Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
AECOM Riverwalk Leach Amphitheater
1 3 0\a3 /� _COM Imagine it. /�1� Delivered. Mr. Ray Maurer City of Oshkosh Parks Director 805 Witzel PO Box 1130 Oshkosh, WI 54903 AECOM 558 North Main Street Oshkosh, WI 54901 aecom.com June 25, 2018 AECOM Proposal No. OP P-443372 Proposal for Engineering Services Related to Renovation of Riverwalk at the Leach Amphitheater in Oshkosh, Wisconsin Dear Mr. Maurer, AECOM Technical Services, Inc. (AECOM) is pleased to present the City of Oshkosh (City) with this proposal for professional services related to renovation of riverwalk at the Leach Amphitheater, in Oshkosh, Wisconsin. This proposal presents our understanding and approach to the project, our proposed scope, and fee estimate. Project Understanding A concrete riverwalk was constructed adjacent to the Leach Amphitheater in the early 2000's. This riverwalk is approximately 12 to 15 feet wide and is supported by fill materials placed behind a steel sheet pile bulkhead along the river. Over time some of these fill materials have settled causing the concrete walkway to drop slightly. This drop is most pronounced next to the steel channel which serves as a cap to the sheet pile bulkhead, and presents a tripping hazard for pedestrians. The City would like to eliminate this tripping hazard, and has requested AECOM prepare plans and specifications for a renovation which can be let for bids. In 2009, AECOM designed the Riverside Park Riverwalk segment which is directly west of, and adjoins the Leach Amphitheater riverwalk. The Riverside Park Riverwalk construction included a new steel sheet pile bulkhead, similar to the Leach Amphitheater area. However, the design for the Riverside Park Riverwalk included a design element on the inside of the sheet pile bulkhead which was specifically intended to support the concrete walkway, and minimize the potential for settlement or differential movement. This detail includes a structural steel channel connected to the sheeting to form a support platform for the concrete. With this design element, even if backfill under the concrete settles or washes out, the riverside portion of the walkway will remain supported. We propose to use this same detail for the Leach Amphitheater renovation. The Leach Amphitheater steel bulkhead was constructed by Wisconsin Public Service (WPS) as part of the remediation efforts for a historic Manufactured Gas Plant (MGP) at the Leach site. This steel sheet pile bulkhead was installed as a barrier between the Fox River and the impacted upland soils. AECOM has contacted Mr. Brian Bartoszek of Integrys Group (formerly WPS) to preliminarily discuss the above renovation scheme. In response, (email correspondence with attachment dated 11/3/15), Integrys provided their requirements for the proposed renovation to minimize potential for damage to the special environmental seals placed in the sheeting. AECOM will incorporate Integrys' requirements into the bid documents. Approach The renovation will be completed along the entire 570 lineal feet of Leach Amphitheater riverwalk. The renovation design is expected to consist of the following: Saw cut the existing concrete 8 feet north of, and parallel to, the sheet pile bulkhead. Remove and dispose of this 8 -foot wide section of concrete walkway. Place base course material in the area of removed concrete along the length of the bulkhead to repair settled areas. Compaction will be completed, per Integrys requirements. K:\PROPOSAL\City of Oshkosh\OPP-443372_Leach Amphiteheater Riverwalk Repairs\2018\Final 6 25 18\OPP-443372_Leach Amphitheater Riverwalk Proposal_2018 Final 6 25 18.docx 1/8 /� _^OM Imagine it. /�'\�` Delivered. Scope of Services The following briefly describes our proposed scope of services. Task A: Prepare Special Provision to be incorporated into Construction Documents Suitable for Bidding AECOM will prepare Special Provisions for the bidding documents. The bidding documents will include 2018 City of Oshkosh Standard Specifications where applicable. Information required for the Notice to Contractors will be provided to the City. Deliverables: AECOM will provide one (1) draft electronic version of all the required documents in Microsoft Word format for review. All comments will be addressed and incorporated into a final Microsoft Word document and provided to the City. The plan set will include the following plans and detail drawings: Location of the project, truck and haul routes, and extent of the planned renovation area. Details for concrete removal, base course placement, structural channel placement, and concrete replacement/finishing. Technical Specifications will be provided on one drawing sheet. These will be referenced to City Standard Specifications where applicable. To prepare these construction documents, AECOM will: • Hold an initial project review meeting with the project stakeholders, as defined by the City. We expect this meeting will include representatives of Integrys. The purpose of this meeting is to confirm design intents and limitations, authority/responsibility for reviews and monitoring, available budget, and project expectations. • Contact WDNR and USACE to confirm no permits are needed, and no special handling of concrete wastes are required. • Coordinate with City Staff and Integrys on pertinent design features. Hold a review meeting with the project stakeholders at the 75% complete design stage. • Hold a review meeting with the project stakeholders at the 95% complete design stage. • Using 95% review comments, prepare an electronic copy of the final plan set and project manual suitable for bidding. For Bidding. AECOM will: Attend a Pre -Bid conference. Answer questions during the bidding process, and provide draft addenda, as required. Review bidding results. Task B: Construction Related Services AECOM will provide daily Resident Project Representative (RPR) Services. Our budget assumes a construction time frame of 6 weeks. AECOM will provide a part-time RPR, and on-site testing staff as -needed to document construction. Field and Laboratory testing will be provided as necessary to document compliance or noncompliance with project plans and specifications. In addition, we will work with the City and contractor on contract administration issues. A summary of tasks is provided below. • Provide a part- time (or as project requirements dictate) RPR on site during construction events. K:\PROPOSAL\City of Oshkosh\OPP-443372_Leach Amphiteheater Riverwalk Repairs\2018\Final 6 25 18\OPP-443372_Leach Amphitheater Riverwalk Proposal_2018 Final 6 25 18.docx 3/8 /� _COM Imagine it. /�� Delivered. • Provide two site visits by the Structural Engineering designer during construction to verify design criteria. AECOM proposes a construction team comprised of Paul Timm and/or Jeremy Thomas, P.E., Construction Project Manager; Chad Wilson, Field Staff; and David Atkins, P.E. Structural Engineer. Deliverables: As -Record Plan Set prepared from site observations, and contractor's red -lined set. No other site features will be surveyed, unless specifically requested by the City. Project Fees The following table summarizes our estimate of fees to complete the scope of services described above. Task A: Design and Bidding Assistance Construction Documents $12,100 Design Review, Meetings, and Project Management $7,750 Bidding Assistance $3,000 Task B: Construction -Related Services Construction Monitoring/Administration (6 weeks) $14,750 Total Project Fees $37,600 Note: Submittal or review fees and reproduction costs are considered to be a direct reimbursable expense. Project Schedule AECOM anticipates the design phase of Task A can be completed within 3 to 6 weeks of authorization to proceed. This time frame assumes timely reviews by all stakeholders. Bidding is expected to be completed over a 3 to 4 week period; construction is estimated to be 6 week duration. We anticipate the following schedule • Project Review Meeting July, 2018 • 95% Project Review meeting August, 2018 • Preparation of Bidding Documents August, 2018 Bidding August - September 2018 • Construction October -November 2018 Please note this in just an estimated schedule. We understand the main goal to be ready to start construction as soon as Waterfest is completed for the year. Terms and Conditions Services described in this proposal will be performed on a time-and-expense/unit-cost basis. The approved Fee Schedule and 2009 Negotiated Terms and Conditions of Service and the unit prices and terms for various elements of service we expect will be utilized providing the services outlined in this proposal. Please indicate your acceptance of this proposal by having an authorized individual of your firm execute the attached Authorization Form and return it to our Oshkosh office. If you have any questions regarding the proposed scope of services and corresponding costs, please contact us at your convenience. K:\PROPOSAL\City of Oshkosh\OPP-443372_Leach Amphiteheater Riverwalk Repairs\2018\Final 6 25 18\OPP-443372_Leach Amphitheater Riverwalk Proposal_2018 Final 6 25 18.docx 5/8 /� _COM Imagine it. �� Delivered. Authorization June 25, 2018 AECOM 558 N Main Street Oshkosh, Wisconsin 54901 I hereby certify that the necessary provisions have been made to pay the liability, which will accrue under this contract. I hereby authorize AECOM to proceed with the scope of work for Proposal for Engineering Services Related to Renovation of the Leach Amphitheater Riverwalk in Oshkosh, Wisconsin as described in AECOM's proposal OPP-443372 dated June 25, 2018 with a budget authorization of $37,600, under the general terms and conditions specified in the proposal. •� Yom'—'– 1��T'e���'.. Sigrfature Mark A Rohloff Print Name City Manager Title/Organization Signature Date Pamela R. Ubrig Print Name City Clerk Title/ rganization drrp4p�7� Lynn A.Lorenson Print Name City Attorney Title/Organization l�ghature Trena Larson Print Name Director of Finance Title/Organization `1- 10-xte Date 119 1 N Date K:\PROPOSAL\Cityof0shkosh\OPP-443372 Leach Amphiteh eater Riverwalk Repairs\2018\Final 6 25 18\OPP-443372_Leach Amphitheater Riverwalk Proposal_2018 Final 6 25 18.docx 7/8 BUDGETARY OPINION OF CONSTRUCTION COST AECOM �i Project Repair of Riverwalk along Leach Amphitheater Seawall Owner City of Oshkosh, Wisconsin Date: 12/812015 it # OF TOTAL COST OF ITEM UNITS UNITS UNIT PRICE ITEM 11 General Conditions it Mobilization/Demobilizaton 1 LS $4,000.00 $4,000.00 B';I Temporary Facilities- Const. Fencing, sanitary, power 1 LS $1,500.00 $1,500.00 B',i Erosion Control - Inlet Protection 2 Ea $500.00 $1,000.00 B d I General Conditions Subtotal : $6,500 I. 1 Demolition Remove Concrete walk, 570 LF �I Sawcut @ 8' from seawall 600 LF $4.51 $2,706.00 R it Remove concrete walk (4560 SQFT, 6" thick) 510 SQYD $20.40 $10,404.00 R :I Load, Haul 10 mi to disposal site (Non -impacted material) 85 CYD $16.90 $1,436.50 R Tipping Fee at disposal site 175 TON $17.00 $2,975.00 B ! Demolition Subtotal : $17,522 'I �I 2 Repair Place Base Course, Structural Angle, Concrete and Reinforcement Gravel-(WisDOT Base Aggregate Dense), 6" thick 95 CY $15.75 $1,496.25 W 6 X 4 X5/16 Angle, weld to existing sheeting 6204 LB $6.39 $39,643.56 R Re-inforcement 94 @ 9" O.C. & #4 @ 15" O.C. 3.35 TON $2,270.00 $7,604.50 R Drill 8 grout dowels into remaining concrete walk #4 @ 18"O.C. 380 Ea $42.50 $16,150.00 R it j Concrete, 7" thick, Broom Finish 4560 SQFT $4.10 $18,696.00 R Control Joints, 2" deep, 15'0.C. 320 LF $0.88 $281.60 R Expansion Joints and Sealant 600 LF $2.04 $1,224.00 R Repair Subtotal : $85,096 Subtotal Costs: $109,117 Contingency 20% 20% $21,823 l f Performance Bond @ 2.5% 2,5% $2,728 i Total Construction Cost $133,669 I Engineering Design & Bidding $22,850.00 Construction Monitoring $14,750.00 j Total Project Cost (2015) $171,269 TOTAL PROJECT COST (2017) 2015 Cost +3%+3% $181,699 ii 'u Cost Source: i! n !i i R - RS Means (2015) r SII; W - WtsDOT Average Bid Price (2015) Note: Base Aggregate Dense unit cost increased 50% for placment conditions required by Integrys B - Bid Experience I! From: Bartoszek, Brian F To: Timm, Paul Cc: Maurer, Raymond (RMaurer(d)ci.oshkosh.wi.us) Subject: RE: Oshkosh wells in need and proposed riverwalk repair detail Date: Tuesday, November 03, 2015 8:01:18 AM Attachments: imaae001.ipa 20151103 Requirements for Concrete Repairs Next to Dock Wall 150814a.pd Paul, I reviewed the request with NRT and attached is a figure with some notes outlining our requirements for performing the work. If the City decides to move forward with the repairs I would also like to be notified in advance of the work in order to observe. Please let me know if you have any questions. Thanks. Brian F. Bartoszek, P.E. Manager - Remediation 700 N Adams Street Green Bay, WI 54307-9001 office: 920-433-2643 mobile: 920-850-2116 From: Timm, Paul [mailto:Paul.Timm@aecom.com] Sent: Monday, November 02, 2015 10:13 AM To: Bartoszek, Brian F Cc: Maurer, Raymond (RMaurer@ci.oshkosh.wi.us) Subject: RE: Oshkosh wells in need and proposed riverwalk repair detail Hi Brian Has your team had a chance to look at the proposed repair for the Riverwalk ? Thanks Paul F. Timm Account Manager AECOM Environment Cell 920-716-1338 Paul.timmCcDaecom.com Internal Cisco 2196718 AECOM 558 North Main Street Oshkosh, Wisconsin 54901 920-235-0270 www.aecom.com Thanks Paul F. Timm Senior Project Manager AECOM Environment Direct T 920-236-6718 Cell 920-716-1338 paul timm@aecom.com Internal Cisco Extension 2196718 558 North Main Street Oshkosh, Wisconsin 54901 T 920-235-0270 F 920-235-0321 www.aecom.com Please note my email has changed to paul.timmra).aecom.com From: Timm, Paul Sent: Wednesday, July 01, 2015 1:19 PM To: 'Bartoszek, Brian F' Subject: RE: Oshkosh wells in need Hi Brian I went out to the site and the new flush mount for GW01 has already been broken by a lawn mower. -I will get it repaired. I have not had looked at ow -1. Thanks Paul F. Timm Senior Project Manager AECOM Environment Direct T 920-236-6718 Cell 920-716-1338 paul.timmCa)aecom.com Internal Cisco Extension 2196718 FBI 558 North Main Street Oshkosh, Wisconsin 54901 T 920-235-0270 F 920-235-0321 www.aecom.com Please note my email has changed to paul.timm@aecom.com Natural Resource Technology, Inc. 234 W. Florida Street, Fifth Floor Milwaukee, Wisconsin 53204 414.837.3552 direct 262.719.4525 cell 414.837.3607 phone 414.837.3608 fax ihagenQnaturalrt.com I www.naturalrt.com Smarter solutions, Exceptional service, Value A �0 CERTIFICATE OF LIABILITY INSURANCE k.� DM/20UDO/YYW) asmrzDl6 F 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and Conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Marsh Risk & Insurance SeMces CA License.#0437153 CONTACT NAME (AIC, N � No), E-MAIL ADDRESS: 777 South Figueroa Street Los Angeles, CA 90017 04/01/2016 Atbx LosAngeles.CerR:eWest@Marsh.CDm INSURERS AFFORDING COVERAGE NAIC it INSURER A : AGE knedcan insurance Company 22667 £N101348564-PROJ-GAU&18-19 04 2019 INSURED AECOM INSURER B: AGE Pr & Casualty Insurance Go. 20699 INSURER C : Illinois Union Insurance Co 279W and its Subsidiaries INSURER D : SEE ACORD 101 999 Town & Country Road Orange, CA 92868 AUTOMOBILELIABILnY A : ANY AUTO ._ �.� ..•„ .. OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY -. INSURER E INSURER F: 04/01/2018 •.•..... .— . RnVFRAGFC CFRTIRIr`ATF NIIMRFR• I0q-M2114272-33 RFVISinm NtiMRFR: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE, LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE. POLICY PERIOD = 1NbiCATED. 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 BYPAID CLAIMS. INSR LTR .. TYPE OF INSURANCE B POLICY NUMBER. POLICY EFF MMIDD POLICY EXP. MMIDDIYYYY . LIMITS A XCOMMERCIAL GENERAL LU►BILJTY' CLAIMS -MADE I I OCCUR HDOG71093689 04/01/2016 0410112019EACH OCCURRENCE III 1, 000,000 DAMAGE TO .REN ED PREMISES Ea owarence S 1,000,00 MED EXP (My one person) $ 5,00 PERSONAL & ADV INJURY S 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ff] PRO- .❑ LOC OTHER: JECT" GENERALAGGREGATE $ 2,000,000 PRODUCTS -COMP/OP AGG $ 2,000000 $ A AUTOMOBILELIABILnY A : ANY AUTO ._ �.� ..•„ .. OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY -. _.... ISA H25157229 _ .. _...-.._.. _.. 04/01/2018 •.•..... .— . 04/01/2019 _ ...... _ COMBINED SINGLE LIMIT S 1,000,000 Ea accident 'BODILYINJE}RYIPerperoanl .$ ..._ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per srsadent S )(: UMBRELLA [ lA8 EXCESS LIAR X OCCUR CLAIMS -MADE XOO.G46810043 001 04/0112018 04/0112019 EACH OCCURRENCE S 1,000,000 AGGREGATE S 1,000,000 DED RETENTIONS $ D WORKERS COMPENSATION AND EMPLOYERS LIABILITY YIN ANYPROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDEiJ? (Mandatory in NH) M yea, descnbe order DESCRIPTION OF OPERATIONS below NIA SEE ACORD IM 04101/2019 - X PER OTH STATUTE ER E.L. EACH ACCIDENT $ 10,000,000 -- E.L. DISEASE - EA EMPLOYEE S. 10,000,000 I E.L, DISEASE -POLICY LIMIT $ 10,000,000 C ARCHITECTS & ENG: PROFESSIONAL LIAR. EON G2165093 -CLAIMS MADE- D410112018 04/0112019 Per ClaimlAgg $1,000,000 Defense Included DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES (ACORD 101, AddMonan Remarks Schedule, maybe attached If more apace Is required) Re: 2014 General Work for the City of Oshkosh CERTIFICATE HOLDER City of Oshkosh Attn: City Clerk PO Box 1130 Oshkosh, WI 54903-1130 ACORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh Risk d insurance Services James L. Vogel 01988-2016 The ACORD name and logo are registered marks of ACORD reserved. AGENCY CUSTOMER ID: CNIO1348564 LOC #: Los Angeles AcoRc�® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh Risk &Insurance Services AECOM and Its Subsidiaries 999 Town & Country Road POLICY NUMBER AOS Orange, CA 92868 CARRIER NAtC COD£ EFFECTIVE DATE: ACE American Insurance Company- MAIC # 22667 WI Retro THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensalion/Employer Liability cont Policy Number Insurer States Covered WLR 064788759 Indemnity Insurance Company of Noah America - NAIC # 43575 AOS WLR 064788723 ACE American Insurance Company- MAIC # 22667 CA and MA SCF C64768747 ACE American Insurance Company- MAIC # 22667 WI Retro WCU 064788802 ACE American Insurance Company -NAIC#22657 OH, Ohio Qualified Self Insured (QSI)-SIR $500,000; Only applicable to specify qualified entities self-insured in.the state of Ohio Waiver of Subrogation is applicable where required by written contract with respect to WC. If the insurer for the Workers Compensation policy cancels its policy for any reason other than for non-payment of premium, the insurer will provide 30 days notice of cancellation to those Certificate Holders that require it by written contract ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights The ACORD name and logo are registered marks of ACORD A Rte® CERTIFICATE OF LIABILITY INSURANCE ONYM °0312;120018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELYAMEND, 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms. and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER. Marsh frisk & Insurance Services CUcense #0437153 A 777 South Figueroa Street Los Angeles, CA 90017 Attn: LosAng"ZortRetlUest@Marsh.Com CN101348564-PROJ-GAUE-1.8-19 Oshkos GAPL 2020 2020 CONTACT NAME: PHONE FAX A1C No ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC M INSURER A : ACE American Insurxlce Cornpany 22667 INSURED AECOM AECDM Technical Services INSURER S : NIA WA INSURER C : Illinots Union Insurance Co 27960 INSURER b: SEE ACORD 101 558 North MainStreet. Oshkosh, Vill 64901 INSURER E INSURER F:. r_nVPfaer_[=C CERTIFICATE NUMBER! .LOS -002115620-36 REVISION NUMBER; 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. ILT R LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MIDD E� POLICY LIMITS A X. COMMERCIAL GENERAL LIABILITY James L. Vogel-- HDOG71093669 04101/2018 04%01/2019 EACH OCCURRENCE $ 3,000:000 CLAIMS -MADE � OCCUR DGE TO RENTED PREMISES fEa occurrence) $ 1,O,000 MED EXP (Any one ) $ 510po PERSONAL&ADV INJURY $ 3,000,000 LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE. SPO4,000,000 PRODUCTS - COMP/OP AGG S 3,000,000 PRO-ElLOC LICY X JECT �OTHER- $ I A AUTOMOBILELIABILITY ISA H25`157229 04(0112018 04/0112019. OMBINEDDtSINGLE LIMIT $ 3,000,000 77 ANY AUTO _.__ BODILY INJURY (Par t BODILY `INJURY (Par accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY I PROPERTYDAMAGE $ P.'.. er acadeM $ UMSRELLAUAS EACH OCCURRENCE $ AGGREGATE $ EXCESS CLAIMS -MADE REOCCUR DED I I RETENTIONS $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERIEXECUTIVE N— OFFICERlMEMBEREXCLUDEDI a (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA SEE.ACORD101 04/01/2019 X PER 0TH- ST TU'TE ER E.L EACH ACCIDENT $ 2,000,000 E.LDISEASE -.EAEMPLOYEE $ 2,000000 E.L. DISEASE -POLICY LIMIT $ 2,000,000 C ARCHITECTS & ENG. EON G21664693 04/01/2018 04/01/019 Per Clain /Agg $1,000,000 PROFESSIONAL LIAB. -CLAIMS MADE" Defense included DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: General Work for the City of Oshkosh City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers are named as additional insured for GL & AL coverages, but only as respects work performed by or on behalf of the named insured and where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: City Clerk THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh, WI 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh Risk & Insurance Services James L. Vogel-- 031969-ZD76 AWRU c;vRPURAj i0m. Ali rlgms reserves. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD ACC)RL>® AGENCY CUSTOMER ID: CN101348564 Loc #: Los Angeles ADDITIONAL REMARKS SCHEDULE Page 2 of 2 Y AGENCY NAMED INSURED Marsh Risk & Insurance Services AECOM Indemnity Insurance Company of North America - NAIC #43575 AECOM Technical Services 558 North Main Street POLICY NUMBER ACE American Insurance Company - NAIC #22667 Oshkosh, WI 54901 CARRIER7 MAIC CODE EFFECTIVE DATE: WCU C64788802 ACE American Insurance Company - NAIC # 22667 ALWI I IVNAL Kt=MtAKRS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensafion/Employer Liability cont. Policy Number Insurer States Covered WLR 064788759 Indemnity Insurance Company of North America - NAIC #43575 AOS WLR C64788723 ACE American Insurance Company - NAIC #22667 CA and MA SCF C64788747 ACE American Insurance Company - NAIC # 22667 WI Retro WCU C64788802 ACE American Insurance Company - NAIC # 22667 OH, Ohio Qualified Self Insured (QSI) - SIR: $500,000; Only applicable to specific qualified entities self-insured in the state of Ohio Waiver of Subrogation is applicable where required by written contract with respect to WC. If the insurer for the Workers Compensation policy cancels its policy for any reason other than for non-payment of premium, the insurer will provide 30 days notice of cancellation 10 those Certificate Holders that require H by written contract ACORD 101 (2008101) v wvv nvvrw--- The ACORD name and logo are registered marks of ACORD WE to 42-2 ]a 1 fe IE J (s) gy�pqq_ =v r0A'/��1 �m Jog � U a ilia Lu F. M. Cl W. E l� Fg'4 m �S a��. ids e.�$ ET, �'�a• $•mgt Y !a a �Sor£l.� e POLICY NUMBER.- HDO G711093669 Endorsement Number 5 COM, MERCIAL GIEN.tR*I, LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL I.NSURIED - OWNERS LESSEE'S OR C CONTRACTORS- OMPLETED OPERATIONS This endorsement modifies insurance provided under the following.,. COMMERCIAL RCIAL GENERALL"ILITYCQVERAGE- PART PROWCITSICOMPLETED OPERATIONS LIA13Il,"tOVE.KA$E PART SCHEDULE Nik" OfA+ddmtionai Insured Person(s): Or Organization(s) Location And ,DescrIp!!oq Ot Carnolloted Operations Any person gariorganization: Whbm'you have dtb. Ali ions whereyou we performing,work for such include as.,an.additional Insured undera4dtteh o.d'd..it'.ional instiMpumWt tpany Stich written contract. contradt,_,provided such contract was.'executed prior to the date of loss. ..... ..... Information nuired to c6q!e1ete,this .Schedule, if, not _Shawn above . will be shown. in the Declarations. A. Section 11 — Who Is An Insured it,,an ideo to meri include as an additional.insured,the person(s) or arganizatio*) shown:. the Scbe0UW but only with respect to, Ilablit far "bodily JT "property darnage" caused, jinwhole of In part, by "your -work* at the locatiom. designated and described in the Schedule of to endorsement pedbrmed for that addiflonai insured, and kiduded M4 the "'products -completed, operations hazard'. However 1. The insurance aftded. to such additional insured only applies to. the Od,60t permitted by law; and Z. it -coverage provided to the additimW insured 10 reqpjpW by a. contmict or agreement, the d4uch additim insuri aftrded 4. at'insured well kut be hmader Ilton that lch y",am required by 'the Contract or agreement to pr.wOe for such additionil insured., 'Ek. Wth respect to the insurance afforded to these 'Od6itional ik*isurels the f' qw-mig is added to Section III — Lim" Its Of Insurance: If coverage provided to the additional insured is ,:.ruired..by a contract or a reernehit. the most we 111 04 on. behalf of the additional insured is the amount ol•"Insurarim, 1. Required by the, 4046tract or agreement; or z Available under the applicable Limits of Iftsurence shown in the I �11 ara ons: whtchmm is less. This endorsement shall notincrease the applicable umb of Insurance shown in ft 0eclarzitions, 00-20:310.413. 0 Insurance Services Office, Inc-, 2012 page 11 of 1 A�/�1® �.! CERTIFICATE OF .LIABILITY INSURANCE DATE112018 IYYYYj �„�a,$ 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(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsemenL A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Marsh Risk & Insurance SeMces CA License ##7153 CONTACT NAME: PHONE qac No): E-MAIL ADDRESS: 777 South Figueroa Street Los Angeles, CA 90017 Alla_LoWgeteS.CertRequest@MBrsh.Com INSURERIS) AFFORDING COVERAGE NAIC# INSURER A-. ACE American Insurance Company 22667 CN181348564-PROD-GAUE-18.19 Oshkos WI 04 2019 INSURED AECOM Technical Services, Inc. 558 N`Main SL INSURER Is. NIA WA INSURER c: NIA NIA INSURER D: SEE ACORD 101 Oshkosh, WI 54901-4925 INSURER E.` INSURERF., RENTED PREMISES E.ocaarence S 1,000;000 rnVFRACFS CFIRTIFICATE NIIMRFR- LOS -002108185.37 RFVISInN NtIMRFR- THISIS 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 AFFGIRDED,SY 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 LTR TYPE OF INSURANCE ADDLSUBRPOLICY. POLICY NUMBER MM/DD EXP AMMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIAe1LITY HDOG71093669 04/0112018 04/01/2019 EACH.oclllRRENCE $ 1,000+000 CLAIMS -MADE � OCCUR RENTED PREMISES E.ocaarence S 1,000;000 MED EXP'(An one person $ 5,000 PERSONAL &AOV INJURY $ 1.000,000 GEWL AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE. $ 1,000,000 POLICY a PRO-JECT ElLOC PRODUCTS-COMPIOP AGG S 1,000,000 S OTHER: A AUTOMOBILE LIABILITY ISA H25167229 041011201MBINED 8 - - 04/01/2019 CO SINGLE LIMIT $ 1,000,000 .accident BODILY INJURY(Peeper on) .. $ X ANY AUTO ' .: _. _. _.. OWNED. SCHEDULED AUTOS ONLYAUTOS BODILY INJURY (Peracd.dent) $ PROPERTY DAMAGE s Per a.c,., HIRED NON-D"ED AUTOS ONLY AUTOS ONLY $ UMBREI I A LIAROCCUR HCLAIMS-MADE EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR DED I I RETENTIONS S D MRKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETORIPARTNERlEXECUTIVE OFFICEWM£MBEREXCLUDED? a (Mandatory In NH) NIA SEE ACORD101 Z4MVIM 0410112019X PER OTH- S AT LITE ER EL EACH ACCIDENT $ 2,000,000 EL.. DISEASE -EA EMPLOYEE S 2,000,000 E.L. DISEASE --POLICY LIMIT S 2,000,000 If yes. describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 109, Additional Remarks Schedule, maybe aCached If more spaca la required) ANY AND ALL WORK, INCLUDING BUT NOT LIMITED TO ANY AND ALL EXCAVATIONANORK IN THE RIGHT-OF-WAY AND ANY AND ALL STREET/SIDEWALK OBSTRUCTION CITY OF OSHKOSH, AND ITS OFFICERS, COUNCIL MEMBERS, EMPLOYEES NAMED AS ADDITIONAL INSURED FOR GL & AL COVERAGES, BUT ONLY AS RESPECTS WORK PERFORMED BY OR ON BEHALF OF THE NAMED INSURED. UtK I IHL:A It HULUtK l;ANk r -LLA I IUFV City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Pamela Uhrig THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Ave.- PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh, WI 54903-1130 of Marsh Risk &. Insurance Services James L. Vogel 01988-2016 ACORD CORPORATION. All rights ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN1'0.1`348564 LOC #: Los Angeles ,ACOrRl7 ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY Marsh Risk & Insurance Services NAMED INSURED AECOM Technical Services, Inca 558 N Main St. :Oshkosh; WI 54901.4925 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD. FORM,. FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensabon/Employer Liability cont. Policy Number Insurer Slates Covered WLR C64788759 Indemnity Insurance Company of North America - NAIC # 43575 AOS WLR C64788723 ACE American Insurance Company - NAIC#22667 CA and MA SCF 064788747 ACE American Insurance Company -NAIC #22667 WI Retro WCU 064788802 ACE American Insurance Company - NAIC 111212667 OH, Ohio Qualified Ser[ Insured (CSI) - SIR: $500,000; Only applicable to specific qualified entities self-insured In the state of Ohio Waiver of S mgation:Is applicable where required by written contract with respect to WC. If the insurer for the Workers Compensation policy cancels its policy for any reason other than for non-payment of premium, the insurer will provide 30 days notice of cancellation to those Certificate Holders that require it by written contract © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD