Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8115 ENGINEERING SERVICES FOR WATER RECLAMATION & BIOSOLIDS FACILITY DESIGN & CONSTRUCTION (5)Utilities 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-2019-04 PROJECT TITLE: UDWRF Carbon Addition Phase 1 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: UChristina Schroeder WORK ORDER COMMENCEMENT DATE: UFebruary 15, 2019 WORK ORDER COMPLETION DATE: UOctober 31, 2019 MAXIMUM FEE: (time and reimbursable direct costs): U$370,027.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: UPreform design services associated with development of DWRF Carbon Addition Phase 1 and investigation of brewery waste utilization. See 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 UelevenU (11) pages are hereby accepted and incorporated herein, 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: Page 1 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Jason Garside Vice President February 8, 2019 Ron Burdick February 7, 2019 Vice President Utilities Work Order Form Official Purchasing Form Last updated 10/2017 OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Christina Schroeder, 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 Director - Water Reclamation & Biosolids Division ACCEPTANCE: Date: Owen Randall, Director - Civil Engineering ACCEPTANCE: Date: Carol Webb, Deputy Director - Water Resources & Treatment Operations 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 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 February 7, 2019 February 8, 2019 February 8, 2019 February 8, 2019 February 8, 2019 February 8, 2019 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES Page 3 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 pg. 1 Scope of Work – Carbon Addition Design and Brewery Waste Analysis FINALv2 - 1-28-19 The City of Fort Collins (City) intends to implement a Carbon Storage and Feed system at the Drake Water Reclamation Facility (DWRF) in support of meeting new phosphorous effluent limits in April 2021. The proposed Carbon Storage and Feed system will consist of facilities required to store and feed acetic acid to the North Process Train (NPT) and the South Process Train (SPT). The system includes storage tanks, feed pumps and appurtenances, yard piping, chemical feed piping, electrical and instrumentation, and ancillary equipment. The Chlorination Room of the existing Chlorination/Dechlorination Building will be repurposed to house the storage tanks and feed pumps. Improvements to the Chlorination/Dechlorination Building include replacement of the roof, HVAC and electrical equipment improvements, as well as other improvements necessary for housing acetic acid. Chemical feed piping will be routed through the yard to the North Process Tunnel, and then to the NPT application point and to the SPT application point. The primary purpose of this Work Order is to provide the technical analysis, engineering design, preparation of drawings and specifications, and pre-construction support for the implementation of the proposed Carbon Addition Design project (Project). The Work Order also is purposed for performing an analysis of utilizing brewery waste at the DWRF for carbon addition. The analysis will consist of evaluating process requirements of brewery waste (i.e., how much brewery waste is required to meet carbon demands) and assessing implementation feasibility (i.e., consideration of using existing brewery storage tank in North Process Tunnel and mixing improvements required). The City will perform outreach to breweries to determine supply opportunities and brewery waste quality. It is anticipated that this scope of work will proceed beginning February 15, 2019 and is required to be completed by December 31, 2019. Construction-related services are not included in this scope of services or fee attached. The scope of work is divided into the following tasks and subtasks, summarized below: Task 1 - Project Coordination Task 1.1 - Bi-Weekly Coordination Meetings Prepare for and participate in sixteen (16), two (2) hour meetings (bi-weekly over 8 month duration) with the Project Team to coordinate the analysis, design, and pre-construction questions. Appropriate Consultant staff and subconsultants will be in attendance based on the topics of discussion. Meeting agendas will be provided and a Decision Log and Action Item Record will be kept up to date over the course of the Project. Look-ahead schedules will be prepared that document upcoming project activities. Meeting minutes will be prepared and distributed to Project Team. Task 1.2 - Quality Assurance/Quality Control (QA/QC) Perform quality assurance and quality control of all deliverables prepared by Consultant in accordance with Consultant's standard QA/QC policies and procedures. Task 1.3 - Progress Reporting Invoices will be submitted monthly by Consultant's Project Manager to City's Accounting Department 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. Page 4 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 pg. 2 Task 2 - Facility Investigations Task 2.1 – Facility Investigation Conduct walkthrough of facilities with plant staff to develop understanding of existing conditions and preferences for implementation of proposed improvements. Assume one (1), two (2) hour walkthrough. Consultant's Project Manager (PM), Mechanical Engineer, Structural Engineer, and Electrical/Instrumentation/Controls (EIC) Engineer will attend walkthrough. Consultant will prepare a written summary of information gathered and findings of walkthrough. Consultant will assist City and Contractor in identifying potholing requirements. Task 2.2 – Existing Documentation Review and Code Review Consultant will review existing documentation available for the replacement Project. City will provide existing documentation. Review building and fire codes pertaining to storage of acetic acid, and identify code requirements to consider for incorporation into the design. Task 3 – Brewery Waste Analysis Task 3.1 – Brewery Waste Analysis Review quality and quantity information provided by local breweries (information collected by City). Determine ability of available quality and quantity to meet DWRF carbon demands. Perform Biowin model runs as needed to ascertain brewery waste addition on treatment process, including a carbon mass balance analysis. Assist City with development of questions and information requested of local breweries. Review existing brewery waste storage and feed system located within North Process Tunnel. Consider feasibility of reusing existing tank and feed equipment, and consider if other storage locations would be more beneficial for operations and maintenance purposes. Identify storage tank mixing options and provide recommendation for City’s consideration. Task 3.2 – Brewery Waste Analysis Technical Memorandum Consultant will prepare technical memorandum (TM) documenting the brewery waste analysis, including a summary of the City’s findings regarding availability of material from local breweries. Consultant will prepare and draft and final version of TM. A summary of the TM will also be prepared for use by City staff in communicating findings with City management and other community stakeholders. Task 4 - Preliminary Design Task 4.1 – Engineering Analysis Consultant will perform engineering analyses necessary for determining the appropriate solution for acetic acid storage and feed. Specific analysis includes the following: Page 5 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 pg. 3 UProcess AnalysisU: • Confirm carbon dose requirements for NPT and SPT. • Determine storage volume required for 30 days of storage. • Determine day tank volumes for NPT and SPT (if applicable). • Determine chemical feed pump sizing, and transfer pump sizing (if applicable) and determine number of pumps. • Determine pipe sizing. UChemical Feed Routing AnalysisU: • Assess existing yard piping and determine routing for new piping for chemical feed from Chlorination/De-chlorination Building to NPT. Identify potholing requirements and coordinate with Contractor (Contractor will perform potholing). Consultant will work with Contractor to develop and recommend a potholing plan. Consultant will also work with the Contractor prior to and during potholing to assist in completion of the potholing effort. Consultant will create a Sub-surface Underground Engineering (SUE) design sheet, depicting all locates and potholing information collected during the investigation. • Assess routing of chemical feed piping from NPT to SPT. Identify additional potholing or facility investigations required to determine available locations for feed piping. UMechanical AnalysisU: • Assess HVAC equipment replacement requirements. Consider temperature requirements for acetic acid storage. • Asses fire and safety requirements for storage of acetic acid and determine if any improvements are required within Chlorination/Dechlorination Building. UStructural AnalysisU: • Assess requirements for replacing roof of Chlorination/De-chlorination Building. UElectrical/Instrumentation Analysis: • Determine electrical equipment replacement requirements. • For both NPT and SPT, evaluate power, instrumentation and control requirements for day storage and dosing equipment (if applicable). • Determine instrumentation requirements for acetic acid storage and feed. Task 4.2 – Preliminary Layout Drawings Prepare preliminary drawings (in Bluebeam Revu) for the purposes of reviewing design approach with City. Preliminary drawings include a separate SUE design sheet provided to Quality Level B at this point in the design process. Task 4.3 – Engineering Report and Process Design Report (PDR) Prepare the Process Design Report (PDR) for submittal to the Colorado Department of Public Health and Environment (CDPHE) in accordance with the requirements of Regulation 22 and Policy WPCDR-1. City and Contractor to review draft report. Consultant to finalize submittal based on comments received for City's submittal to the CDPHE. Assist City with coordination with CDPHE to facilitate review of PDR, including one (1) meeting with CDPHE. Page 6 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 pg. 4 Task 5 - Design Development Task 4.1 - Design Drawings Prepare design drawings to progress the design of Project to 60 and 90 percent completion levels. Proposed drawing list is attached for reference. CDPHE self-certification process (per Reg. No. 22) will be utilized; as such, final drawings stamped by CO PE will be submitted to CDPHE for self-certification during the construction phase of project (preparation of final drawings [beyond 90% completion] if required for self-certification is not included as part of this work order). Design drawings include a Sub-surface Utilities Engineering Sheet – Quality Level A (1 sheet). Task 4.2 - Design Specifications Develop specifications using current MasterFormat (Div 48) with incorporation of City's standard specifications and preferences. Task 4.2 - Design Review Workshops Prepare for and conduct three (3), three (3)-hour design review workshops at the 60 and 90 percent design milestones. Coordinate with City, Contractor, and Cost Estimator in review of cost submittal. Comments received on 90 percent drawings and specifications will be incorporated and an Issued for Construction set of documents will be produced to provide to City and Contractor. ATTACHMENTS: 1. Drawing List 2. Design Phase Schedule 3. Design Phase Fee Page 7 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Page 1 of 5 2133 South Timberline Road – Suite 110 Fort Collins, CO 80525 ditescoservices.com Delivery by email to: Jason Garside jgarside@carollo.com December 5, 2018 Revised January 28, 2019 Mr. Jason Garside Carollo Engineers, Inc. 10822 West Toller Drive, Suite 200 Littleton, CO 80127 RE: Scope of Services Drake Water Reclamation Facility – Carbon Addition Design & Brewery Waste Analysis Dear Jason: Thank you for giving Ditesco the opportunity to provide Civil Engineering Design, Site Investigation, and Plan Review services for the City of Fort Collins Drake Water Reclamation Facility – Carbon Addition Design & Brewery Waste Analysis. Please find attached our proposed scope of work to support a new task order. Please let me know if you have any questions or require further information regarding this proposal, I can be reached by phone at 970.690.1889 and email jill.burrell@ditescoservices.com. Sincerely, Jill Burrell, P.E. Enc. Scope of Services Cc: Keith Meyer file Page 8 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Page 2 of 5 Exhibit A City of Fort Collins Utilities Carbon Addition Design & Brewery Waste Analysis Civil Engineering Design/Plan Review Scope of Services Project Understanding The City of Fort Collins (COFC) Utilities Department is planning to implement a carbon storage and addition to the Drake Water Reclamation Facility (DWRF). This will include the addition of acetic acid storage, pumping, routing, and distribution of the acetic acid to the North Process Train (NPT) and South Process Train (SPT). This will include the installation of new pumps, storage, miscellaneous building improvements, internal piping modifications, and yard piping to feed the carbon system to the NPT and SPT. This scope of work includes site investigation, Civil Engineering design, and design package documentation review. Task 1: Project Coordination • Ditesco staff will attend and participate in three (3) design meetings with the Project Team to provide support and coordination of design items. Task 2: Facility Investigations • Our staff will participate in in a field investigation walk with COFC and Carollo to determine the best path available for chemical addition to the NPT and SPT. • We will review existing plan drawings to confirm existing chemical routing pathways. • Ditesco staff will work with Hydro Construction to develop and recommend a potholing plan. We will also work with the Contractor prior to and during potholing to assist in completion of the potholing effort. Our staff will create a Sub-surface Underground Engineering (SUE) design sheet, depicting all locates and potholing information collected during the investigation. Task 3: Brewery Waste Analysis None Task 4: Preliminary Design • Our staff will prepare preliminary Civil Engineering preliminary design drawings. This is anticipated to include an Overall site plan, plotting locations of potholed utilities and denoting a recommended alternative for chemical feed duct bank yard routing. A separate SUE design sheet will also be provided to Quality Level B at this point in the design process. Task 5: Design Development • Ditesco will develop Civil Engineering Design drawings. This is anticipated to include: o Typical Details (2 sheets) o Sub-surface Utilities Engineering Sheet – Quality Level A (1 sheet) o Overall Site Layout (1 sheet) o Plan and Profile Drawing of new Chemical Duct Bank (2 sheets) • We will develop and provide CSI specifications associated with the Civil Engineering design. • Our staff will participate in two (2) design review workshops at the 60% and 90% design milestones. This is anticipated to be a three (3) hour workshop at each meeting. Page 9 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Page 3 of 5 Construction Future phase. Deliverables • Deliverables will include Civil Engineering design drawings, specifications, and comments on contract documents presented electronically via flash drive (or other form, if requested). Schedule The anticipated schedule for construction is as follows: Design: January to December 2019 Fee Estimate We have based our fee estimate on the following assumptions of the project schedule. • 12 months total design project timeframe • Construction services are not included in this scope of work Estimated Fee: $19,015.00 Estimated Reimbursable Expenses: $ 567.00 Total: $19,582.00 A detailed task breakdown is included. Please find this on page 5 of this scope of work proposal. The fee shown above is to be billed on a time and material not to exceed basis based on the rates shown in the table on page 4 and 5 of this proposal. All reimbursable expenses will be billed at direct cost. Page 10 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Page 4 of 5 Ditesco 2015-2016 Wage Rate Schedule Principal: $130.00 - $145.00 per hour Project Manager: $100.00 - $140.00 per hour Construction Manager/Resident Engineer: $110.00 - $130.00 per hour Project Engineer $95.00 - $110.00 per hour Engineer: $75.00 to 100.00 per hour Administrative: $60.00 to $75.00 per hour Mileage Reimbursement: $0.75 per mile Subconsultant Markup: 5% of cost All other costs at direct expense Terms 30 days net Page 11 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 City of Fort Collins - Carbon Addition Design Fee January to December 2019 12/5/2018 Principal Project Manager CAD Design Keith Meyer Jill Burrell Rhonda Bunner (hrs) (hrs) (hrs) $135 $120 $80 Task 1: Project Coordination $2,070 1.1 Bi-Weekly Coordination Meetings (3, 2HR meetings) 2 6 0 $990 1.2 Quality Asurance/Quality Control 0 3 0 $360 1.3 Progress Reporting 0 6 0 $720 Task 2: Facility Investigation $6,000 2.1 Facility Investigation & Potholing Support 0 44 0 $5,280 2.2 Existing Documentation Review & Code Review 0 6 0 $720 Task 3: Brewery Waste Analysis $0 None 0 0 0 $0 Task 4: Preliminary Design $5,075 4.1 Engineering Analysis 0 2 0 $240 4.2 Preliminary Layout Drawings & SUE Design Creation 1 23 25 $4,835 4.3 Engineering Report & Process Design Report 0 0 0 $0 Task 5: Design Development $5,870 5.1 Design Drawings 2 15 20 $3,670 5.2 Design Specifications 0 10 2 $1,360 5.3 Design Review Workshops (2, 3HR meetings) 0 7 0 $840 Reimbursable Expenses Mileage @ $0.54 per mile $67 Photocopies, project binders/files, etc. $500 Work Effort Subtotal 5 122 47 $19,015 Subtotal Reimbursable Items $567 Contract Total $19,582 Cost per labor category $675 $14,580 $3,760 Effort (days) 1 15 6 Effort (weeks) 0 3 1 Effort (hours per day) 0.02 0.46 0.18 FTE 0.00 0.06 0.02 Assumptions: - 12 month design phase Phase/Task Description Task Total Classification Page 5 of 5 Page 12 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B WORK ORDER SCOPE COST DETAILS Page 13 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 FINAL - 1/29/19 CARBON ADDITION PROJECT (DESIGN PHASE) LABOR HOURS AND ENGINEERING FEE Senior Professional Project Manager (JG) Project Professional (TRW/BC) Professional (PE + Mech) Disciplines (Structural+Arch) Disciplines (EIC) Disciplines (Civil, HVAC, Demo) Senior Technician Technician Document Processing/Clerical Billing Rate $238 $219 $238 $206 $206 $171 $147 $162 $110 $96 Task 1 - Project Coordination 8 68 16 48 32 24 16 0 0 4 216 $43,924 $3,200 $0 $0 $2,400 $2,527 $52,051 Task 1.1 - Bi-Weekly Coordination Meetings 4 40 0 40 24 24 16 0 0 0 148 $29,352 $2,500 $0 $0 $2,400 $1,732 $35,984 Task 1.2 - Quality Assurance/Quality Control 4 16 16 8 8 0 0 0 0 0 52 $11,560 $500 $0 $0 $0 $608 $12,668 Task 1.3 - Progress Reporting 0 12 0 0 0 0 0 0 0 4 16 $3,012 $200 $0 $0 $0 $187 $3,399 Task 2 - Facility Investigations 0 6 0 16 16 16 0 0 0 0 54 $10,642 $1,000 $0 $0 $400 $632 $12,674 Task 2.1 - Facility Investigation 0 4 0 8 8 8 0 0 0 0 28 $5,540 $1,000 $0 $0 $400 $328 $7,268 Task 2.2 - Existing Documentation Review 0 2 0 8 8 8 0 0 0 0 26 $5,102 $0 $0 $0 $0 $304 $5,406 Task 3 - Brewery Waste Analysis 12 32 76 100 12 20 8 0 0 16 276 $57,156 $0 $0 $0 $400 $3,229 $60,785 Task 3.1 - Brewery Waste Analysis 6 16 60 60 8 16 8 0 0 0 174 $37,132 $0 $0 $0 $400 $2,036 $39,568 Task 3.2 - Brewery Waste TM 6 16 16 40 4 4 0 0 0 16 102 $20,024 $0 $0 $0 $0 $1,193 $21,217 Task 4 - Preliminary Design 2 24 32 96 20 24 4 0 0 24 226 $44,240 $6,420 $0 $0 $400 $2,644 $53,704 Task 4.1 - Engineering Analysis 2 8 8 40 8 8 0 0 0 4 78 $15,772 $6,000 $0 $0 $400 $913 $23,085 Task 4.2 - Preliminary Layout Drawings 0 8 8 16 8 8 0 0 0 0 48 $9,968 $300 $0 $0 $0 $562 $10,830 Task 4.3 - Engineering Report and PDR 0 8 16 40 4 8 4 0 0 20 100 $18,500 $120 $0 $0 $0 $1,170 $19,790 Task 5 - Design Development 0 27 37 121 78 216 84 205 205 32 1005 $163,855 $14,000 $0 $0 $1,200 $11,759 $190,813 Task 5.1 - Design Drawings 0 10 26 95 56 181 72 186 186 0 812 $131,637 $10,000 $0 $0 $200 $9,500 $151,337 Task 5.2 - Design Specifications 0 1 3 10 6 19 8 19 19 32 117 $16,894 $2,000 $0 $0 $200 $1,369 $20,463 Task 5.3 - Design Review Workshops 0 16 8 16 16 16 4 0 0 0 76 $15,324 $2,000 $0 $0 $800 $889 $19,013 PROJECT TOTALS - TASKS 1-5 22 157 161 381 158 300 112 205 205 76 1777 $319,817 $24,620 $0 $0 $4,800 $20,791 $370,027 TOTAL COST LABOR HOURS PROJECT COSTS Total Direct Labor Hours Total Labor Cost Ditesco Lithos King Surveying Other Direct Costs (ODCs) PECE Page 14 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT C WORK ORDER SCHEDULE DETAIL Page 15 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 City of Fort Collins - Carbon Addition Project Carollo Design Activities and Schedule last revised: 1/28/2019 DWRF Carbon Addition Project Task 1 - Project Coordination X 3rd week of February Bi-Weekly Coordination Meetings Final Design Kickoff (Carollo Internal) Task 2 - Facility Investigations Site Visit/Project Walkthrough X Existing Documentation Review Task 3 - Brewery Waste Analysis Brewery Waste Analysis Brewery Waste Analysis TM Task 4 - Preliminary Design Engineering Analysis and Preliminary Layout Design Criteria TM Engineering Report Engineering Report - Review/Approval by CDPHE Process Design Report PDR - Review/Approval by CDPHE Task 5 - Design Development Prepare 60% Design Documents (Drawings and Specs) Submit 60% Design Drawings and Specs to City X City Review of 60% Design Documents + Carollo QA/QC Design Review Workshop (60%) X Prepare 90% Design Documents (Drawings and Specs) Carollo QA/QC + Comment Incorporation Submit 90% Design Documents to City X City Review of 90% Design Documents Design Review Workshops (90%) Prepare Issued for Construction Documents Submit IFC Documents to City X End of October mar may jun jun Kickoff Meeting jan jan feb jan jan feb mar apr 2019 2019 oct oct nov nov dec dec jul jul aug aug sept sept apr may Carollo Engineers, Inc. Page 16 of 17 DWRF Carbon Addition Design Schedule_Carollo Activities_1-28-19 1/28/2019 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT D CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 17 of 17 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Subject: Date: No. of Pages: Phone: Sender: URL: MAIL Certificate of Insurance DOCUMENT Delivery by ecertsonline™ THIS MESSAGE IS INTENDED FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED, CONFIDENTIAL AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE LAW. IF THE READER OF THE MESSAGE IS NOT THE INTENDED RECIPIENT, OR THE EMPLOYEE OR AGENT RESPONSIBLE FOR DELIVERING THE MESSAGE TO THE INTENDED RECIPIENT, YOU ARE HEREBY NOTIFIED THAT ANY DISSEMINATION, DISTRIBUTION OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMEDIATELY BY TELEPHONE, AND RETURN THE ORIGINAL MESSAGE TO US AT THE ABOVE ADDRESS VIA REGULAR POSTAL SERVICE. Certificate of Insurance Delivered by ecertsonline™ Insurance Visions, Inc. All rights reserved. Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com 12/19/2018 Attached is your renewal certificate of insurance. If you have any questions, please email Sherry Young at syoung@risk-strategies.com. City of Fort Collins P.O. Box 580 Fort Collins CO 80522 Sherry Young 10 Cert No. 46014063 - Carollo Engineers, Inc. - Renewal Certificate of Insurance DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 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 12/31/2018 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 2 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 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 12/31/2018 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 3 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 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. 12/19/2018 Carollo Engineers, Inc. 6050490317 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 4 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 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 12/31/2018 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 5 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 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 12/31/2018 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 6 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 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 12/31/2018 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 7 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 Carollo Engineers, Inc. 6050490270 12/31/2018 12/31/2018 6050490298 American Casualty Company of Reading, PA Valley Forge Insurance Company 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 8 of 9 Workers Compensation DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 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 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 9 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1 (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 12/19/2018 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 46014063 ✓ ✓ 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. $1,000,000 $1,000,000 $25,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000 Ded: Comp/Collision $1,000 $1,000,000 $1,000,000 $1,000,000 Each Claim: $1,000,000 Aggregate: $1,000,000 Deductible: $400,000 A ✓ 6050490317 12/31/2018 12/31/2019 ✓ ✓ Deductible $0 ✓ E 6050490267 12/31/2018 12/31/2019 ✓ ✓ ✓ B 6050490270 12/31/2018 12/31/2019 ✓ ✓ C 6050490298 12/31/2018 12/31/2019 N Deductible: $0 D Professional Liability AEH288354410 7/4/2018 7/4/2019 Unlimited Prior Acts Continental Insurance Company 35289 American Casualty Company of Reading, PA 20427 Valley Forge Insurance Company 20508 Continental Casualty Company 20443 National Fire Insurance Co of Hartford 20478 46014063 | *18-19 GL-AL-UL-WC-PL ($1M/$1M) | Sherry Young | 12/19/2018 11:55:10 AM (PST) | Page 1 of 9 DocuSign Envelope ID: 4366ED10-4E70-466E-B6F0-3878809FA0B1