Loading...
HomeMy WebLinkAboutCH2M Hill Engineers/Design & Construction Water Filtration PlantAGREEMENT This AGREEMENT, made on the p�3 �ay of P—� , 20'15, by and between the ClTY OF �SHKOSH, party of the first part, ereinafier referred ta as CITY, and GH2M HfLL. ENGINEERS, INC., 935 South $4�" Street, Suite 40Q, Milwaukee, Wf 53214, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CfTY and the CONSULTANT, for the cansideration hereinafter named, enter into the following AGREEMENT for DESIGN AND CONSTRUCTION SERVICES FOR WATER FILTRATION PLANT EQUIPMENT REPLACEMENT. ARTICLE L PR4JECT MANAGER A. Assignmenf af Project Manager. The C�NSUL.TANT shall assign the fol(awing individual ta manage the PROJECT described in this AGREEMENT: Linda Moh�, P.E. — Senior Project Manager B. Changes in Praject Manager. The CITY shall have the right ta approve ar disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other infarmation for any proposed substitute and shall �e given the opportunity to interview that person prior to any proposed change. ARTICLE !1. CITY REPRESENTATIVE The CITY shall assign the following individual ta manage the PROJECT described in this AGREEMENT: Stephan Brand -- Public Works Utilities Bureau Manager ARTICLE III. SCUPE OF WORK The C�NSULTANT shall provide the services described in the CONSULTANT's Scape of Services. CITY may make ar approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required far performance of the services, an equitable adjustment will be made through an amendmen# to this AGREEMENT. All reports, drawings, specifications, c�mputer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the praperty of the CITY. I:�Enpineeringt2015 CONTRACTSU 5-29 YVFP Equtp RapflPto;ect InformalionlConUed Into116-29 CH2A1 Pa e 1 of 6 Hi11 Agreement•Des 8 Const Serv•WFF Eq�p Rapl .84 &15.docx g ARTIC�E IV. STANDARD OF CARE The standard of care app(icable to CONSULTANT's services will be the degree of skil! and t{iligence normally employed by professianal consultants or consultants perf4rming #he same or similar services at the time said services are perforrned. CONSULTANT will re-perForm any services not meeting this standard without additionaf compensation. ARTICLE V. OPINIONS OF C�ST FINANCIAL C�NSIDERATIONS AND SCHEDULES In providing opinians of cosi, financial analyses, ecanomic feasibility prajections, and scheduies for the PROJECT, C4NSULTANT has na cantral over cost or price of labar and materials; unknown or latent conditians of exisfing equipment or structures that may affect operation: or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by aperating personnel or #hird parties, and other economic and operatianal factars #hat may materialiy affect #he ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes na warran#y that the CITY's actual project cosis, financia( aspects, economic feasibifity, ar schedules will not vary from CONSULTANT's opinions, analyses, projections, or es#imates. ARTICLE Vf. RECORD DRAWlNGS Record drawings, if required, wiEl be prepared, in part, on ihe basis of information compiled and furnished by others. GONSULTANT is nat respansible for any arrors or omissions in the information from others that the CONSULTANT reasanably relied upon and that are incorporafed into the recort# drawings. ARTICLE�VI1. CiTY RESP�NSIBILiT(ES The CITY shall furnish, at the C4NSULTANT's request, such infarmatian as is needed by the CONSULTANT to aid in the pragress of fhe PROJECT, providing it is reasonably obtainable from City recards. To prevent any unreasonable delay in the CONSULTANT`s work, the CITY wil( examine all reports and other documents and will make any autharizations necessary ta proceed with work within a reasonable time period. ARTICLE VIII. ASBESTOS OR HAZARDUUS SUBSTANCES If asbestas or hazardous substances in any fiorm are encauntered or suspecied, C�NSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. 1:1Enqineering12015 CON7RACTS\i5-294VFp Equip itep(SPro;sU_InfamatlonlConUact Intolt5-29 CH21d Hi11 Agreanteni-Ds8 3 Consl Serv•WFP Equip Repl_&1&15.docx Page 2 of 6 If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subconfractor at an additiona! fee and can#ract terms ta be negotiated. If hazardous substances ather than asbestos are suspected, C�NSULTANT will, if requested, conduct tesis to determine the extent of the problem and will pertorm the necessary studies and recommend the necessary remedia! measures at an additiona( fee and contract terms to be negotiated. CITY recognizes that C�NSULTANT assumes na risk andlor liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY wil( maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction con#ractor(s) �rovide) a Builders Risk All Risk insurance policy for the full replacement value of ali project woric including the va[ue of all onsite CITY-#urnished equipmen# andlar materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy o# suct� policy. ARTICLE X. TIME �F COMPLETION The work to be perFarmed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CC?NSULTANT's Scope of Services. The CONSULTANT shall perform the services under this AGREEMENT with reasonab(e diligence and expediency consistent wiih sound prafessional practices. The CITY agrees that the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the C�NSULTANT's contral. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labar disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discavery of any hazardous substances or �iffering site conditions. If the delays resuiting from any such causes increase the time required by the CONSULTANT to perfarm its services in an orderiy and efficient manner, fhe CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT cansists of the #ollawing component parts, all of which are as fuliy a part af fhis AGREEMENT as if herein set out verbatim, ar if no# attached, as if hereta attached: 1:1Errg(neer{ng12016COA7TRACTS11b-29WFPEquipRepttP%ec1 Iniormalion\Contraulnlotl5-29CH2M Page 3 of B Hitt Agreement�Des & Const Serv-YVFP Equip Rept_8-t &15.rkcx 1. This Instrument 2. C4NSULTANT's hereto Scope of Services dated August 17, 2015 and attached In the event that any provision in any of the above camponent parts of this AGREEMENT conflicts with any provision in any other af the componenf parts, the provision in the component part firsi enumerated above shall govern over any other camponent part which folfows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreemenf Sum. The C1TY shalE pay to the CONSUL.TANT for the performance of the AGREEMENT the totai sum as set forth below, adjusted by any changes hereafter mutually agreed upon in wriiing by the parties hereto: • Time and Materials Not to Exceed $109,630 {One Hundred Nine Thousand Six Hundred Thirty Dollars). • Attached fee schedule shalf be firm far ihe duration of this AGREEMENT. B. Method of Payment. The �ONSULTANT sha[1 submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receip# o# such statement. If any sta#ement amaunt is disputed, the CfTY may withhald payment of such amount and shall provide ta CONSUL.TANT a statement as to the reason(s} for withholding payment. C. Additional Casts. Costs for additional services shall be negatiaied and set forth 'sn a writ#en amendment to this AGREEMENT executed by bath parties prior to proceeding with the work covered under #he subject amendmen#. ARTECLE Xlfl. HOLD HARML.ESS The CONSULTANT covenants and agrees to pratect and hold the City af 4shkosh harmless against a11 actions, claims, and demands which may be to the prvportionate sxtent caused by or result from the intentional ar negligent acts of the CONSUL.TANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely tfl the performance of this AGREEMENT or be caused or result from any viola#ion af any law or administrative regulation, and shafl indemnify or refund to the CITY all sums ineluding caurt costs, attorney fess, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days af fhe date of the CITY's written demand for indemnification or refund for those actions, claim, and dernands caused by ar resulting fram intentional or negligent acts as specified in this paragraph. Subject to any limitaiions contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any IiEnglnee�fng12015 CON7RACTSIt6•29 WFP Equip RapMro;eU_JntormationlContraU InfcU6-29 CH2M Page 4 af 6 Hi11 Agreement-Oes 8 Const Serv•WFP Equ�p Re� 8-18•15.doctt and ail iiability, including claims, demands, losses, cosfs, damages, and expenses of every kind and descripiian (including death), or damages to person or property arising out of re-use of the documents without cansent where such liability is founded upon or grows out af the acts or omission of any of the officers, employees or agen#s of the City of Oshkosh while acting wi#hin ihe scope of their employment. ARTICLE XIV. INSURANGE The CONSULTANT agrees to abide by the aitached Cify of Oshkosh lnsurance Requiremenfs. ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall faii to fulfill in timeiy and proper manner any of the obliga#ions under this AGREEMENT, the CITY shall have the right to ferminate this AGREEMENT by written notice to the CONSULTANT. fn this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usab(e work completed. � B. For Canvenience. The CITY may #erminate this AGREEMENT a# any time by giving written natice to the CONSULTANT no later than ten (10} calendar days before #he termination date. If the CITY terminates under this paragraph, then the CONSULTANT shali be en#itled to compensation for any satisfactory woric performed to the date of termination. This document and any specified attachments eontain all terms and conditians of the AGREEMENT and any alteratian thereto shall be invalid unless made in writing, signed by both parties and incarporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other del'sverables af CONSULTANT, whether in hard copy or in elsctronic form, are instruments of service for this PROJECT, whether the PR�JEGT is campleted or not. CITY agrees to indemnify C�NSULTANT and CONSULTANT`s officers, employees, subcontractars, and affiliated corporations fram all claims, damages, lasses, and costs, including, but not limited to, litigation expenses and attarney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documen#s. ARTICLE XVII. SUSPENSION. DELAY, (3R 1NTERRUPTION OF W�JRK CITY may suspend, delay, or interrupt the services of C�NSULTANT for the convenience �of CITY. In such event, CoNSULTANT`s contract price and schedule shall be equitably adjusted. LtEnginesring�2015 COMTRACTS11b29 WFP Equip RapMro;ect_IntwmatbntContract tnfo\16-29 CH2M Page 5 of 6 Nill Agreemenl•Des & Const Serv•WFP Eqvip Repl_8•18-15.docx ARTICL.E XVill. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no righ#s or benefits to anyone ofher than C1TY and CONSULTANT and has no third-party beneficiaries. In the Presence of: {Seal of Consu[tant if a Corporation) (Witness) (Wifness} APPROVED: _.�-1/J i y A tomey �- - CONSULTANT : '� �� .� 1l � c�U �-�lfv ( pecify Title) (Specify Title} CITY OF OSHKOSH : r� . Pamela R. Ubrig, i hereby certify that the necessary provisions have been mad� to pay the liability which will accrue under this AGREEMENT. .1(',c t�'��!'r tn ��'�(1 CityrComptraller 1.1Eng:neeriry12615 CoNTRAGTS115-29 WFP Equip RepRPra�� InformafianlConlract tnfo115-29 CH2M Page 6 of 6 Hi�l Agreament-6a� & Cons� Serv-WFP Equip Repl &1&15.docx SCOPE OF SERVICE5 Water �iltration Plant Sodium Hydroxide System and Chilf er Design and C�ns����n - Se rvi ces Au� � fi 20,� ��cP7�or� a>ui�l��c U�o�i�Ls Purpose p���K���-�, �����t���f� The City of Oshkosh (City) owns and operates a 16-mgd Water Filtration Plant (WFP} uti(izing Lake Winnebago as the water source. The W�R treatment processes include coagulation/flocculation, sedimentation, granular media filtration, ozane for primary disinfection, granular activated carbon contactors, chlaramination for residu�l disinfection. The City alsa adds sodium hydroxide to adjust finished water pH during summer months. The interiar environment of the WFP is cantrolled by central heating and air conditioning systems. The purpose of the WFP sodiurrt hydroxide system and chiller design project is to replace equipment that is faiiing or unreliable including the following: • Two 3,4Q0-gallon capacity NaOH fiberglass storage tanks • Polyviny) chloride (PVCj piping in the Na�H storage tank cantainment area • Oxygen supply stainless ste21 piping and appurtenances • Central air conditioning system chiller The drawings and specifications prepared under th€s scape of services will be combined with the zebra mussel control system design documents to create a single set of construction documents for public bidding: the Water Filtratian Plant Equipment Replacement Praject, City Cantract No. 15-29. CH2M will complete in the following #asks: 1. Design Development and Permit Applications 2. Final Design Drawings and Specifications 3. Sid Phase 4. Construction Phase 5. Project Management and Quality Assurance/Quality Cantrol Tasl< 1— Design Development and Permit Application CH2M will facilitate a meeting with City to develop the final design criCeria for the replacement sodium hydroxide, air conditioning system chiller, and axygen supply squipment and piping. During this meeting, CH2M and City wil! discuss construction constraints and construction sequence issues associated. Criteria and construction consideration will be documented in the Engineer's Report to be submitted to the Wisconsln Department of Natural Resources {WDiVR) for the apprava) to construct permit. CH2M will facilitate a rneeting with the WpNR ta review permit submission. Tasl< 2— Finai Design Drawings and Specifications CH2M will prepare the drawings and specifications to demolish and replace the existing sadium hydroxide tanks and piping and the existing air conditioning system chiller and to install the redundant oxygen supply piping. CH2M will prepare 60 and 90 percent complete design documents for review by the City. Table 1 is the anticipated sheet I(st for these impravements. 1NTAKE ZEBRA MUSSEI CON7ROL SYSTEM OESIGN CH2M 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 Netwark. TABL� 1 Estimated Drawing list 5heet No. Sheet Title 1 Sodium Hydroxide Demolition 2 Sodium Hydroxide Mechanical Pian & Sections 3 5odium Hydroxide Mechanicai Sectfons 4 Sodium Hydroxide (Caustic) P8clD S Air ConditionEng Chiller MechanEcal Pian b Oxygen Supply Pipe Mechantcai Details Task 3— Bid Phase Services Sheet No. Sheet Tttle 7 Oxygen Supply Ptpe Mechanicai Details 8 Sodlum Hydroxide & Qxygen Supp►y Electrical Plans 9 Afr Conditioning Chilier Elettrlcat Plan 10 Liquid Oxygen Storage and feed P&ID 11 Elect�ical and I&C Deta(Is CH2M wili assist the City in selecting a single construction contractor for the project. The bidding period is estimated to be 8 weeks during which CH2M will receive and respond to bldders' questions and requests for additlona! information, and provide technical interpretation of the contract documents. CH2M will prepare and distribute addenda to plan holders on the quest Construction Data Network. Tasl< 4— Construction Phase Services CH2M wifl provide the following services during the construction of the project: Canstruction Meetings CH2M will participate in the foliowing meetings 8 monthfy construction progress meetings facllitated by the Contractor. Shop Drawings, Samples and Subrnittals CH21YI will log and review the cantractor's shop drawings, sampfes, test results, and other data that the contractor is required ta submit. CH2M wil! review shop drawings, samp(es, and submittals for conformance with the design concept and complia»ce with the requirements af the contract for construction. CH2M wlii maintain hard copy records of relevant documentation and will iurnover one cornplete set of project- approved submittals to the City. Requests for lnformation and Change Orders CH2M will provide technical interpretations of the contract dacuments and provide written responses to the contractor's request for information {RFI�, and interpretation or clarification of the contract doa�ments. Approximately 10 RFIs are anticipated. CH2M will review the contractor's scope ant! cost estimates as necessary for contract change order, and interpret consfstency with the design intent. Approximately 2 change orders are anticipated, with a cost of abaut 2% of the construction contract. Claims and Disputes CH2M will receive and notify the City of contractor claims or disputes between the contractor and City pertafning to the acceptability of the work or the interpretation of the requiremenYs of the contract for construction. CH2M will assist the City in discussions with the contractor to #acilitate discussions and resolution of claims and disputes, when necessary. CH2M wilf provide recommendations for Contractor claims or disputes. Approximately 1 claim or dispute is anticipated. INTAKE ZEBRA MUSSEI CONTROL SYSTEM DE5t6N Design Team 5ite Visits CH2M will coordinate periodic visits to the site by the design team.members to review progress and quality o# the work, to witness fleld performance testing, estimated at a frequency of once per month for ttte 8- month construction duration. Anticipated equipment to be tested includes storage tanks, piping, and instrumentation and controls. The trips will be coardinated with the City and the contractor and may coincide with the monthly cantractar's progress meeting. When the constructian cantract nears substantial and final completion, the work will be inspected by the design team and a punch-list developed for the contracto�. As-Built Recard Drawings CH2M will review for campleteness the contractor's redlined drawings which wil) be the basis of the recard drawings. The original design drawings will be revised to reflect availabte record information provided by the Contractor. As-built drawings will be provlded to the City in paper (4 copiesj and electronic format (AutoCAD}. . inspection CH2M will conduct on-site observatians af the contractor's work for the purposes of determining if the wark conforms ta the contract for construction and that fhe integrity of the design concept has been implemented and preserved by the Contractor. Should CH2M discover that any work by the contractar is not in accordance with the contract for construction, CH2M will inform the City and contractor and monitar the contractar's corrective actions. CH2M's observation ot the work is not an exhaustive observation ar inspection of ail work performed by the Contractor. CH2M does not guarantee the performance of the contractor. CH2M's observations shall not relieve the contractar fram responsibili#y for performing the wark in accordance with the contract for construction, and CH2M shaN not assume liability in any respect for the construction of the praject. CH2M shall, with the assistance of the City, obtain written plans from the contractor far quality control of its work, and wii( manitor the contractor's compliance with its plan. � Payments to Cantractor CH2M wiii receive and review the contractar's requssts for payment and determine whether the amount requested reasonably refiects the progress of the contractor's work and is in accordance with the contract for construction. Provide recom►nendations to the City as to the acceptability of the requests and advise the City as to the status of the total amounts requested, paid, and remaining to be paid under the terms of the contract for constructian. Recommendations by CH2M to the City for payment will be based upon CN2M's knawledge, information and belief from its observations of the work on site and selected sampling that the work has pragressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by CH2M to ascertain that the Contractor has completed the wark in exact accardance with the contract for construction; that CH2M has made an examination to ascertain how or for what purpose the Contractor has used the moneys paid; that title to any of the work, materials or equipment has passed to the City free and clear of liens, clairns, security interests, or encumbrances. Safety CH2M will manage the health, safety and environmental activities of its staff to achieve compiiance with applicable health and safety laws and regulations and the contract far construction. CH2M will notify affected personnel of observed site conditions posing an imminent danger. CW2M is not responsible far health or safety precautions of canstruction workers. CH2M is nat responsible for the contractor's compliance with the heaith and safety requirements in the contract far construction, or with federal, state, and local occupational safety and health laws and regulations. IN7AKE ZEBRA MUSSEL CON7'ROL SYSTEM DESIGN S. Projecfi Management and Quality Assurance/Quality Control CH2M will manage the delivery of the project technical services and work products to n�eet the City's schedule and budget. CH2M will update its project instructions for the project delivery team to reflect revisions to the project schedule and scope. Project instructions addressed include the foflowing: • Detailed scope of services and project deliverables • Task assignments • Rroject schedule • Project budget by task � • Heaith and safety conslderations • Communication procedures within the team and with the City CH2M will maintain communicatit�n with the City througfi regular praject progress meetin�s, telephone calls, and e-maii. CH2M wil) 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 will conduct quality control/quality assurance reviews of project deliverables, including submittals to support the project delivery team throu$hout the project and review completed work at project milestones. Afl draft deliverables will be reviewed interna{ly before submission to the City. Schedule The anticipated schedule for this scope of services is July, 2015 through March, 2016. �evel o� Effort and Compensa�ion Table 2 presents the estimated professional engineering services level of effort is 796 hours and compensation is $109,630. _ __. _ � _ _ _. _ _ _. _ _ acY or osnxosn � _ Sadlum Hydroxlde and Chlller Destgn and fonstructlon Servlces ¢stlmated tevel ot E(fort and Fee � S�nlorVrokct Senbr ProJect PioJ,d .. . h1+nu c su a �e En e � c Ro6�rt ' LNdaMOhr Wrl�� Wood Dnnn1�<k� 6as4`nard8id Fbun Houtf How� tkurs 7.Desl 6n•do mmt&Pamlt 8. .. . _ 4 .. . .4 . — __ _ ___ _- -. ... __... 2.OraNln sand5 ecl(aCom 16 36 l0 40 tburt Hows Hou[t Ffow� 40 ]0 40 80 �o :a �u �o � lburs NouR HOw3 Howi _. .__... ._. . __._ ......... ......... 16 . . 'o. . .. .. jo . . .. . . . . . . 26 20 0 0 1Q! 66 80 d6 senwr � � SenbrCAD � eao � FroJed Shuon - Tot�ltabor ToulHOUr� To�il Tat�lhy � ddEllb[t taw�nt WnlUeriak ChrlsDahl 7er� e Tuk 6 TuF Fr ns� TuY Nours Houn � Floun Haurs Houn � a z zo Ss,s�o az $ioo Ss,no; .. . _.._._ . ._ 30 .� �0 .. . 24 7� . . . . . .. $38.1W 276 $B00 $77.100� ... .. _. ... . _. _.. ... ...... _ ...... .. . .. ... ..... . . . . . . ... . . ... .. _... . : 4 $3.960 12 S�� 54,160, 3{ �6 24 BU 0 345A70 390 53,200 ${7,070� Howi Hour� � Nourt Houn Naun 40 SO 10 IQO S(7.900 370 $F,600 $49,500. t0 86 SO 100 0 $47.900 3)0 51,600 549,500: Rou+f Hourt � Houn Neurs Hou�s .._. ..... .. .. . .. ...__. .. .. . _.... ..._... . .. 40 $6,360 56 $200 $b,560; ... ... .... _. .. ...._ __.. _. .. _. _ . ___ __.. ,_... ._.. . ___.______.. 56,500 30 $6,500�. 74 � f26 � 3� . � 140, � IU I f106,530�. _ 79b� . 53,000� „$309,630�. 4 CH2M HfLL 2015 HDURLY CHARGE RATES far PROFESSIONALS AND TECHNICIANS Ciassification Senior Consuitant Senior Project Manager, Senior Project Engineer Senior Eng(neer Senior Designer, Senior Technalogist Praject Engineer, Senior Modeler Associate Modeler Engineer Associate Egnineer Clerica) RECEIV�U J A�� �- � z�15 DEPT OF PUE3LIC \�VtJRKS OSHKOSH, WtSC�NSiN Hourly Rate $220 $210 $190 $170 $1Sn $130 $115 $100 $75 Expenses Expense Type Estimating Method Rate Photo Copies Service Center $0.05 Reprographics Service Center varies Auto mileage Travel $.575/mile Auto ftental 7ravel Actual OtherTravel (FTR Guidelines} Trave! Actual Equipment Rental Operating Expense Actual PastagejFreight Operating Expense Actual Page 1 � � DATR (MAVUUJYI'Y� 'ORD ��RTIFICATE �J�' L1�1B1l�ITY 1NSURANCE �r��b 'fH18 C�RI'tFICAT� !3 IS3UE0 AS A MATiER OF INFORMATION ONLY AND COMF�RS NO RIOHTS UFON TH� GERTIPICA7� IiOIp�R. YH{S CER71FiGATE DOEB NOT AFFIRMAiIVELY 4R NEt3ATiVEI.Y AMENb, EXTEMD OR Ai.TER THE COVE�tAGE AFFORDEO BY THE POLlClE6 BEI.OW� TH{S G�R7IFICATE OF iN3URAiVCE pOES NQF CQNSTITUTB A CONTRACT H�TWHEN THE I&9UIN0 IN8UR�R{Sj, AU7HORIZ6D R@PRE3ENTATIYE Oft Pi�4DUCER, AND THE CHRTfFICATE HQLO�f2. IMPORTANT: lf tl�9 cert{ficate holder ta an AC7DITtONAL iNSUREO, tha nolfcy{tes) musf I�e endo�sed. If StJBR00ATtON IS WAIV�O, sub)eat to the terms and ca�dltfons of ll�o pollcy, certain poltctea �nay rocjulro an o�idorsement. A state�nent ai tftia aorflitcato doos not cvnfor rt{�hfs to tfio cert(f�cate holder In Iieu of such endoraement a, PRODUCER �{�'.,t.� ��i °' � AIAf23H USA IMC, NBM�t�____----...__ __��___ 122511TH 3TREET, $U1TE 1300 • �� Nt�o. �x;: - - - - �i�i�. No3: DI:NVER,CO 802823534 ��ft � � �L��� ,.,n.,.,�..,e,.�,.,..,....�,.,.,.,.��.,.v ...�... 1H6UA80 �j�;t` a �+- - CH?A1HtlLENGiHE�RS,INC. �r��j�QS�> � 9}27 SOUTH JAhWIGA STREET ENOCE�NLIOD, CO &0112 WA Xt tnwranreAmerfca, (nc. zudch Mierlran i�soranco COVERAOES CERTIFiCATE NUMBER: SEA•b623437i7•i4 REVfSION NUNfBER: t� THIS IS TO CERTfFY TNAi THE POi.ICiES OF (NSUitANCE 4l3TED pEIQW HAV� BEEN ISSUEO TO THE IN3tJREp NAMED ABOVE FOR THE P4LICY PERiOD INOIClIT�n. NQNN7HSTANDINO ANY RF.QUIREMENT, TERM QR CONDITION OF ANY CONTRI�CT OR UTH�R AdCUM�MT WITH R�SPECT TO WHtCH TH(S CFR7IFlCAT� lAAY 9E lSSU�D OR fd.AY PERTAlN, 7NE tNSURANCE AFFOR��p SY TH� PqLIC1ES Q�SCRiBED H�REIN tS SUHJ�CT Td AI.L 71iE THRhiS, EXCI.USIONS ANn C4NDlTtONS OF SUGN POI.ICIE3.I.IMITS SHOWN fMY HAVE 6E�M1t R�DUC�p sY PAII} ClAiMS. TYPH OB INBUhAHCB ap � L �e� �.POCI R F P Y L�XP l.IR11Y8 OFkERA1.L1A01LiTY X EAGiOCCURRENCE ; ����� A X ftGE50U42550A 0"a'O(t2615 45i0ft20i6 �Y8 ��� 1�60U,000 COMMBRC�AL OENEfW. LlAqILITY p i � CWM3�tdA0C Q OCCUR r�fi:OERP An are eon S X f500,D0�QS1R PERSONALdApYiNJURY S 1•�•� ...�--- GENEitAi.AQc3NEOAlE y b.000,Q010 GEN'LAGOiiE(iATELfA�RMPIIESPPit� pRODUCT3•COfAP14FAG0 S 5���� X POI.iCY PRO� L�C ; AVTOMOUILEUA8IUTY }( Oh10! D WOLE i 1! a ?�� A X,�y A�o ttAU54002b404 Obf8�t2016 05lOft2018 p00SLY INil7RY (Pe�persan) s UTOS��a AU 08��4 BOQILYINJURY(Pafeotidunq 3 ^ HIREDAVT03 AUT03 �ED p(t PE��N�QMIAOC S � .!E � s UMB1iELU� uAO OCCUR �ACH OCCURRENCE E BXC�88 LtAB CI.AIASS•AtADF AGOfiEbA11G = y� DEO RETE T(0�1 3 WORNBRB COMAENBATION lh� STA i!- OTfi• Af�O kMPLOYERB' 4lA911f1Y � __.._......_... �' Ak5'PROPR1ETOfUPARTHERrEXECUTIYE Y�� R�ls�2b2�(Aa$� 0510ff201b QS��ii1�'idi8 �,�„�RCHRGCiOENT �_ f'�� OFFICEW1dF..t,16ERFXCIUbEp9 � N!A C (Mandalory In NIlj RVViibD002b304 (N/Ij �'di�ib 05(1i1�0�8 �.�,. p�8EA8F. • EA EMPROYE S i'�,� I(ye� desctiDe �incki _..._.... ---- bF9G�f�tP7l0 OF OPERA ON bela,v E.t. p4SEA3� • pOLICY LfMii ; �'�'� D PROFFSStONAR.kIR81lITY' EOC3828821-ta O5l0111015 OSlOft24i6 Eac�Cfa�mdAggrogate �2,Q00,000 Ead� Po�cy Poriorl DESC[UPItONOFOPERATIQN811,OCA710N9JVENiCLE@ (Ail�chA00A0101,AdQitlonNROntuka8ch�tluie,(fmor�ap�atsrequitea) RE: iU.l. PROJ�CTS; PM; lIHOA }AOHR. GTl OF dSHKOSH, AMp 17S O�FtC�ttS, COUNGIL AIElhBERS, AG6HTS, E}�IPi.0YC�5 AI'!p AUiN4ii1ZED VOLUNTEERS ARE INCIUp�p AS AP! ADD1il011A1 INSUREO ON TH� G�N�ttAt, UAE!lIITY AtrD AUT06S081LE LlABilliY POUCI�S AS RE4UIRED OY WRITiEN COMTRAGT OR A�REEME�li. 'FOR PROfGSSIOitAL LthBItliY CAVER/IG�, FHE AGGREGAT[ LlAilT !S THE TOTAL Il1SURATaCE AVAllAF1lEF6RCINMSPR�S�MTEp1ViTti1HT}I�POLtCY PEWOpfORAl1.4P�ftA710tJS0�THEAiSUR�A.TH�UM1TWIllQ�R�CUC�UHYPAYMfNTS0�It2UE1dNIN/WD�Xf'CF7S�. CITY OF OSHKOSH ATTN; SUAERIN7ENDENT OF UTILITIGS - ' STEPNAN 8R/1ND 21b CHURCH AVENUE, !'080X 1130 OSNK03N, YYI 56903•i 130 3HOUL0 ANY dF TNG ABOVH DESCRI9ED POLICIES BE CAHCELLEO BEFORE THH H7(PIRATfON DATE TNER&dF, NOTICS WILL BH DEL1VEtt@p IN ACCORDANCH WITH THH POLICY PROYI810N3. AU TIiORtZEO Itt pA�9 eN7ATlVk af hiarah USA Ino. 3heranA.Nammar �l��-...�.,. G�.�,i%...,..,-.,�.a ��l98B�2010 ACbitp GOtiPORAT(QN, AU ri�hta resorved. ACOf2p 26 {2010108} Tho ACQRD iiama ai�d lo�o are re�isiered marks of ACOR� �Nno�s�M�r�r # oa� Tlyls endorsement, aftealive �2;Q1 a.m., May 1, 2015 forms a part of polfcy N4.RQ6l50Q€�2�5A4 issued to CH2M HIGL Ct?MPANI�S, �.TR. 3�y Oreenwici� fnsuranue Company 7HtS CNI�OFiSEM[NT CMANC3�5 TN� }�4LICY, F�I,�AS� ft�AA IT CAREFUL.LY AUTOMATfC ApD17tdNAl. iNSl1R�p'S PRIMARY CQV�RAOH Thls endorsan�ent madiftes Insurance prov(ded under the following: CC7MMERCIAL OENERA[. l.lA�{1.17Y G4VEF2A0� PART With r�speat to Qoveraga pravid+ad bythis endor�emant, tha Wrovislons afth� Goverage Part apply unless �nodified by this andarsement. �CH�DUL� A. Soction 11--� Who is an lnsured is antended to inciude'as an �ddiklona) Insured the person(s} ar Otganlzation (s) ahoi�vn in the sohedu(e and any othgr person(sJ or otg�nixaRiari{s) you are requlrsd to add as an addltfbnal fnsured under the contract, permit or aacess agr�etnent described in 1he� schedule but only wl#h respeat co liabflity for "bodlly fijury" or `j�ropatty damage" or "personal and advertis)ng injury caused, In whole ar in part by: 1. "�odily InJury", "prapertydamape" or "personal and ativerttsing Injury" caused by your operations nn the additlaial insured's premises ; or 2. "Your woric" tor fhe addittonal Insured and Included in the "praducts-qo�npleted operaNans hazard'; or 3. Your acts or anlsslons; or a. 7he a�ts or omissions of those aa#in� oti your bei�atf. As resects 2, 3, and 4 the follawing also applles fn ilte performance of your ongoing operatfons for the additional fnsured(s} ak the laoation(s) dasignated above, However: MANUS C� 2018 X.L. Ameriaa, lno. All Rights �essrvad. Pags 1 May not be copled without permiaslan. 1. the h�surance affarded to such additiona! Inst�rad(s) only app)fse to the extent permi#ted by la+��; anti 2. !f caverage pravided to the addMtionai insured(s) is requlred by a aantract, permit or aocass agreeinent, tha insurance afforded ta s«ch additlonal I�isured(s) wlll not be broader than lhat wh}ch you ara rsquired �y the conir�ot, perrnit or aceesg a��eement to provlde for such additionat insured(�) q. Onlywhen requlred by a contraak, permlt or �ccess agreement thls insurano� applias to; 1. (a) A!! work on the pro)ect (otheCfhan seMce, malntenance at• repalrs) to be performed by or on bel�alf oithe additional insureci(s) �t the s(te ot ihe aovereci oper�tlons has been campteted; or (b} �'hat portlon ot yaur work out af whEch the }njury or damane aris�s has been put to 3ts tnkended use by any peraon or organizatiun ott�er than enother contraator. or subcontractor engac�ed In perForming oper�atlans for a p�lnaipa! as part of the same � praJect. 2, "Bodlly Injury" or "Prc�erty pamaga arising out of �ny aot or omtsslon of the addilional �. � fr�sursd(s) or any of khefr e�npioyees, ather that� Ehe generai supeMslon of work .� pstformed for the additlonal lnsured{s) by you. . Howaver; 3. The Insurance affarded to suoh addjtiona! insured(s) oniy appliss to tfte extent permlfted by faw and 4!f c�overage provlded to the addiilonal tnsured(s) }a required by a oankract, permit or aocess agreem ent, the Insurance affordad ta suoh a�ditlona! insur�d(s) will not be broader than that wl7ich yau are required by the confraat, �ermit or access agreement to provid� far such aciditionai insured(s). G. Any aoverage provlded hereunder shall be exaess over any oth�er valid and collectibte insuranoe avallabl� ta the additior�al insured(s) whether primary, excess, aa�tir►gent or on any other basis untess a contrack speoifically requfrsd Ihak tiiia (nsuranae be priinary, or you request that it apply on a primary basis. irimen this ii�surance applias on a primary basis for the addiilonal lnsureds desaribed ai�ove, it shaii appiy aniy ta °bo�i3y Injury", "property damage" or "personai and adver#ising injury° aatrsed by your vs+ark for Ihat addltioital Insttred by ar tor yau. Other lnsurance atfarded to ihose additionaf Insureds wlli apply as exasss and not cor►tribuke as prineary to the insurance affardsd by th(s endorsement. 'fhe Ilmits of, insi�rance wlth respect to e�ch perssc�n, arganlzatlon or entity �haif not exc$ed the ifmlts of Ii�bflity of #he named it�surad .All Insuring agresments, exclusiaas and conditlons of thia pollcy apply. In no event, shal( tlte oaverage or limits af Insuranoe 1n this coveraga form ba 3ncreased by such contract, permlt aracces� agreement. A!t att�erterms and condltions remain tha same. '�r ��f,�,�'�-•---. � (AuthorizQd Representative) MANUS 0 2016 K.L. Amerioa, lna, All Rlghts Resetved. Page 2 May t�ot be aopled vrlthout pern�lsslon,