Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8115 ENGINEERING SERVICES FOR WATER RECLAMATION & BIOSOLIDS FACILITY DESIGN & CONSTRUCTIONUtilities Work Order Form Official Purchasing Form Last updated 10/2017 WORK ORDER PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND CAROLLO ENGINEERS, INC. WORK ORDER NUMBER: UC-WRF-2018-26 PROJECT TITLE: U2018 MWRF Aeration System Analysis ORIGINAL BID/RFP NUMBER & NAME: U8115, Engineering Services for Water Reclamation and Biosolids Facility Design and Construction Services MASTER AGREEMENT EFFECTIVE DATE: USeptember 21, 2015 ARCHITECT/ENGINEER: UCarollo Engineers, Inc. OWNER’S REPRESENTATIVE: ULink Mueller WORK ORDER COMMENCEMENT DATE: UOctober 15, 2018 WORK ORDER COMPLETION DATE: UFebruary 15, 2019 MAXIMUM FEE: (time and reimbursable direct costs): U$74,067.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: UConduct a process and mixing aeration demand evaluation, evaluation current and future diffuser needs, evaluate textile baffle wall potential, evaluate existing aeration piping, valve, mechanical sizing for blower replacement and control alternatives. See the attached supporting documentation. Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of four (4) pages are hereby accepted and incorporated herein, U U by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Carollo Engineers, Inc. By: Date: Name: Title: OWNER’S ACCEPTANCE & EXECUTION: Page 1 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 Jason Garside October 25, 2018 Vice President Vice President October 28, 2018 Ron Burdick Utilities Work Order Form Official Purchasing Form Last updated 10/2017 This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Link Muller, Civil Engineer III REVIEWED: Date: Pat Johnson, Senior Buyer APPROVED AS TO FORM: Date: Name,City Attorney's Title (if greater than $1,000,000) ACCEPTANCE: Date: Jason Graham, Plant Operations Director ACCEPTANCE: Date: Owen Randall, Civil Engineer Director ACCEPTANCE: Date: Carol Webb, Utilities Deputy Director ACCEPTANCE: Date: Kevin Gertig, Utilities Executive Director (if greater than $1,000,000) ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) ACCEPTANCE: Date: Darin Atteberry, City Manager (if greater than $1,000,000) ATTEST: Date: City Clerk (if greater than $1,000,000) Page 2 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 October 23, 2018 October 23, 2018 October 29, 2018 October 29, 2018 October 29, 2018 October 30, 2018 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES Page 3 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 pg. 1 Scope of Work – Mulberry Air Supply and Distribution Analysis FINAL (10-16-18) The City of Fort Collins (City) intends to implement upgrades at the Mulberry Water Reclamation Facility (MWRF) in support of improving air supply and distribution to the biological treatment process. The City requires an analysis be performed to identify recommended improvements to overcome issues and deficiencies with the blower, controls, and aeration system, and to identify a prioritized list of improvements that the City may implement. The purpose of this Work Order is to: • Conduct a process and mixing aeration demand evaluation; • Evaluate diffuser needs for current and future design flows and loads; • Evaluate the costs of implementing a textile curtain baffle wall in the aeration zone of one of the two aeration basin; • Evaluate and provide recommendations for replacement blower number and sizing, including a cost evaluation in coordination with the Contractor; • Evaluate the existing aeration pipe, valve, and mechanical control element sizing including air distribution and blow-off systems; and Evaluate alternatives for blower and aeration control and programming. It is anticipated that this scope of work will proceed beginning October 15, 2018 and is required to be completed by February 15, 2018. At the completion of this Analysis Work Order, a future work order may be executed for Consultant to provide an engineering pre-design and design, prepare drawings and specifications, and provide equipment procurement and pre-construction support for the implementation of a proposed project(s). Scope of Work The scope of work for this Work Order is divided into the following tasks and subtasks, summarized below: Task 1 - Project Coordination Task 1.1 - Project Initiation Perform project initiation activities, including ProjectWise set up, analysis schedule development, progress report set up, etc. Prepare for and facilitate a two (2) hour project kick- off meeting. Task 1.2 - Coordination Meetings Prepare for and participate in four (4), two (2) hour meetings with the Project Team to coordinate the analysis effort. Task 1.3 - Quality Assurance/Quality Control (QA/QC) Consultant will perform quality assurance and quality control of all deliverables in accordance with Consultant's standard QA/QC policies and procedures. Page 4 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 pg. 2 Task 1.4 - Progress Reporting Invoices will be submitted monthly by Consultant's Project Manager to City's Project Manager in accordance with City payment protocols. Each invoice will be submitted with a progress report detailing the work executed during the invoice period and work remaining. Task 1 Deliverables: Kick-off Workshop Meeting Agenda and Minutes. Task 2 – Engineering Analysis and Project Recommendations Task 2.1 – Engineering Analysis Consultant will analyze the following aeration system components: 1. Aeration Zone and Distribution System Analysis (Task 2.1.1) • Define process and mixing air demand requirements for current and future design conditions. • Review number of diffusers required. Determine whether any diffusers should be capped. • Evaluate cost-effective means to baffle the aeration zone. Currently MWRF has only one large aeration zone. Baffling would improve DO control and to reduce oxygen poisoning through recycle flows. Up to three design alternatives will be evaluated and priced for comparison. • Evaluate whether the current distribution and blow-off system piping and flow control valves are correctly sized. Provide cost-benefit of replacement at this time. • Evaluate upgrades to improve aeration process control for treatment performance, energy use, and integration of blow-off automation 2. Blower Replacement Analysis (Task 2.1.2) • Evaluate and determine requirements for replacement blower(s). • Recommend number of blowers, capacity, turn-down requirements. • Perform life cycle cost comparison of the options including capital and energy costs. • Perform industry review of blower manufacturers. Develop questionnaire to send to potential blower manufactures to obtain information to narrow field of potential manufactures for consideration during design. At a minimum the following manufacturers will be reviewed and contacted: Aerzen, Lone Star, and Howden. 3. Aeration Control and Programming (Task 2.1.3) • Assess options for blower programming and aeration control. • Provide recommendation for blower and aeration control considering current operation and future desire to implement aeration control tied to ammonia online monitoring. Task 2.2 Project Identification and Prioritization Consultant to identify distinct projects as a result of analysis performed in Task 2.1. Consultant to coordinate with Contractor and City to establish cost estimates for each project identified, and to prioritize projects for implementation. Page 5 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 pg. 3 Consultant will prepare technical memorandum that documents engineering analysis finding, identified projects, and project prioritization. Task 2.3 Project Prioritization Workshop Consultant will hold a two (2) hour workshop with the City to review and discuss the alternative evaluation results and make a final decision on the design direction of the project (process selection and location siting). Task 2 Deliverables: Draft and Final Engineering Analysis Memorandum; Project Prioritization Workshop Agenda and Minutes. Page 6 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B WORK ORDER COST DETAILS Page 7 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 FINAL - 10/16/18 MULBERRY AERATION ANALYSIS PROJECT (ENGINEERING ANALYSIS PHASE) LABOR HOURS AND ENGINEERING FEE Senior Professional Project Manager (JG) Process Engineer (TRW) Professional (CB) Disciplines (Structural+Arch) Disciplines (EIC) Asst Professional (BC) Senior Technician Technician Document Processing/Clerical Billing Rate $238 $219 $206 $171 $171 $171 $171 $162 $110 $96 Task 1 - Project Coordination 4 34 20 24 0 24 12 0 0 0 118 $22,778 $0 $0 $0 $600 $1,381 $24,759 Task 1.1 - Project Inititation 0 10 8 8 0 8 0 0 0 0 34 $6,574 $0 $0 $0 $200 $398 $7,172 Task 1.2 - Coordination Meetings 2 12 12 12 0 12 12 0 0 0 62 $11,732 $0 $0 $0 $400 $725 $12,857 Task 1.3 - Quality Assurance/Quality Control 2 8 0 4 0 4 0 0 0 0 18 $3,596 $0 $0 $0 $0 $211 $3,807 Task 1.4 - Progress Reporting 0 4 0 0 0 0 0 0 0 0 4 $876 $0 $0 $0 $0 $47 $923 Task 2 - Engineering Analysis 4 20 64 68 0 48 40 0 0 8 252 $45,960 $0 $0 $0 $400 $2,948 $49,308 Task 2.1.1 - Aeration Zone and Distribution System Analysis 2 4 20 16 0 0 8 0 0 0 50 $9,576 $0 $0 $0 $0 $585 $10,161 Task 2.1.2 - Blower Replacement Analysis 2 4 16 24 0 8 8 0 0 0 62 $11,488 $0 $0 $0 $0 $725 $12,213 Task 2.1.3 - Aeration Control and Programming 0 4 12 12 0 24 8 0 0 0 60 $10,872 $0 $0 $0 $0 $702 $11,574 Task 2.2 - Project Identification and Prioritization 0 8 16 16 0 16 16 0 0 8 80 $14,024 $0 $0 $0 $400 $936 $15,360 PROJECT TOTALS - TASKS 1-2 8 54 84 92 0 72 52 0 0 8 370 $68,738 $0 $0 $0 $1,000 $4,329 $74,067 TOTAL COST LABOR HOURS PROJECT COSTS King Surveying PECE Lithos Total Direct Labor Hours Total Labor Cost Other Direct Costs (ODCs) Ditesco Page 8 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT C CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 9 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ PROPERTY DAMAGE $ BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOS ONLY AUTOS NON-OWNED OWNED SCHEDULED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 1 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization’s liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured’s ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products-completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance Carollo Engineers, Inc. 6050490317 12/31/2017 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 2 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 2 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Carollo Engineers, Inc. 6050490317 12/31/2017 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 3 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Person Or Organization Blanket where required by written contract. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured’s ongoing operations or your work included in the products-completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (10-16) Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 10/23/2018 Carollo Engineers, Inc. 6050490317 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 4 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. 6050490317 12/31/2017 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 5 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 Named Insured: Policy Number: Effective Date: ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non- contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA 71527XX (Ed. 10/12) Carollo Engineers, Inc. 6050490267 12/31/2017 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 6 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. City of Fort Collins P.O. Box 580 Fort Collins CO 80522 6050490267 12/31/2017 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 7 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 Carollo Engineers, Inc. 6050490270 12/31/2017 12/31/2017 6050490298 American Casualty Company of Reading, PA Valley Forge Insurance Company 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 8 of 9 Workers Compensation DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 PROFESSIONAL LIABILITY AND POLLUTION For All the Commitments you Make INCIDENT LIABILITY INSURANCE POLICY INSURED: Policy Effective Endorsement Number NOTICE ENDORSEMENT – CANCELLATION OR NON-RENEWAL We agree with you that your Policy is amended to include the following additional provisions. 1. Your Policy will not be: XX Cancelled by us until we provide at least: 10 days prior written notice if we cancel your Policy for Non-payment of Premium; 30 days prior written notice if we cancel your Policy for The following reasons: Any reason other than non-payment of premium. ___ Non-renewed by us until at least ___ days prior written notice is given to the person or entity named in 2. below. 2. Person or Entity: All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy and expires concurrently with said Policy unless another effective date is shown above. By Authorized Representative __James F. Willging_____________________ (No signature is required if issued with the Policy or if it is effective on the Policy Effective Date) James F. Willging Countersigned by Authorized Representative 256423 (Ed. 10/05) Carollo Engineers, Inc. AEH288354410 7/4/2018 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 9 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915 (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER (MM/DD/YYYY) LIMITS POLICY EXP (MM/DD/YYYY) POLICY EFF LTR TYPE OF INSURANCE POLICY NUMBER INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB EACH OCCURRENCE $ AGGREGATE $ $ OCCUR CLAIMS-MADE DED RETENTION $ PRODUCTS - COMP/OP AGG $ GENERAL AGGREGATE $ PERSONAL & ADV INJURY $ MED EXP (Any one person) $ EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 10/23/2018 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com CA DOI License No. 0F06675 Michael Christian Risk Strategies Company syoung@risk-strategies.com Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 45012997 ✓ ✓ Construction Services. Carollo Project #: 10103A.00. City of Fort Collins, its officers, agents and employees are included as additional insured as City of Fort Collins P.O. Box 580 Fort Collins CO 80522 Projects as on file with the insured including but not limited to: 8115 Engineering Services for Water Reclamation and Biosolids Facility Design & additional insureds with respects to General & Auto Liability. A 6050490317 12/31/2017 12/31/2018 $1,000,000 $1,000,000 ✓ $25,000 ✓ $1,000,000 ✓ Deductible $0 $2,000,000 ✓ $2,000,000 A 6050490267 12/31/2017 12/31/2018 $1,000,000 ✓ ✓ ✓ Ded: Comp/Collision $1,000 B 6050490270 12/31/2017 12/31/2018 ✓ ✓ C 6050490298 12/31/2017 12/31/2018 $1,000,000 N $1,000,000 $1,000,000 Deductible: $0 D Professional Liability AEH288354410 7/4/2018 7/4/2019 Each Claim: $1,000,000 Unlimited Prior Acts Aggregate: $1,000,000 Deductible: $400,000 Continental Insurance Company 35289 American Casualty Company of Reading, PA 20427 Valley Forge Insurance Company 20508 Continental Casualty Company 20443 45012997 | *17-18 GL-AL-UL-WC 18-19 PL ($1M/$1M) | Debbie Richie | 10/23/2018 3:15:22 PM (PDT) | Page 1 of 9 DocuSign Envelope ID: 20FBB2E4-109E-4107-BE3C-A55652C42915