HomeMy WebLinkAboutCH2M Hill/Cont 15-02 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: October 30, 2014
CH2M HILL Engineers, Inc. Sub�ect: Executed Agreement
135 South 84 Street, Suite 400 Marion Tower Design Project
Milwaukee, WI 53214 Contract 15-02
Please find: � Attached ❑ Under Separate Cover
❑ Copy of Letter � Contracts ❑ Amendment ❑ Report ❑ Agenda
❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans
❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other
Quantit Descri tion
1 Executed A reement
These are being transmitted as indicated below:
❑ For Approval � For Your Use ❑ As Requested ❑ For Review 8�Comment
Remarks:
Enclosed is a copy of the executed agreement for the Marion Tower design project. Please reference
Res No. 14-474 on all of your invoices.
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:
Tracy ylor /
I:1Engineering�2015 CONTRACTS115-02 Marion Rd Wtr Twr Repl\Project_Information\Contract Info115-02 CH2M Hill LOT-Executed Agre� -Des_1030-14.docx
A GREEMENT
�
TH1S AGREEMENT, made on t�e �9�day of ��To�c� , 2Q14, by
and between the ClTY OF OSHKOSH, party of the first part, hereinafter referred to as
CITY, and CH2M HlLL ENGINEERS, INC., 135 South 84t" Street, Suite 400,
Milwaukee, Wf 53214, party of the second part, hereinafter referred to as the
CONSULTANT,
WfTNESSETH:
That the CiTY and the CONSUI.TANT, for the consideration hereinafter named,
enter into the following AGREEMENT for the MARION TOWER DESIGN PROJECT.
ARTICLE I. PR�JECT 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 follawing individuai to manage the PROJECT
described in this AGREEMENT:
Stephan Brand — Public Works Utiiities Bureau Manager
ARTICLE 111. SCOPE OF WORK
The CONSULTANT shal! provide the services described in the CONSULTANT's
Scope of Services. CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. lf 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. �
AI! 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,
C1EngineeringlTrecy TaylorlSteve Brand AgreementslCH2M Hitl•Fdarion Rd Twr�ea_10-17-14.docx Page 1 of 6
ARTICLE IV, STANDARD OF CARE
The standard of care applicable to CONSULTANT's services will be the degree
of skifl and diligence normally employed by professional consuftants or consultants
performing the same or similar services at the time said services are perfarmed.
CONSULTANT will re-perForm any services not meeting this standard wi#hout additional
compensation.
ARTICI.E V. OPINIONS OF COST FINANCfAL CONSIDERATIONS AND
SCHEDULES
In providing opinions of cost, financial analyses, economic feasibi(ity projections,
and schedules for the PROJECT, CONSULTANT has no confrol over cost or price of
labor and materials; unknown or latent canditions 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 opera#ional factors that may materially affect fhe
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, prajections, or estimates.
ARTICLE VI. RECORD DRAWINGS
Record drawings, if required, wifl be prepared, in part, on the basis of information
compiled and furnished by others. CONSUL.TANT is not responsible for any errors or
omissions in the information from athers that the CONSULTANT reasonabfy relied upon
and that are incorporated into the record drawings.
ARTfCLE VII. CITY RESPONSIBILITIES
The CITY shall furnish, at the CONSULTANT's reques#, 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 woric, the CITY will
examine al! reports and other documents and wili make any authorizations necessary to
proceed with work within a reasonabfe time period.
ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES �
!f 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.
I:\EnginearinglTra�y 7ayloASteva Brand AgreemenlslCH2M Nil1-NEarion Rd Twr Des_10.17-14.docx Fage 2 of 6
!f asbestos is suspecfed, CONSULTANT will, if requested, manage the asbestos
remediafion activities using a qualified subcontractar at an additional fee and contract.
terms to be negotiated.
[f hazardous substances other than asbestos are suspected, CONSULTANT will,
if requested, conduct tests to determine the extent of the problem and wili perform the
necessary studies and recommend the necessary remedial measures at an additionaf
fee and contract terms to be negotiated.
CITY recognizes that C�NSULTANT assumes no risk and/or liabiiity for a waste
or hazardous wasfe site originated by other than the CONSULTANT.
ARTICLE IX. CITY'S fNSURANCE
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 contractar(s) provide} a Builders Risk
All Risk insurance policy for the full replacement value of afl project work including the
value of all onsite CITY-furnished equipment and/or materials associated with
CONSULTANT's servic�s. Upon request, CITY will provide CONSULTANT a copy of
such po(icy.
ARTICLE X. TiME OF C4MPLETiON
The work to be performed under this AGREEMENT shall be commenced ar�d the
work completed within #he time Eimits as agreed upon in the CONSUL.TANT's Scope of
Services. '
The CONSULTANT shall perform the services under this AGREEMENT with
reasonable diligence and expediency consistent with sound professiona! 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 irtclude, but are not limited to, strikes or
other (abor disputes, severe weather disruptions or other natura( disasters, failure of
performance by the ClTY, 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 enfi#led to an equitable adjustment in schedule.
I:tEngineeringlTrecy TayloAStave Brand AgreemantslCH2M Hill-l.Sarion Rd Twr Dea_i0�17-14.docx Page 3 of 6
ARTICLE Xf. COMPONENT PARTS OF THE AGREEMENT
This AGREEMENT consists of the following companent parts, all of which are as
fuliy a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if
hereto a#tached:
1. This Instrument
2. CONSUI.TANT'S Scope of Services dated October 17, 2014 and 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 camponent parts, fhe
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 C1TY 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 #o Exceed $183,150 (One Hundred Eighty-Three
Thousand One Hundred �ifty Dollars}.
• Attached fee schedule shalf be firm far the duration of this AGREEMENT.
B. Method of Payment. The CONSULTANT shall submit itemized monthiy
statements for services. The CITY shall pay the CONSULTANT w9thin 30 calendar
days after receipt o# such statement. !f any statement amount is disputed, the C1TY
may withhold payment of such amount and shall provide to CONSULTANT a statement
as fo the reason{s} for withholding payment.
C. Additionaf Costs. Costs for additional services shal! 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 exten# caused by or result from the inten#ionaf or negligent acts of the
C4NSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors
related t�owever remotely to the perfarmance of #his AGREEMENT or be caused or
result from any violation of any law or administrative reguiation, and shalf indemnify or
refund to the CITY alf sums including court costs, attorney fees, and puni#ive damages
which the CITY may be obliged or adjudged to pay on any such claims or demands
ClEngineeringlTrecy TaylorlSteve Brand Agreements�CH2pd Hill-Marion Rd TwT Des_10-17-14.docx Aage 4 of 6
within thirty (30) days of the date of the CiTY's wriften demand for indemnification or
refund for those actions, claim, and demands caused by or resuiting from intentianal or
negligent acts as specified in this paragraph.
Subject to any limita#ions contained in Sec. 893.80 and any similar statute, of the
Wisconsin Statutes, the CITY further agrees to hofd CONSUL.TANT harmless from any
and all liability, including claims, demands, fosses, costs, damages, and expenses of
every kind and description (inc(uding 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 fheir employment.
ARTICLE XIV. lNSURANCE
The CONSULTANT agrees to abide by the attached City of Oshkosh lnsurance
Requiremenfs.
ARTICI.E XV. TERMINATfON
A. For Cause. If the C�NSULTANT 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 nofice to the CONSULTANT. !n 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 nofice to the CONSULTANT no later than 10 calendar days before the
terminatian date. If the CITY terminates under this paragraph, then the CONSULTANT
sha(I be entitled to compensation for any satisfactory work performed #o the da#e of
termination.
This document and any specified attachments confain 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 th'ss AGREEMENT.
ARTICLE XVI. RE-USE 4F PROJECT DOCUMENTS
All repor#s, drawings, specifications, documents, and other deliverabfes of
CONSULTANT, whether in hard copy or in electronic form, are instruments of service
for this PROJECT, whether the PROJECT is comple#ed or not. CITY agrees to
indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors,
and affifiated corporations from all claims, damages, iosses, and costs, inc(uding, but
not limited to, iitigation expenses and attorney's fees arising out of or refated to the
unauthorized re-use, change, or alteration of fhese project documents.
I:lEnginearinglTracy TaylorlSteve Brand AgreemanlslCH2h1 Hit1•Marion Rd 7wr Des_10-17-14.docx pags 5 of 6
ARTICLE XVII. SUSPENSION DELAY OR INTERRUPTION OF WORK
C1TY may suspend, delay, or interrupt the services of CONSULTANT for the
convenience of CITY. In such event, CONSUL.TANT`s contract price and schedule shall
be equitably adjusted.
ARTICLE XVlli. N� THIRD-PARTY BENEFICIARIES
This AGREEMENT gives no rights or benefits to anyone other than CITY and
CONSULTANT and has no third-party beneficiaries.
!n the Presence of: CONSULTANT
By:
rt Heller n, P.E.
(Seal of Consu(tant ce President
if a Corporation.)
By:
(Specify Title)
C1TY OF �SHKOSH
gy; ��---�����-�--
(Witness) Mark A. Rohloff, City Man er
� ____ , .
..�
And: � �-
{Witness) Pamela R. Ubrig, City Cle '
APPROVED: I hereby certify that the necessary provisions
have been made to pay the liabi[ity which
wili accrue under this AGREEMENT.
y Attor ey
City Comptroller
I:IEnglneerirglTrecy TaylwlSteve Brand AgreemantsiCH2M Hill-hlarion Rd Twr pas 10-17-14.docx Aage 6 of 6
SCOPE OF SERVICES OCTOBER 17,2014
Marion Tower Design
Background and Purpose
The Marion Tower is an elevated 750,000-gallon water storage tank on Marion Road between the University
of Wisconsin-0shkosh and the city's historic downtown business district.Several redevelopment projects
recently have been completed near the tower, including commercial and high density residential properties.
The Marion Tower is also located near the Oshkosh River Walk,an urban trail along the Fox River.The tank
has been maintained and is routinely inspected, but it is near the end of its useful life.
In its Water Distribution System Hydraulic Model and Planning Study(CH2M HILL, 2012) and Marion Tower
Study(CH2M HILL, 2014),the City of Oshkosh (City)evaluated its water distribution and storage facilities to
determine what system improvements are needed to cost-effectively provide an adequate volume of high
quality drinking water and fire protection through 2030.The engineering studies recommended that the City
maintain its current volume of ground-level and elevated storage.
The purpose of the Marion Tower Design is to develop the final design drawings and specifications for a new
water tower on the Marion Tower property and demolition of the existing tower.The design will be
developed through completion of three tasks:
• Task 1—Project Definition with Community Involvement
• Task 2—Final Design and Permitting
• Task 3—Project and Quality Management
CH2M HILL Engineers, Inc. (CH2M HILL) proposes to subcontract select engineering services to Dixon
Engineering, Inc. (Dixon), because of the past experience in maintaining City towers and expertise in tower
engineering and inspection.The CH2M HILL/Dixon Engineering, Inc. team (CH2M HILL/Dixon)will collaborate
on all phases of the project.
Task 1—Project Definition with Community Involvement
CH2M HILL/Dixon proposes to develop the Marion Tower Project Definition Report in collaboration with City
personnel and representatives of Oshkosh community development initiatives.Through a series of
workshops, CH2M HILL/Dixon will facilitate review of technical information that will help inform decision-
making about key design criteria for the project. In addition, CH2M HILL will define the scope of work for
preliminary site investigations including geotechnical subsurface and topographic surveys.
Project Definition Site Investigations
To develop detailed site information that will be critical to early design decisions and efficient project
delivery, CH2M HILL/Dixon will review available site information (property, easements, and utilities
mapping; geotechnical data; and existing constructed features in order to prepare detailed scopes of site
investigation services as follows:
Subsurface investigation.CH2M HILL/Dixon will prepare a scope of work and a soil borings site plan for a
geotechnical investigation of the project area to be performed by a consultant retained by the City.The
investigation will include soil borings, measurement of groundwater level, laboratory analyses of soil
samples, and structural foundation recommendations.The findings and recommendations will be presented
in a summary report. CH2M HILL/Dixon will review the data and draft summary report for technical content
and contract compliance.
Topographic survey. Using the City's GIS and the available tower site plan,CH2M HILL/Dixon will prepare a
scope of work and map to identify the surface features to be included in a new topographic site survey to be
,
�� SCOPE OF SERVICES-MARION TOWER DESIGN
performed by others. Digital topographic data will be delivered to CH2M HILL/Dixon and the City in electronic
format.
Telecommunications Company Coordination
The City currently leases space to Sprint and T-Mobile for telecommunication antennas installed on the
Marion Tower. In addition to the antennas, supporting telecommunication equipment is located in a small
at-grade structure on the tower property. Because the cell phone antenna leases are a source of revenue,
these arrangements will be continued with the new Marion Tower, if practicable.
CH2M HILL/Dixon will review the existing antenna installations and lease agreements to define the technical
considerations that must be addressed to avoid design, construction,operation and maintenance
constraints resulting from including telecommunications equipment in the project. CH2M HILL/Dixon will
summarize these considerations in a technical memorandum for review by the City and key participants in
the project definition workshops.
Project Definition Workshops
The Marion TowerStudy established important design criteria including tower storage capacity, hydraulic
grade line, and location, but several major design decisions remain to be made with input from the
community.To help make those decisions with the City and other stakeholders, CH2M HILL/Dixon will lead
three workshops.Attendees will include City personnel from the Water Utility,the Fire Department,the
Engineering Department,the Department of Community Development, and other stakeholders the City
identifies to participate in the project definition process.
Workshop No. 1.The purpose of Workshop No. 1 is to review the Marion Tower Study,to open the
discussion of community goals for Marion Tower project, and to list the decisions to be made by the project
team during the project definitions process. Examples of these decisions include:
• Overview of project goals—functional and aesthetic(regulatory requirements water storage and water
quality,fire protection, security, cell phone antenna leases, adjacent land uses and redevelopment
plans)
• Type of tower construction (spheroid, hydropillar, composite), pros and cons, budgetary capital and
operation and maintenance (O&M)costs
• Aesthetics (e.g., materials of construction, painting,architectural enhancements, landscaping and the
associated capital and O&M costs)
• New property acquisition; restoration of existing tower parcel
• Sequence of construction and demolition
CH2M HILL will prepare an agenda, presentation materials, and meeting minutes for Workshop No. 1.
Workshop No.2.The purpose of Workshop No.2 is to review design progress made based on preliminary
input from Workshop No. 1 and subsequent engineering work. Examples of engineering work progress include:
• Preliminary site plan
• Preliminary tower drawing showing key features(e.g., access, piping, instrumentation and controls)
• Analysis or supplemental information for action items identified during Workshop No. 1
• Project delivery model (scope of tower supplier vs. scope of site improvement contractor)
• Refinement of budgetary cost estimates, based on decisions made during Workshop No. 1
• Refined project delivery schedule including permitting, bid phase, and construction
CH2M HILL will prepare an agenda, presentation materials, and meeting minutes for Workshop No. 2.
Workshop No. 3.CH2M HILL will prepare a draft Marion Tower Project Definition Report based on the Task 1
findings and decisions.The draft report will be reviewed with the City during Workshop No. 3 to gather input
on the design criteria for each engineering discipline (site civil,structural,architectural, mechanical,corrosion
z
' SCOPE OF SERVICES-MARION TOWER DESIGN
control, electrical,and instrumentation and controls).The draft report will include preliminary drawings,cost
estimates,and the results of geotechnical investigation and site survey.
CH2M HILL will prepare a log of City review comments and incorporate them in the final Marion Tower
Project Definition Report. CH2M HILL will provide to the City 10 paper copies of the draft and final reports. A
bookmarked PDF of the final report will also be provided.The final report will be used as the basis for
detailed final design and permitting.
Task 2—Final Design and Permitting
CH2M HILL/Dixon will complete final design of the Marion Tower project based upon the decisions and
preliminary design work documented in the Project Definition Report.This scope of services assumes that
the Marion Tower project will not involve structures other than the tower structure which will be designed
by an elevated storage tank designer and fabricator licensed in the State of Wisconsin under a separate
contract. CH2M HILL/Dixon will include provisions in the project design for telecommunications equipment;
however,this equipment and equipment enclosures will be provided by others.The design will include site
restoration and finishing comparable to other City tower installations.Table 1 lists the anticipated final
design drawings. If the City decides in the Project Definition Phase to incorporate structures or architectural
elements beyond a conventional City tower installation, CH2M HILL/Dixon will revise the final design
approach to incorporate those features.
TABLE 1
Anticipated Drawing List
Sheet No. Sheet Title Sheet No. Sheet Title
1 Vicinity and Location Maps,Index to Drawings 11 Civil and Piping Details
2 General Abbreviations Legend 12 Site Landscaping Plan
3 Civil Legend 13 Landscaping Details
4 Mechanical Legend 14 Foundation Plan and Section
5 Structural Legend 15 Tower Plan and Section
6 Electrica)Legend 16 Tower Details
7 Instrumentation&Controls Legend 17 Tower Instrumentation Diagram
8 Demolition Site Plan 18 Electrical Plans,Section,and Schedules
9 Site Civil Grading Plan 19 Electrical Details
10 Site Piping and Utility Plan 20 Cell Tower Antenna Details
During preparation of the final design documents, CH2M HILL/Dixon will meet with City personnel at the 60
and 90 percent complete milestones to review design progress, make decisions and discuss the City's input.
An update to the construction cost estimate will be prepared at the 90 percent milestone.
CH2M HILL/Dixon will prepare the bidding and legal specifications,technical 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 documents to confirm compliance with current City standards and practices.
Technical specifications will be prepared using the CH2M HILL's standard specifications. Drawings will be
prepared using the CH2M HILL's standard format, standard size (22- by 34-inch full-size drawing), CAD
software(MicroStation),and legends.
Task 2 Deliverables. Final design document submissions to the City include the following:
3
' SCOPE OF SERVICES-MARION TOWER DESIGN
• 5 copies of 60 percent complete drawings and specifications
• 5 copies of 90 percent complete drawings and specifications, construction cost estimate
• S half-size and 5 full-size copies of 100 percent complete drawings and specifications
• 1 PDF file of the 100 percent complete drawings and specifications for posting to Quest Construction
Data Network.
Permitting
CH2M HILL will prepare the following project permit applications:
• Wisconsin Department of Natural Resources construction permit including three copies of half-size
drawings and specifications and three copies of the final Project Definition Report.
• Public Service Commission of Wisconsin construction permit including Project Definition Report and
supplemental drawings and technical information.
• City of Oshkosh building and electrical permit applications.
Task 3—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 four progress meetings,to be held at the Water Filtration
Plant. In addition, project activity reports will be submitted to the City with each monthly invoice.
CH2M HILL/Dixon 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 internally reviewed before submission to the City.
Level of Effort and Compensation
Table 2 summarizes the proposed level of effort and compensation for professional engineering services.
Schedule
The anticipated schedule for this scope of services is November, 2014 through October, 2015.
4
CH2M HILL
2014 HOURLY CHARG� RATES
for
PR�FESSIONAI,S AND TECHNIClANS
Classiftcation HQUrIv Rate
_ Senlor Consultant $2Z0 __
Senior Project Manager, Senior Project Enginaer $210
Senior Designer $17�
Project Engineer $150
Telecam Enginee� $125
Sr CAD Technic(an $120
Associate Egnineer $100
Assoclate Egnineer $100
ProJect Accountant $9�
CAD Technician $80
Graphic Artlst, Ed3tor $75
Clerlcaf $54
Expenses
Expense Type Estimating Method Rate
Phota Copies 5ervlce Center $0.05
Repragraphics Service Center varles
Auto mileag� 7ravel $.565/mile
Auto Rental Travel Actual
ather Travel tFTR Guidelines) Travel Actual
Equipment Rental �perating Expense Actual
Postage/Freight Operating�xpense Actual
Rates subJeci ta changa on January 1,2018
� � �������� DATE(MMIDDlYYYY)
ACORO CERTIFICATE OF LIABILITY INSURANCE
�/- 04123/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS!LjPON �H G6�-`fIFICATE 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 BET�V�E�-T-�IE-ISS�U�ING IN�SU��R(�S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. � , , �
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.�ff��1�R�GY�Tibhf'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:
722517TH STREET,SUITE 13000 ac Nr o �cc: ac No:
DENVER,CO 80202-5534 E-MAIL
ADDRESS:
INSURER S AFFORUING COVERAGE NAIC#
15114-12345-5EX2P•14115 021825 BK iNSUrtertq:GreenwichlnsuranceCompany 22322
INSURED INSURER B;N/A N/A
CH2M HILL ENGINEERS,INC.�
9127 SOUTH JAMAICA STREETU iNSUrtert c;XL Insurance America,Inc. 24554
ENGLEWOOD,CO 80112 iNSURER�: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 7ypE OF INSURANCE �+DDL SUBR pOLICY NUMBER MMIDDY EFF MMIDDY EXP LIMITS
LTR
GENERAL LIABILITY X EACH OCCURRENCE $ 1,500,000
A X RGE500025503 05/01/2014 05/01/2015 DAMAGE TO RENTED 1,500,000
COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $
CLAIMS-MADE �OCCUR MED EXP(Any one person) $
X $500,000 SIR PERSONa,�&ADV INJURY $ 1,500,000
GENER,4L AGGREGATE $ 5,000,000 �
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5,000,000
POLICY PR� LOC $
AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT 2,000,000
Ea accidentL ._�___.__._.
A X ANY AUTO RAD500025403(AOS) OS/01/2014 05101/2015 BODILY INJURY(Per person) $
A ALL OWNED SCHEDULED RAD500025603(MA) 05I01/2014 05101I2015 BODILY INJURY(Per accident) $
AUTOS AUTOS
NON-OWNED PROPERTY DAMAGE $
HIRED AUTOS AUTOS Per accident
$
UMBRELLA LIAB pCCUR EACH OCCURRENCE E
EXCESS LIA6 CLAIMS-MADE AGGREGATE a
DED RETENTION$ S
WORKERS COMPENSATION X WC STATU- OTH-
AND EMPLOYERS'LIABILITY
C ANY PROPRIETOR/PARTNER/EXECUTIVE Y'N RWD500025203(AOS) 05/01/2014 05101/2015 E.L.EACH ACCIDENT $ �,OOO,OOO
� OFFICER/MEMBER EXCLUDED? � N�'4 RWR500025303 WI 05/01/2014 05/01/2015 1,000,000
(Mandatory in NH) � � E.L.DISEASE-EA EMPLOYE $
Ifyes,describe under �,�OQ,Opp
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
D PROFESSIONAL LIABILITY' EOC3829621-12 05101I2014 05/01/2015 Each Claim 8 Aggregate $2,000,000
Each Policy Period
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attaeh ACORD 101,Additional Remarks Schedule,If more space is required)
RE:ALL PROJECTS;PM:LINDA MOHR.m
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 OSHKOSHO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
ATTN:SUPERINTENDENTOFUTILITIES-0 THE EXPIRAT�ON DATE THEREOF, NOTICE WILL BE DELIVERED IN
STEPHAN BRAND� ACCORDANCE WITH THE POLICY PROVISIONS.
215 CHURCH AVENUE,PO BOX 11300
OSHKOSH,WI 54903-1130 AUTHORIZED REPRESENTATIVE
of Marsh USA Inc.
Sharon A.Hammer -L�✓��., Q-��>+��
�O 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.RGE500026503 by Greenwich Insurance Company
issued to CH2M HILL COMPANIES, LTD.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
AUTOMATIC ADDITIONAL INSURED'S PRIMARY G�VERAGE
This endorsement modities 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 bythis endorsement.
SCHEdULE
Name Of Additional Insured Person s Or Or anization Location s'� of Covered O erations
Any entity, person or organization you are required All Locations
by any contract,permit, access agreement,
execufed prior to any Ioss to provide additional
insured status underthis Polic .
A. Section II—Who is an Insured is amended to include as an additional insured the person(sj or
Organization (s) shown in the schedule and any other persan(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 worl<"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 behalt.
As resects 2,3, and 4 the following also applies in the performance of your ongoing
operations ior 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 allorded to such additional insured(s} only applies to the extent permitted
by�aw; and
2. If coverage provided to the additional insured(sj 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
ior 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 periorming operations for a principal as part of the same
p roject.
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(sj by you.
H owever:
3.The insurance afforded to such additional insured(sj only applies to the extent permitted by law and
4 If coverage provided to the additional insured(sj is required by a contract, permit or access
agreement,the insurance afforded ta 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).
G. Any caverage 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 ather 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 af(orded by this endorsement.
The limits oi, insurance with respect to each person, organization or entity shall not exceed the limits
of liability of the named insured .Alt 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.
���;:
�'� �"�/J GJ��
� /'J
Authorized Representative
MANUS �O 2014 X.L.America, Inc. All Rights Reserved.
May not be copied without permission.