essential design concepts and make the critical decisions needed for efficient final design. The facility plan update will include design criteria and guidelines, preliminary drawings, a sequence of construction, and an update to the construction cost estimate. In developing the information that will serve as the basis for final for design, CH2M HILL will work closely with WWTP personnel to determine how best to make the needed improvements while maintaining continuous operation and meeting treatment requirements. The facility plan update will represent a 30- percent complete design and will conducted in following subtasks: Task 2.1 Control System Design Guidelines To upgrade the WWTP existing supervisory control centers (SCC's) and supervisory control and data acquisition (SCADA) system communication network in a manner that will ensure uniform and consistent design on this and future instrumentation and control {I &C) projects, CH2M HILL will develop control system design guidelines with WWTP personnel, With the design guidelines, the City will establish standards to be used on this, and future projects, performed by consultants and contractors retained by the City to improve, update, or expand the WWTP control system. The standards and guidelines will address the following aspects control system design: • Process and instrumentation control diagrams (P &IDs) • Control system architecture • Programmable logic controllers (PLCs) hardware and software • Human machine interface (HMI) hardware and software • Tag numbering • Network system • Field instrumentation • Control signal and wiring • Computers and servers • Reporting and historian • Commissioning and testing In addition to helping set forth a consistent control system philosophy, the standard and guidelines will help the City realize smoother design and construction cycles pertaining the control system. At the conclusion of the facility planning period, the City's control system guidelines will be 80- percent complete. The guidelines will be refined during the final design process and through construction. Control system guidelines documentation will be finalized following implementation of the control system improvements. As part of the facility planning work, CH2M HILL will also develop drawings and construction strategies for the following improvements: • Replace the existing plant PLCs (e.g., SCCs) which are near the end of their economic life with equipment that will allow for some expansion of the control system to accommodate possible changes implemented over time. • Add a new Ethernet network to allow PLCs to communicate with each other, and communicate to the SCADA system. • Replace remote input /output (I /O) racks to gain communication speed and options for media redundancy. • Add new SCADA computers to allow other recommended improvements be installed and tested while the old system is still in operation. This will significantly reduce risks associated with interrupted WWTP operation and ease the transition to the new system. Task 2.1 Deliverables. Control system design guidelines and meeting minutes from workshops with W WTP personnel. Thirty- percent design drawings and description of the control system improvements for inclusion in facility plan update report for submission to the Wisconsin Department of Natural Resources (WDNR). Task 2.2 Aeration Basin Blowers Upgrade To increase energy efficiency, CH2M HILL will finalized system design criteria and prepare preliminary drawings to replace two existing multi -stage centrifugal blowers with two new high- speed turbine blowers. The aeration basin blowers upgrade will include I &C improvements that will mitigate the need for frequent manual adjustments and optimize air discharge header pressure including: • Install new dissolved oxygen (DO) probes in the aeration basins to increase reliability. of DO measurements and reduced frequent probe maintenance • Add automatic actuators to eight manual aeration grid valves • Install new flow transmitters for each aeration grid CH2M HILL will gather current Wisconsin Focus on Energy (WFOE) grant application information for energy - saving improvement projects. CH2M HILL will submit supporting energy savings estimates for review by WFOE program administrators. A preliminary estimate WFOE grant program support will be submitted to the City. Task 2.2 Deliverables. Preliminary drawings and facility plan update report narrative to describe the aeration basins' blower equipment upgrade and process control modifications; pertinent WFOE grant application and supporting technical documentation. Task 2.3 Influent Pump Station Improvements CH2M HILL will develop final design criteria and preliminary drawings for the following improvements to the WWTP influent pump station: • Modify the pump station arrangement to include two 15 -mgd capacity pumps with variable frequency drives to better align pumping capacity with typical flows and save energy. • Replace 4,160 -volt pump motors and drives which are nearing the end of their economic life with 480 -volt equipment to minimize life cycle costs. • Replace influent screening and bypass channel gate actuators and interface gate control with pumps; add individual pump venting systems to aid pump priming; and add air - conditioning to the influent pump motor room. Task 2.3 Deliverables. Preliminary drawings and facility plan update report narrative to describe the pumping, electrical equipment, and control system upgrades. Task 2.4 Facility Plan Update Report The results from the previous tasks will be summarized in a draft conceptual design report that satisfies the requirements of Wisconsin Administrative Code NR 108 and will include the following: • Preliminary process mechanical, controls, and electrical systems drawings • Process instrumentation and control strategies for integration with the existing control system • Primary and standby electrical power requirements • Construction sequencing plan • Construction cost estimate update CH2M HILL will conduct a meeting with WWTP process to discuss the draft conceptual design report. After incorporating the City's input on the draft report, CH2M HILL will conduct a review meeting with representatives from the WDNR and the City to discuss the project and the facility plan update report. Input from the WDNR will be incorporated in the final report. Task 2.4 Deliverables. Draft and final versions of the facility plan update report. Task 3. Final Design CH2M HILL will complete final design of the project based upon the decisions and preliminary design work documented in the conceptual design report. Design drawings will consist primarily of mechanical, electrical, instrumentation and control drawings. The project involves limited civil, structural and architectural design aspects. During preparation of the final design documents, CH2M HILL will meet with City personnel at the 60- percent and 90- percent complete milestones to review design progress, make decisions and discuss the City's review comments. An update to the construction cost estimate will be prepared at the 90 percent complete milestone. 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. The anticipated drawing list is included in Attachment 1 to this scope of services CH2M HILL will prepare front -end legal specifications, teclu-tical specifications and drawings needed to support the improvements project. The purpose of final design is to develop the contract documents for competitive bidding of the project. The documents will be prepared for a single construction contract. The front -end bidding, legal, and general requirements will be CH2M HILL's standard Engineers' joint Contract Document Committee (EJCDC) documents. CH2M HILL will customize the front -end bidding and legal specifications to conform to the City's standard contractual and insurance requirements. City officials will review the front -end documents to confirm compliance with current with City standards and practices. Technical specifications will be prepared using the Engineer's standard specifications. Drawings will be prepared using the Engineer's standard format, standard size (22 -inch by 34 -inch full -size drawing), CAD software (MicroStation), and legends. Samples of these items can be provided to the City for review. Task 3 Deliverables. Final design document submissions to the City include the following: 5 copies of 60- percent complete drawings and specifications 5 copies of 90- percent complete drawings and specifications, construction cost estimate 30 copies of 100- percent complete drawings (half -size) and specifications (25 copies for bidders, 5 copies for City personnel) CH2M HILL will also submit to the WDNR 3 copies of half -size, to -scale drawings, 3 copies of the specifications, 3 copies of the final conceptual design report for the construction permit application. Task 4. Bid and Award CH2M HILL will provide the following services to assist the City in selection of a single construction contractor for the project. The anticipated duration of the bidding period (advertisement date to bid opening date) is four weeks during which the following activities are to be completed: • Bid advertisement: CH2M HILL will prepare the bid advertisement for project construction, following the City's standards, and coordinate advertisement activities with the City. e Preparation and distribution of bid documents: CH2M HILL will prepare 25 sets of bid documents for distribution to the plan rooms and prospective bidders. CH2M HILL will distribute the documents, maintain a list of planholders, and provide the City with weekly planholders list updates. • Response to bidder inquiries and addenda: CH2M HILL will receive and respond to bidders' questions and requests for additional information and will provide technical interpretation of the contract documents. CH2M HILL will prepare and distribute addenda to planholders. • Pre -bid conference; CH2M HILL will conduct one pre -bid conference at the Oshkosh WWTP. Specific tasks will include developing agenda, conducting the pre -bid conference, and preparing and distributing conference summary notes to planholders. • Bid Opening and Review; CH2M HILL will review the bids and evaluate bids for responsiveness. CH2M HILL will prepare a letter summarizing its review and evaluation and will include a recommendation for award of the contract for construction, or other action as may be appropriate. The City will make the final decision on the award of the contract for construction and the acceptance or rejection of bids. • Award of Contract: CH2M HILL will assist the City in preparing the notice of award and preparation of the notice to proceed. The City will sign the notice of award and the notice to proceed. Schedule Assuming a February 13, 2013 notice to proceed, this work will be implemented as follows: i 100- Percent Complete Bid Documents —August 30, 2013 • Bid Phase Service —September 15 —October 15, 2013 Compensation The total compensation for professional engineering services is summarized in Exhibit 2. Attachment 1 EXHIBIT 1 Anticipated Drawinq list G -1 Cover E -1 Blower Plan G -2 Index to Drawings E -2 Blower MCC Modifications G -3 Abbreviations E -3 Blower Wiring Diagram G4 1 &0 Legend 1 E-4 Aeration Instruments and Valves Plan G -5 I &C Legend 2 E -5 Aeration Instruments and Valves Section G-6 Electrical Legend 1 E-6 Aeration Instrumets and Valves PDP Mods G -7 Electrical Legend 2 E -7 Influent Pumps Plan G -8 Process Mechanical Legend 1 E-8 Influent Pumps MCC Mods G -9 Process Mechanical Legend 2 E -9 Influent Pumps Wiring Diagram G -10 HVAC Legend E -10 Switchgear Modiiclations D -1 Blowers Plan E -11 Influent Gates Plan D -2 Blowers Section E -12 Electrical Site Plan D -3 Aeration Instruments and Valves Plan E -13 Influent Pumps Lighting Plan - Upper Level D-4 Aeration Instruments and Valves Section E -14 Influent Pumps Lighting Plan - Lower Level D -5 Influent Pumps Plan E -15 Standard Details D-6 Influent Pumps Section 1 -1 P &ID Blowers S -1 Equipment Pad Details 1 -2 P &ID Aeration Basins P -1 Blowers Plan and Section 1 -3 P &ID Influent Pumps P -2 jAeration Instruments and Valves Plan 14 Network Block Diagram P -3 jAeration instruments and Valves Section 1 -5 Fiber Distribution Diagram P-4 Influent Pump Plan 1-6 Site Fiber Routing P -5 Influent Pump Sections 1 -7 Standard Details P-6 Influent Gates Plan 1 -8 Control Room Plan P -7 Influent Gates Section 1 -9 SCC -1 Control Panel P -8 Details 1 -10 SCC -2 Control Panel H -1 Motor Room HVAC Plan 1 -11 SCC -3 Control Panel H -2 Moror Room HVAC Section 1 -12 SCC-4 Control Panel 1 -13 SCC -5 Control Panel 1 -14 SCC-6 Control Panel 1 -15 SCC-7 Control Panel z t low Al' it I pl MI u G' t AC A �® � . CERTIFICATE OF LIABILITY INSURANCE DATE (MMR1DlYYYY) 6,1,5120,3 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 MARSH USA INC. 122517TH STREET, SUITE 2100 CONTACT NAME` - .. _ ---_........--- PHONE FAX AIC No Ezt - fAlC. Not: EMAIL ADDRESS: DENVER, CO 80202-5$34 A INSURER(S) AFFORDING COVERAGE HAIG 9 INSURER A. Greenwich Insurance Company 22322 15114- 12345.5EX2P -12!13 WDC BK INSURED CH2i,9 HILL ENGINEERS, INC. 9127 SOUTH JAMAICA STREET INSURER B : NIA _- WA ---- - INSURER C: XL Specially Insurance Go. 37885 INSURER D: Zurich American Insurance Co 16535 ENGLEWOOD, CO 80112 INSURER E; INSURER F: $ PERSONAL &ADV INJURY 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 TYPE OF INSURANCE ADDL SUER _ POLICY NUMBER MMIt7pY EFF MMIDDY EXP LIMITS LTR ACCORDANCE WITH THE POLICY PROVISIONS. GENERAL LIABILITY X OSHKOSH, WI 54903.1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABfLITY RGE600025501 05101!2012 0510112013 DAIIAGE TO RENTED PREMISES Fa occurrence — 1,500,000 $ CLAIIAS -MADE Fq OCCUR h9ED EXP (Any one person) - $ PERSONAL &ADV INJURY $ 1,600,000 X $500,OLOSIR GENERAL AGGREGATE $ 5,060,600 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - CO%IPIOP AGG - $ 5,600,000 $ PRO- POLICY LOC AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT _(Ea accident 2 GOO 000 _ BODILY INJURY (Per person) $ A X ANY AUTO RAD500025401 (AOS) 0510112012 0510112013 BODILY INJURY (Per accident) S A ALLOWNED SCHEDULED AUTOS __ AUTOS NON -OWNED HIRED AUTOS AUTOS RAD500025601(MA) 0510112012 05101/2013 PROPERTY DAMAGE - (Peramdenl _...— $ UMBRELLA LIAII OCCUR EACH OCCURRENCE S _ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTIONS $ G C WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETORIPAR7NEWFXECUTIVE YIN OFFICEWMEMBEREXCLUDED? ® (Mandatory In NH) NIA RWD500025201 (AOS) RWR50002530i 1 �) 0510112012 0510112012 05101/2813 65/0112813 X I WC STATU- I JOTH- LIH ITS FR E_.L._ EACH ACCIDENT $ 1'000'000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 S If yes, describe under DESCRIPTION OF OPERATIONS below D PROFESSIONAL LIABILITY' EOC382962, -10 051010012 W01013 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 AOMTIONAL INSURED ON THE GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES AS REQUIRED BY WRITTEN CONTRACTOR AGREEMENT. 'FOR PROFESSIONAL LIABILITY COVERAGE, THE AGGREGATE LIMIT iS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTEO WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF THE INSURED. THE LIMIT WILL BE REDUCEO 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�u -�G� ©'1968 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) 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.RGE;600026601 Issued to CI-12M 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 ll, Who is an Insured: 1, 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 omisslon of the additional Insureds) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. MANUS 02011 X.L. America, Inc, All 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. (Authorized Rep es tative) MANUS O 2011 X.L. America, Ina All Rights Reserved. May not be copied without permission.