Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CORRESPONDENCE - RFP - 8115 ENGINEERING SERVICES FOR WATER RECLAMATION AND BIOSOLIDS FACILITY DESIGN AND CONSTRUCTION SERVICES
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-2019-13 PROJECT TITLE: USidestream P-recovery Engineering Construction Services 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: USeptember 12, 2019 WORK ORDER COMPLETION DATE: USeptember 20, 2020 MAXIMUM FEE: (time and reimbursable direct costs): U$375,071.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: UProvide engineering support, submittal review, resident engineering services and record drawing preparation for the Sidestream P- recovery Construction at the Drake Water Reclamation Facility (DWRF). 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 UeightU (8) 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 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 Jason Garside Vice President September 12, 2019 Ron Burdick Vice President September 16, 2019 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: 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, Director, Water Reclamation & Biosolids Division ACCEPTANCE: Date: Matt Fater, Director, Civil Engineering ACCEPTANCE: Date: Carol Webb, Deputy Director, Water Resources & Treatment Operations ACCEPTANCE: Date: Theresa Connor, Deputy Director, Water Engineering & Field Services 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) REQUISTION ENTERED Date: Melissa Walker, Finance Coordinator Page 2 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 September 10, 2019 September 11, 2019 September 11, 2019 September 16, 2019 September 16, 2019 September 16, 2019 September 16, 2019 September 17, 2019 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES & COST DETAIL Page 3 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 FINAL (08-18-19) pg. 1 Scope of Work – Sidestream-P Recovery Construction Services The City of Fort Collins (City) through assistance by Carollo Engineers (Consultant and Engineer of Record), Ditesco (Resident Engineer), and Hydro Construction (Contractor) has completed the design of the Sidestream-P Recovery project. The proposed Sidestream-P system will sequester phosphorus loads that are currently recycled from solids handling to the main stream process and will allow for future implementation of phosphorus harvesting capabilities. The Sidestream-P facility is intended to be installed immediately north of the existing DAFT Building. Ancillary facilities associated with implementation of the Sidestream-P system consist of a new pre-fabricated metal building to house mechanical and electrical equipment, a concrete tank pad, yard piping and electrical distribution improvements to support the new system, instrumentation and SCADA programming for process control, and connections to the existing liquid and solid stream treatment process. HVT/SSB 1214, which is required to support the Sidestream-P facility, will be replaced. New sludge feed pumps are required to support the Sidestream-P system and will be installed. The purpose of this Work Order is to provide the engineering support and resident engineering during the construction phase of the proposed Sidestream-P project (Project). The construction phase of the Project is estimated to occur from September 3, 2019 to May 31, 2020 (approximately 9 month duration). It is assumed that the Cogeneration Project will also be constructed during this period - resident engineering and engineering support resources included in this scope and fee assume efficiencies realized by having both projects constructed at the same time. The scope of work is divided into the following tasks and subtasks, summarized below: Task 1 - Project Coordination Task 1.1 - Weekly Coordination Meetings Prepare for and participate in eighteen (18), 1-hour meetings (bi-weekly over 9 month duration) with the Project Team to coordinate construction activities. Consultants Project Manager will participate in one (1) meeting per month via conference call and attend one (1) meeting per month in person. Consultant's engineering discipline staff will be in attendance at the coordination meetings based on the topics of discussion - it is assumed that one (1) discipline staff member will be required to attend one (1) coordination meeting per month for a total of nine (9), 1-hour meetings, and will also participate in one (1) coordination meeting per month via conference call. It is assumed that the discipline engineer will participate in site coordination/inspection activities following the monthly meeting for a duration of four (4) hours per site visit. Task 1.2 - Progress Reporting Invoices will be submitted monthly 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 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 FINAL (08-18-19) pg. 2 Task 2 - Resident Engineering Task 2.1 - Resident Engineering Resident Engineering services will be provided by Ditesco, a subconsultant to Consultant. Ditesco's scope of services is attached. Task 3 - Engineering Services during Construction Task 3.1 - Shop Drawing Review Consultant assumes reviews of up to seventy (70) shop drawing submittals. Consultant estimates that each shop drawing submittal will require an average of two and half (2.5) hours to receive, process, review, verify, respond, document, and return. Task 3.2 - Interpretations/Clarifications and Field Change Directives Consultant assumes that up to twenty (20) interpretations and clarifications of contract documents are required. Consultant estimates that each interpretation and clarification will require up to eight (8) hours to research, respond, and document. Consultant assumes providing assistance with development of up to eight (8) field change directives. Consultant anticipates that each change order will require twelve (12) hours to research, prepare engineering, respond, and document. Task 3.3 - Start-Up/Commissioning Assistance Consultant shall provide startup assistance to City and Contractor on critical process, systems, and equipment installed under this project. Provide engineering support to assist in startup planning and sequence review and check that proper operating parameters are being met, suggest adjustments, review applicable performance data, and provide written confirmation that specific process, system, or equipment is functioning as designed. Consultant assumes that process engineer will be onsite for forty (40) hours during start-up/testing, an Electrical and Instrumentation Engineer onsite for forty (40) hours; and an HVAC Engineer onsite for sixteen (16) hours. Task 3.4 - Record Drawings Consultant shall develop Record Drawings based on the field hand markups. Record Drawings will be compiled and delivered within thirty (30) calendar days following Substantial Completion. Consultant shall provide a signed Colorado Department of Public Health and Environment (CDPHE) Construction As-Approved Certification Form. Task 3.5 - Update to Electrical System Consultant shall provide updates to the City’s existing electrical system study. The updates will include all modifications to the electrical distribution system as part of the Project as well as updating Utility information as needed. Updates to the actual report will be coordinated with the City and applied accordingly. New arc flash labels will be printed for all new equipment to be applied by the Contractor. ATTACHMENTS: 1. Labor Hours and Engineering Fee. 2. Ditesco's Scope of Services. Page 5 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 FINAL - 8/18/19 SS-P PROJECT (CONSTRUCTION PHASE) LABOR HOURS AND ENGINEERING FEE Senior Professional Lead Project Professional Project Professional Professional (PE + Mech) Disciplines (Structural+Arch) Disciplines (EIC) Disciplines (Civil, HVAC, Demo) Senior Technician Technician Document Processing/Clerical Billing Rate $253 $234 $221 $186 $234 $186 $162 $177 $125 $111 Task 1 - Project Coordination 16 72 0 60 32 48 24 0 0 8 260 $53,248 $0 $0 $0 $2,000 $3,042 $58,290 Task 1.1 - Weekly Coordination Meetings (and Site Visits) 16 60 0 60 32 48 24 0 0 4 244 $49,996 $0 $0 $0 $2,000 $2,855 $54,851 Task 1.2 - Progress Reporting 0 12 0 0 0 0 0 0 0 4 16 $3,252 $0 $0 $0 $0 $187 $3,439 Task 2 - Resident Engineering 0 0 0 0 0 0 0 0 0 0 0 $0 $175,580 $0 $0 $0 $0 $175,580 Task 2.1 - Resident Engineering (Ditesco) 0 0 0 0 0 0 0 0 0 0 0 $0 $175,580 $0 $0 $0 $0 $175,580 Task 3 - Engineering Services During Construction 28 56 36 144 88 184 48 64 24 4 676 $132,292 $0 $0 $0 $1,000 $7,909 $141,201 Task 3.1 - Shop Drawing Review 12 24 12 40 40 40 24 0 0 0 192 $39,432 $0 $0 $0 $0 $2,246 $41,678 Task 3.2 - Interpretations/Clarifications and Work Change Directives 16 24 24 48 40 48 0 24 24 0 248 $49,432 $0 $0 $0 $0 $2,902 $52,334 Task 3.3 - Start-Up/Commissioning Assistance 0 0 0 40 0 40 16 0 0 0 96 $17,472 $0 $0 $0 $1,000 $1,123 $19,595 Task 3.4 - Record Drawings 0 8 0 16 8 16 8 40 0 0 96 $18,072 $0 $0 $0 $0 $1,123 $19,195 Task 3.5 - Update to Electrical System Study 0 0 0 0 0 40 0 0 0 4 44 $7,884 $0 $0 $0 $0 $515 $8,399 PROJECT TOTALS - TASKS 1-3 44 128 36 204 120 232 72 64 24 12 936 $185,540 $175,580 $0 $0 $3,000 $10,951 $375,071 TOTAL COST LABOR HOURS PROJECT COSTS Total Direct Labor Hours Total Labor Cost Ditesco Lithos King Surveying Other Direct Costs (ODCs) PECE Page 6 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 Page 2 of 6 Exhibit A City of Fort Collins Utilities Sidestream-P Removal Resident Engineering/Construction Management Scope of Services Project Understanding The City of Fort Collins (COFC) Utilities Department is planning to add an AirPrex Sidestream-P Removal system to their existing Drake Wastewater Reclamation Facility (DWRF). The new system will be installed to the east of the Dewatering Facility. The AirPrex system is planned to remove phosphorous from the digested sludge. Additional improvements include construction of a metal building, electrical room, blowers, pumping systems, yard piping, and other supporting systems. Design of these improvements was completed in July 2019. Overall construction is to begin in September 2019 with construction completion anticipated in June 2020 (overall 9-month construction window). For this effort, we have estimated half-time resident engineering services. Phase: Pre-Construction • During the pre-construction phase, Ditesco will photograph and/or video the existing project conditions and roadways along the construction limits. These photographs and video will be stored by Ditesco for use (as needed) during the closeout stage of the project. • We will review and comment on the contractor’s overall project schedule prior to the pre-construction meeting. We will ensure a logical, defined CPM schedule is established with an overall baseline for progress measurement. Phase: Construction During this phase Ditesco will provide part time Project Management and part time Resident Engineering services to assist in work coordination and ensure compliance with contract documents/specifications. • Our staff will coordinate, attend and document one pre-construction meeting. This will include coordination with various DWRF operations groups. • We will conduct weekly progress meetings on site with the general contractor and their subcontractors. We will provide meeting minutes for all meetings. It is assumed construction progress meetings will be held on a bi-weekly basis through construction. • We will review and recommend approval of pay applications to the City of Fort Collins, review and manage contract changes for approval by the City, generate and coordinate responses to RFIs and provide for overall administration of the construction contract. • Our staff will perform daily site inspections to ensure quality construction and conformity to the plans and specifications. Inspections will include all specialty inspections required of the project including structural steel and concrete, coatings, mechanical systems, pipe, manhole, and concrete flatwork. We will provide field engineering support addressing field changes quickly to avoid construction delays. We will provide Carollo and the City with monthly reports documenting the contractors work progress, contract times and other pertinent information. We will also document daily work progress in the form of daily logs. • We will complete all Civil Engineering submittal reviews and assist in review/management of all other project submittals providing comments directly to the general contractor, coordinated with Carollo and the City. • Ditesco staff will review all material test reports. We will comment on reports not meeting specifications and recommend remediation measures, if necessary. We will ensure the appropriate numbers of tests are taken and that they are sampled according to industry standards and the project specifications. We will Page 7 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 Page 3 of 6 coordinate all testing activities with the City’s on-call material testing contractor, CTL Thompson. This work has not been included in our contract. • We will maintain a photographic record of the project documenting pre-construction, construction and post construction conditions. This work is completed as part of the daily log record and will include brief descriptions of the photograph with a time and date reference. • As needed, we will coordinate work between the City, general contractor and outside agencies (e.g. utility companies) affected by the project. • We will maintain project records including contracts, schedules (overall job and three week look-ahead), progress meeting minutes, material test results, weekly reports, correspondence, pay applications, change orders, routine photographs, submittals, RFIs, permits, commissioning records and post construction close- out paperwork (punch lists, lien waivers, substantial completion/final acceptance). • We will conduct a final punch list walk through and start up sessions for various stages of the work. Formal start up, testing and training work is anticipated to include all instrumentation, cogeneration operation, methane/natural gas feed and pump operation testing. Our staff will assist with testing sequence documentation created directly from loop/control descriptions provided by Carollo. Ditesco personnel will coordinate on-site training with City Operations and Maintenance staff by each supplier/manufacturer. • Ditesco personnel will ensure that an as-built plan set is maintained and transmitted to Carollo upon completion of the project. This will be an electronic redlined drawing set maintained by our staff and will be coordinated with plan changes that may be documented by the general contractor. We will also ensure accurate O&M manuals are transmitted to the City upon completion of the project. • Our staff will set up and manage a Procore site to facilitate online document management throughout the construction phase. Phase: Post Construction • During the Post Construction Phase, Ditesco staff will compile all job records in both an electronic and hardcopy (paper) format, if desired, for submission to the City. We will also participate in an 11th and 23rd month warranty walkthrough of the project. Deliverables • Deliverables will include full project documentation presented electronically via flash drive (or other form, if requested): construction correspondence, pay applications, change orders, field orders, work change directives, schedules, submittals, requests for information, transmittals, reports, photographs, meeting notes, record drawings and other relevant information produced throughout the construction phase. Schedule The anticipated schedule for construction is as follows: Construction: September 2019 to June 2020 Page 8 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 Page 4 of 6 Fee Estimate We have based our fee estimate on the following assumptions of the project schedule. • 9 months total construction project timeframe (approximately 189 working days; 38 weeks) • Construction to begin around September 2019 with completion in late June 2020 • Office trailer and internet/phone service provided by the City’s APDS Contractor • Copier/scanner/printer provided by the City’s APDS Contractor Estimated Fee: $164,130.00 Estimated Reimbursable Expenses: $ 3,089.00 Total: $167,219.00 A detailed task breakdown is included. Please find this on page 6 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 9 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 Page 5 of 6 Ditesco 2019-2020 Wage Rate Schedule Principal: $135.00 – $153.00 per hour Project Manager: $111.00 - $143.00 per hour Construction Manager/Resident Engineer: $110.00 - $130.00 per hour Project Engineer: $108.00 - $127.00 per hour Engineer: $79.00 to $104.00 per hour Administrative: $60.00 to $75.00 per hour Mileage Reimbursement: IRS Rate Subconsultant Mark up 5% of cost All other costs at direct expense Terms 30 days net Page 10 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 City of Fort Collins - DWRF Sidestream-P Project Project No. 8115 8/17/2019 Project Manager Project Manager Resident Engineer Administrative Keith Meyer Jill Burrell JJ Brunelle Cassidy Hill (hrs) (hrs) (hrs) (hrs) $135 $125 $110 $65 Task 1: Construction Management $139,925 1.1 Review Construction Contracts 0 1 0 0 $125 1.2 Review Construction Plans and Specifications 2 8 10 0 $2,370 1.3 Create and compile job files 0 4 12 38 $4,290 1.6 Preconstruction Photographs and Video 0 0 10 8 $1,620 1.7 Preconstruction Meeting (minutes, contact lists, etc.) 0 2 3 4 $840 1.8 Schedule review 6 5 9 0 $2,425 1.9 Submittal/shop drawing coordination and record keeping 6 19 76 19 $12,780 1.9E Review Civil Engineering Submittals 2 7 24 0 $3,785 1.10 Construction progress meetings (1 every 2 weeks for 9 months) 12 38 38 67 $14,905 1.11 Monthly Reports 0 0 9 14 $1,900 1.12 Contract Management (pay applications, change orders, etc.) 5 14 27 0 $5,395 1.13 RFI Response 2 5 12 0 $2,215 1.14 Resident Engineering (RE: 2 Hours/Day) 50 155 378 0 $67,705 1.15 Daily Construction Logs 0 0 95 0 $10,450 1.16 Job Files (test reports, minutes, correspondence, photos, etc.) 0 0 38 76 $9,120 Task 2: Start Up $12,150 2.1 Start Up and Testing 0 16 60 0 $8,600 2.2 Commissioning 0 2 30 0 $3,550 Task 3: Close Out $12,055 3.1 Punch list walk through 0 4 4 2 $1,070 3.2 Record Drawing Compilation 0 2 25 5 $3,325 3.3 Close out paperwork (substantial and final completion, etc.) 0 4 0 0 $500 3.4 Project Close Out (compilation of files, photos, job records, etc.) 0 10 30 30 $6,500 3.5 Warranty walkthrough (11th and 23rd months) 0 0 6 0 $660 Reimbursables $3,089 Mileage @ $0.75 per mile $2,268 Photocopies, project binders/files, etc. $821 Materials Testing - CTL Thompson (by city) $0 Work Effort Subtotal 85 296 896 263 $164,130 Subtotal Reimbursable Items $3,089 Contract Total $167,219 Cost per labor category $11,475 $37,000 $98,560 $17,095 Effort (days) 11 37 112 33 Effort (weeks) 2 7 22 7 Effort (hours per day) 0.4 1.6 4.7 1.4 Assumptions: - 9 month construction phase (38 weeks) - Daily resident engineering effort (2 hrs per day) - Construction start date - September 2019 - Construction end date - June 2020 Phase/Task Description Classification Task Total Page 6 of 6 Page 11 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 12 of 12 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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 7/2/2019 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 Sandi Moreno 10 Cert No. 49775283 - Certificate of Liability: Carollo Engineers, Inc. - Professional Liability Renewal DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 2 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 3 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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. 7/2/2019 Carollo Engineers, Inc. 6050490317 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 4 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 5 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 6 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 7 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 Carollo Engineers, Inc. 6050490270 12/31/2018 12/31/2018 6050490298 American Casualty Company of Reading, PA Valley Forge Insurance Company 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 8 of 9 Workers Compensation DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 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 7/4/2019 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 9 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324 (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 7/2/2019 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 49775283 ✓ ✓ 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 7/4/2019 7/4/2020 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 49775283 | *18-19 GL-AL-UL-WC 19-20 PL ($1M/$1M) | Sandi Moreno | 7/2/2019 4:36:11 AM (PDT) | Page 1 of 9 DocuSign Envelope ID: 4BCA7020-C574-41E2-BE69-CB86E7F43324