Loading...
HomeMy WebLinkAboutCH2M Hill/Water Filtration Plant Intake Zebra Mussell Control • 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: August 18, 2014 CH2M HILL Subject: Executed Agreement 135 South 84th Street Water Filtration Plant Intake Zebra Suite 400 Mussel Control System Design Milwaukee, WI 53214 Project Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment El Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars El 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 Water Filtration Plant Intake Zebra Mussel Control System Design Project. A City of Oshkosh Purchase Order will follow shortly. If you have any questions, please contact us. City Attorney's Office—Copy Steve Brand —Copy City Clerk's Office —Original cc: _ File —Original Signed: A-4dr°' AS Tracy, aylor I:\Engineering\Tracy Taylor\Steve Brand Agreements\Executed Agreemnts\CH2M Hill LOT-WFP Intake Zebra Musse�rl Syst Des 8-1u-14•ocx AGREEMENT D4 THIS AGREEMENT, made on the '5 day of 4 144 u 5r , 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CH2M HILL, 135 S. 84th Street, Suite 400, 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 for Water Filtration Plant Intake Zebra Mussel Control System Design Project. 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, P.E. — Senior Project Manager B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Stephan Brand — Public Works Utilities Bureau Manager ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Scope of Work. 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. 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 6 ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others that the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. Page 2 of 6 If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request for Proposal. 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. Page 3 of 6 ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CONSULTANT'S Scope of Services attached hereto In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed Sixty Three Thousand One Hundred Eighty Dollars ($63,180). • Attached fee schedules 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 XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her 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 Page 4 of 6 the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of reuse of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than 10 calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re- use, change, or alteration of these project documents. Page 5 of 6 ARTICLE XVII. 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. ARTICLE XVIII. 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: CONSULTANT By: 044 Kurt Hellermann, P.E. (Seal of Consultant Vice President if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: a� ! (Witness) Mar 41c A. Rohloff, City Manager And: aiN,� (Witness) 27mela R. Ubrig, City CI-rk APP-OVED: I hereby certify that the necessary provisions have been made to pay the liability which ftit*i 4141111LA will accrue under this AGREEMENT. ity Attorn1411' / O 14/60 City Comp F. ler, Mcskyi; - Page 6 of 6 SCOPE OF SERVICES Intake Zebra Mussel Control System Design This scope of services is for the preparation of final design drawings and specifications to replace the chloramine batching and feed equipment used to control zebra mussels at the City of Oshkosh Water Filtration Plant raw water intake structure.The project will be completed in the following tasks: 1. Final Design Development 2. Final Design Drawings and Specifications 3. Bid Phase 4. Project Management and Quality Assurance/Quality Control 1 . Final Design Development The City adds a chloramine solution to the raw water intake structure primarily for zebra mussel control and secondarily to improve the performance of the coagulation process. Extensive chemical corrosion has compromised chloramine storage tank fittings, and leaks have resulted.The City desires to replace the chloramine tank with an in-line chlorine solution and ammonia gas mixing system. CH2M HILL will evaluate replacement in-kind of the existing tank and piping system, and an alternate in-line mixing solution that permits continued gravity feed to the intake structure.The engineering evaluation will include conceptual drawings and cost estimates to use as the basis for selecting the preferred alternative. The engineering alternatives evaluation will be documented in a technical memorandum that will be used in the construction approval permit submissions to the Wisconsin Department of Natural Resources(WDNR) and the Public Service Commission (PSC)of Wisconsin. CH2M HILL will facilitate a meeting with the WDNR to review the design technical memorandum. 2. Final Design Drawings and Specifications CH2M HILL will prepare the drawings and specifications to demolish the existing chloramine system and replace it with the City's preferred alternative. CH2M HILL will prepare 60 and 90 percent complete design documents for review by the City.Table 1 is the anticipated sheet list for the project. CH2M HILL will submit 10 paper copies and 1 PDF file of the 100 percent complete bid documents to the City. A PDF of the contract documents will be made available to bidders on the Quest Construction Data Network. TABLE 1 Estimated Drawing List Sheet No. Sheet Title Sheet No. Sheet Title 1 Vicinity and Location Maps,and Index to Drawings 8 Chloramine Area Mechanical Plan 2 General Abbreviations Legend 9 Chloramine System Section and Details 3 Process Mechanical Legend 10 Chloramine System Section and Details 4 Electrical Legend 11 Electrical One-Line and Control Schematic 5 Electrical Legend 12 Electrical Power Plan 6 Instrumentation&Controls Legend 13 Chloramine System P&ID 7 Instrumentation&Controls Legend 14 Standard Details(Electrical,l&C) INTAKE ZEBRA MUSSEL CONTROL SYSTEM DESIGN CH2M HILL will prepare the construction permit applications to the WDNR and the PSC for the intake zebra mussel chloramine feed system project. 3. Bid Phase CH2M HILL will assist the City in selecting a single construction contractor for the project.The bidding period is estimated to be 8 weeks and will include the following tasks: • Bid Advertisement:CH2M HILL will prepare the bid advertisement for project construction. • Response to Bidder Inquiries and Addenda:CH2M HILL will receive and respond to bidders' questions and requests for additional information, and provide technical interpretation of the contract documents. CH2M HILL will prepare and distribute addenda to plan holders on the Quest Construction Data Network. • Pre-Bid Conference: CH2M HILL will conduct one pre-bid conference at the Water Filtration Plant. Specific tasks will include developing agenda, conducting the pre-bid conference to meet project technical and City administrative requirements, and preparing and distributing conference summary notes to plan holders on the Quest Construction Data Network. • Bid Opening and Review:The City will open bids and provide a copy to CH2M HILL. CH2M HILL will review the bids and evaluate them for responsiveness and compliance with CWFP requirements. CH2M HILL will verify, through reasonable investigation,the capabilities and performance history of the low bidder.CH2M HILL will summarize its review and evaluation in a letter and include a recommendation for award of the contract for construction,or other action as may be appropriate. 4. Project Management and Quality Assurance/Quality Control CH2M HILL will manage the delivery of the project technical services and work products to meet the City's schedule and budget. CH2M HILL will update its project instructions for the project delivery team to reflect revisions to the project schedule and scope. Project instructions addressed include the following: • Detailed scope of services and project deliverables • Task assignments • Project schedule • Project budget by task • Health and safety considerations • Communication procedures within the team and with the City CH2M HILL will maintain communication with the City through regular project progress meetings,telephone calls, and e-mail. CH2M HILL will participate in three progress meetings, held at the Water Filtration Plant. In addition, project activity reports will be submitted to the City with each monthly invoice. CH2M HILL will conduct quality control/quality assurance reviews of project deliverables, including submittals to support the project delivery team throughout the project and review completed work at project milestones.All draft deliverables will be reviewed internally before submission to the City. Schedule The anticipated schedule for this scope of services is July through December 2014. Level of Effort and Compensation Table 2 presents the estimated level of effort for professional engineering services and compensation. 2 ate+ m 0 00 0 t.00 0 00 0 CO CNI Lit Z W 1O > u in. O� .�-1 M ii u, i.o M l VT 0 O O O O O O O w — h O O O O O O O 1/) 10 C N N -. IN Lf1 N co) .--I N C. tn. N L} i--1 VT .•-I N K W I- Z O 11'1 N V N t0 -4-I U'1 N 01 lf1 N O ri N M V 7 f Q Cr 03 — I. N NO 00 0 0 Ll1 00 00 00 N r0 O N Ni N Lf) cY N 01 V1 O Y O A Lii L(1 O LA" O 4 O .--1 I Q J .0 1" V? V? / 1/1• t/1. V1 I- Z C C u1 p Z• = o m = O = m a u d Q C — p !? C i i ° ( NL. 0): O N N C 0 m rn u t s x X x d I— V C p A ....v ,,t e in N u N ° m py = N m N c _ = F Ti in in •` O ° O o m �a) ` 0 � U > x 2 x V r y O '47;E •N r 0 ° p ON N N 0 O Y m x 1 x V �O+ N 'O atl in N � 1�IA in •O C O O O.. O 0 m 0 Ln LSO Ol 0 Ci a` c I- w S S W O c ` u 7: 0 • v l0 0 3.. O O O a W Q J 0 0 .--1 N I N 00 0) CI v1 C U N t' 'O W1 0 0�! C ti .0 JD 00 O O 0 ° n: v N N CO p co E a 3 I x, fA L0) W W 4) C C C �6 0 ,0 °(N N O e CO> S =l t W O 0 w. U a) c t 1 ,j W 00 'd = N N lD N V v1 a C _ -I 1 oo r1 00 m v L C .L' . •L a) a) N 01 -C C u - H 00 C o Y W C s- ++ C C C v1 N : V Q vi w N < N 0 a+ - N Q 1 N O_ to 3 t0 w f0 c Y O o o C w s O LLI -� O L6 H Cl C1 LO V1 ii o r7 N m N H CH2M HILL 2014 HOURLY CHARGE RATES for PROFESSIONALS AND TECHNICIANS Classification Hourly Rate Senior Consultant $220 Senior Project Manager, Senior Project Engineer $210 Senior Programmer $190 Senior Designer $170 Project Engineer, Senior Modeler $150 Associate Modeler $140 Engineer $115 Associate Egnineer, Project Accountant $100 CAD Technician $80 Clerical $75 Expenses Expense Type Estimating Method Rate Photo Copies Service Center $0.05 Reprographics Service Center varies Auto mileage Travel $.565/mile Auto Rental Travel Actual Other Travel (FTR Guidelines) Travel Actual Equipment Rental Operating Expense Actual Postage/Freight Operating Expense Actual Rates subject to change on January 1,2015 • ACORD CERTIFICATE OF LIABILITY INSURANCE DATE/2014 P YYY) 04123/2014 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 MARSH USA INC. NAME: 1225 17TH STREET,SUITE 1300 PHONE FAX WC.No.Eat): (A/C,No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 15114-12345-5EX2P-14/15 021825 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 Insurance America,Inc. 24554 ENGLEWOOD,CO 80112 INSURER D:Zurich American Insurance Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-002343717-13 REVISION NUMBER:17 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 SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000 A X COMMERCIAL GENERAL LIABILITY RGE500025503 05/01/2014 05/01/2015 DAMAGE TO RENTED 1,500,000 PREMISES(Ea occurrence) $ CLAIMS-MADE X OCCUR MED EXP(Any one person) $ X $500,000 SIR PERSONAL&ADV INJURY $ 1,500,000 GENERAL AGGREGATE $ 5,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000 POLICY PRO-JECT LOC $ AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT 2,000,000 (Ea accident) $ _ A X ANY AUTO RAD500025403(AOS) 05/01/2014 05/01/2015 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED RAD500025603(MA) 05/01/2014 05/01/2015 BODILY INJURY Per accident) $ AUTOS AUTOS ( ) HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE _ $ DED RETENTION$ $ WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER C ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N RWD500025203(AOS) 05/01/2014 05/01/2015 E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBER EXCLUDED? N N/A RWR500025303 WI (Mandatory In NH) ( ) 05/01/2014 05/01/2015 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D PROFESSIONAL LIABILITY' EOC3829621-12 05/01/2014 05/01/2015 Each Claim&Aggregate $2,000,000 Each Policy Period DESCRIPTION OF OPERATIONS/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 .1R „ Q_ ate.-."---rneti ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ENDORSEMENT#041 This endorsement,effective 12:01 a.m.,May 01, 2014, forms a part of Policy No.RGE500025503 by Greenwich Insurance Company issued to CH2M HILL COMPANIES, LTD. 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 With respect to coverage provided by this endorsement,the provisions of the Coverage Part apply unless modified by this endorsement. SCHEDULE Name Of Additional Insured Person(s)Or Organization Location(s)of Covered Operations Any entity, person or organization you are required All Locations by any contract,permit,access agreement, executed prior to any loss to provide additional insured status under this Policy. A. Section II—Who is an Insured is amended to include as an additional insured the person(s)or Organization (s) shown in the schedule and any other person(s) or organization(s) you are required to add as an additional insured under the contract, permit or access agreement described in the schedule but only with respect to liability for "bodily injury" or "property damage"or"personal and advertising injury caused,in whole or in part by: 1. 'Bodily Injury','property damage'or"personal and advertising injury' caused by the your operations on the additional insured's premises or 2. 'Your work"for the additional insured and included in the"products-completed operations hazard';or 3. Your acts or omissions;or 4. The acts or omissions of those acting on your behalf. As resects 2,3, and 4 the following also applies in the performance of your ongoing operations for the additional insured(s)at the location(s)designated above. However: MANUS O 2014 X.L.America, Inc. All Rights Reserved. May not be copied without permission. 1.the insurance afforded to such additional insured(s)only applies to the extent permitted by law;and 2. If coverage provided to the additional insured(s)is required by a contract,permit or access agreement,the insurance afforded to such additional insured(s)will not be broader than that which you are required by the contract,permit or access agreement to provide for such additional insured(s) B. Only when required by a contract,permit or access agreement this insurance applies 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 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. However: 3.The insurance afforded to such additional insured(s) only applies to the extent permitted by law and 4 If coverage provided to the additional insured(s)is required by a contract, permit or access agreement,the insurance afforded to such additional insured(s)will not be broader than that which you are required by the contract, permit or access agreement to provide for such additional insured(s). 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 to`bodily injury, `property damage" or "personal and advertising injury"caused by 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. The limits of, insurance with respect to each person, organization or entity shall not exceed the limits of liability of the named insured All insuring agreements, exclusions and conditions of this policy apply. In no event, shall the coverage or limits of insurance in this coverage form be increased by such contract,permit or access agreement. All other terms and conditions remain the same. i ;t'(C 51 Authorized Representative MANUS ©2014 X.L.America, Inc. All Rights Reserved. May not be copied without permission.