Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8073 ENGINEERING SERVICES FOR WATER, WASTEWATER & STORMWATER FACILITIES CAPITAL IMPROVEMENTS PROJECTS (6)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 ANDERSON CONSULTING ENGINEERS, INC. WORK ORDER NUMBER: URem-ACE-3 PROJECT TITLE: URemington Street Storm Sewer Outfall Improvement Project ORIGINAL BID/RFP NUMBER & NAME: U8073, Engineering Services for Water, WW and Stormwater Facilities Capital Improvements MASTER AGREEMENT EFFECTIVE DATE: UMay 15, 2015 ARCHITECT/ENGINEER: UAnderson Consulting Engineers OWNER’S REPRESENTATIVE: UHeather McDowell WORK ORDER COMMENCEMENT DATE: UFebruary 3, 2020 WORK ORDER COMPLETION DATE: UMay 15, 2020 MAXIMUM FEE: (time and reimbursable direct costs): $ U77,015.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: Uprovide pre-construction and construction management services associated with the Remington Street Storm Sewer Outfall Project. 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 UfifteenU (U15U) 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: Anderson Consulting Engineers, Inc. By: Date: Name: Title: Page 1 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 January 24, 2020 Brian A Smith Project Manager/Principal 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: Heather McDowell, Civil Engineer III REVIEWED: Date: Pat Johnston, Senior Buyer REQUISTION ENTERED BY: Date: ACCEPTANCE: Date: Andrew Gingerich, Director, Water Field Services ACCEPTANCE: Date: Matt Fater, Director, Civil Engineering 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) ATTEST: Date: City Clerk (if greater than $1,000,000) Page 2 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Melissa Walker 1/23/20 Coordinator, Finance January 23, 2020 January 23, 2020 January 24, 2020 January 27, 2020 January 27, 2020 January 27, 2020 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES, COST & SCHEDULE DETAIL Page 3 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 COFC2017.10B_Remington Outfall Project Phase 1 CM_SOW_01-17-2020.docx January 17, 2020 Ms. Heather McDowell Project Manager City of Fort Collins Utilities PO Box 580 Fort Collins, CO 80522-0580 Re: Scope of Work and Budget associated with Remington Street Storm Sewer Outfall Improvement Project Construction Services – Phase 1 [ACE Project No. COFC2017.10B] Dear Heather: Enclosed is a copy of the Scope of Work and Budget proposed by Anderson Consulting Engineers, Inc. and our subconsultants to provide pre-construction and construction management services associated with the Remington Street Storm Sewer Outfall Project. Per the contractor’s schedule, construction of the project is anticipated to commence in late February 2020 and conclude in late July 2020, an assumed duration of 22 weeks. Since our Master Services Agreement contract with the City is set to expire on May 15, 2020, our Scope of Work and Budget for construction services on this project has been separated into two phases. Phase 1, which has been enclosed, will include all pre-construction and construction management services through May 15, 2020. Phase 2 will include the remaining construction management and post-construction close out services that are anticipated to occur after May 15. Our proposed Scope of Work and Budget for Phase 2 will be provided separately, as it is anticipated that the City may need to process this work effort as part of a separate purchase order. As indicated in the attached Scope of Work, we propose to complete the Phase 1 pre-construction and construction management services for a time-and-materials budget not to exceed $77,015. We appreciate the opportunity to continue to work with you on the construction phase of this project and look forward to discussing it with you following your review of the enclosed information. If you have any questions or comments concerning any aspect of this Scope of Work and Budget, please do not hesitate to contact me. Sincerely, ANDERSON CONSULTING ENGINEERS, INC. Brian A Smith, P.E., CFM Senior Engineer/Project Manager BAS/tlw Attachment A: Phase 1 Scope of Work Attachment B: Phase 1 Budget, ACE Fee Schedule, and Proposed Project Schedule Attachment C: BHA Construction Management Proposal and Costs Attachment D: Aqua de Vita Construction Management Proposal and Costs Page 4 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Attachment A. Scope of Work & Budget – Phase 1 Page 1 of 3 January 17, 2020 COFC2017.10B_Remington Outfall Project Phase 1 CM_SOW_01-17-2020.docx ATTACHMENT A. SCOPE OF WORK REMINGTON STREET STORM SEWER OUTFALL IMPROVEMENT PROJECT PRE-CONSTRUCTION AND CONSTRUCTION MANAGEMENT SERVICES – PHASE 1 The purpose of this Scope of Work is to define the work effort by Anderson Consulting Engineers, Inc. (ACE) and our subconsultants for pre-construction and construction management services associated with the Remington Street Storm Sewer Outfall Improvement Project. Construction of the designed storm sewer improvements is expected to commence in February 2020, with an assumed duration of approximately 22 weeks per the construction schedule provided by the contractor. This project will enlarge the main line of the existing Remington Street storm sewer system between Spring Creek and Prospect Road to capture and convey the 100-year storm event. It is noted that ACE’s Master Services Agreement contract with the City is set to expire on May 15, 2020. Since the duration of this construction project is expected to extend beyond this date, our Scope of Work and Budget for construction services on this project has been separated into two phases. Phase 1, as identified below, includes all pre-construction and construction management services through May 15, 2020. Phase 2 will include construction management and post-construction close out services anticipated to occur after May 15. The Scope of Work and Budget anticipated for Phase 2 will be provided separately, as it is anticipated that the City may need to process this work effort as part of a separate purchase order. The prime consultant for this project will be Anderson Consulting Engineers, Inc. (ACE) who will provide the following construction management services as part of Phase 1: (a) pre-construction services, submittal review and responses to RFIs; (b) construction observation and inspection (through May 15); (c) development of daily and weekly construction logs (through May 15); (d) attendance at weekly construction meetings, including the preparation of meeting agendas and minutes (through May 15); and (e) as-needed construction design services. BHA Design, Inc. and their subconsultant Aqua Engineering, Inc. will provide construction management services (submittal review and site inspections) with respect to the ecological mitigation, landscape plantings, and temporary irrigation design, as required. Aqua de Vita will provide construction management services with respect to the production and installation of the water quality vault, and additional design services, as required. This Scope of Work and associated Budget assumes that the construction contractor or City will obtain the services of a registered land surveyor to provide as-built survey information for critical project elements at no cost to ACE. In addition, it is assumed that construction material testing (i.e., compaction, concrete, asphalt, etc…) will be contracted with CTL/Thompson as part of a separate contract with the City. Page 5 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Attachment A. Scope of Work & Budget – Phase 1 Page 2 of 3 January 17, 2020 COFC2017.10B_Remington Outfall Project Phase 1 CM_SOW_01-17-2020.docx Task 1. Pre-Construction Services, Submittal/Shop Drawing Review and Responses to RFIs This task includes time for the ACE to conduct the following: • Attended a pre-construction meeting; • Conduct pre-construction coordination with the City, Contractor, and third-party utility providers, as necessary; • Assist in the development of the Storm Water Management Plan (SWMP) and the procurement of pre-construction permits, as necessary; • Review and approve/reject Contractor submittals/shop drawings; • Maintain a submittal log; • Update the electronic project OneDrive site, as needed, with submittals/shop drawings and associated review comments/responses; and • Assist the City with the review and approval/rejection of contractor pay applications and change orders, as necessary. This task also includes time for ACE to internally prepare billing review reports/invoices and coordinate with City/contractor staff as needed. Task 2. Construction Assistance/Resident Engineering Services – Phase 1 Effort for this task involves providing resident engineering services during the major construction phase of the project. Based on the contractor’s schedule, construction is expected to commence on February 17th, 2020 and conclude July 15th, 2020 (a duration of approximately 22 weeks). This task only includes effort for the duration of Phase 1, which is assumed to commence on February 17th and conclude on May 15th (a duration of 13 weeks) to correspond with the date that our current Master Services Agreement contract is set to expire. Based on recent conversations with the City Project Manager, this task assumes that on-site construction observation/inspection services will be provided by ACE’s Project Engineer (Clark Kephart) on a half time basis during the 13-week Phase 1 construction period of the project. These 20 hours per week are intended to include attendance at the weekly construction meetings and the development of daily construction logs. An additional 4 hours per week has also been assumed for the resident engineer to develop weekly construction logs, download and organize photo documentation, prepare meeting agendas and compile meeting minutes. Also included as part of this task is time for ACE’s Project Manager (Brian Smith) to attend weekly construction meetings and conduct up to two site visits per week on an as- needed basis. Finally, this task includes effort for our subconsultants from BHA Design Inc., Aqua Engineering Inc., and Aqua de Vita to review submittals, address RFIs, attend construction meetings, and conduct site visits pertinent to their expertise on an as-needed basis. Page 6 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Attachment A. Scope of Work & Budget – Phase 1 Page 3 of 3 January 17, 2020 COFC2017.10B_Remington Outfall Project Phase 1 CM_SOW_01-17-2020.docx Task 3. As-Needed Construction Design Services It is anticipated that it may be necessary to make minor adjustments to the design due to unknown conflicts that may arise during construction. Consequently, this task provides an allowance for ACE Staff to review these issues and make determinations as to the best way to handle changes to the design due to unknown construction conflicts. Any changes to the design will be documented in a revised PDF set of the construction drawings and incorporated into the as-built construction drawings. In addition, this task includes an allowance for Aqua de Vita to address design changes to the water quality vault. Task 4. Drone Flights and Photographic Documentation – Phase 1 This task includes effort for ACE to conduct and post-process drone flights to obtain aerial photo and video footage for construction documentation purposes as part of 13-week Phase 1 construction period of the project. Flight plans for the various stages of project construction will be prepared based on input received from City Staff. This task assumes that up to three separate drone flights will be conducted throughout the Phase 1 construction period. It is further assumed that all drone flights will include a static aerial photograph, as well as a video path encircling the construction area and a 360° panoramic photograph. Post processing of the photographic information will include: (a) preparing an ortho-rectified aerial photograph from the static aerial image; (b) trimming the videos to eliminate pre-flight and post-flight footage, while also speeding up the footage to at least two times the flight speed; (c) preparing an interactive version of the 360° panoramas; (d) overlaying pairs of the ortho-rectified aerial photographs and including slider functionality suitable for website use; and (e) preparing side-by-side (over/under format) for video comparison. Time to post process the done footage after each flight has been included as part of this task. Post processed drone footage will be provided to the City for their internal use and for updating the project website. Page 7 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 ATTACHMENT B: BUDGET FOR THE REMINGTON STREET STORMWATER OUTFALL PROJECT PRE-CONSTRUCTION AND CONSTRUCTION MANAGEMENT SERVICES - PHASE 1 PROJECT: Remington Street Stormwater Outfall Project - Phase 1 CM Anderson Consulting Engineers, Inc. CLIENT: City of Fort Collins Utilities Direct Labor ODC's Totals Senior Project Project Senior Project ACE PROJECT NO.: COFC2017.10B Principal Manager Engineer GIS/CADD Assistant Other PREPARED BY: BAS Engineer I Technician Direct DATE: 01/17/2020 $190/hr $130/hr $90/hr $85/hr $65/hr Costs 190 130 90 85 65 Task/Description Hours Hours Hours Hours Hours Cost Hours Cost 1. Pre-Construction Services, Submittal/Shop Drawing Review and Responses to RFIs 0 48 64 0 12 $150 124 $12,930 2. Construction Assistance/Resident Engineering Services -Phase 1 4 104 312 0 0 $200 420 $42,560 3. As Needed Construction Design Services 0 28 66 0 0 $0 94 $9,580 4. Drone Flights and Photographic Documentation - Phase 1 0 2 4 32 0 $50 38 $3,390 TOTAL ACE PROJECT HOURS 4 182 446 32 12 676 TOTAL ACE BUDGET $760 $23,660 $40,140 $2,720 $780 $400 $68,460 Outside Services BHA, Inc and Aqua Engineering - Construction Management (Task 2) $2,320 Aqua de Vita - Construction Design Services and Management (Task 2 & 3) $6,235 TOTAL OUTSIDE SERVICES $8,555 TOTAL PROJECT BUDGET $77,015 COFC2017.10B Remington Outfall Project Phase 1 CM Budget 01-17-2020.xlsx Page 8 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Anderson Consulting Engineers, Inc. 2018 CITY OF FORT COLLINS FEE SCHEDULE Anderson Consulting Engineers, Inc. Civil • Water Resources • Environmental Labor Category Hourly Rate Senior Principal Engineer $190.00 Principal Engineer $180.00 Senior Project Manager $150.00 Project Manager $130.00 Senior Engineer/Scientist II $115.00 Senior Engineer I $105.00 Project Engineer II $99.00 Project Engineer I $90.00 Engineer $85.00 Senior GIS/CAD Technician $85.00 GIS/CAD Technician $80.00 Senior Project Assistant $74.00 Project Assistant $65.00 Other Directs Costs Airfare …..……........ @ cost In-house B&W Copies $0.10/copy Mileage ……..……… See Note below In-house Color Copies $1.00/copy Meals/Lodging ….. See Note below In-house B&W Plotter $5.00/plot In-house Color Plotter $10.00/plot Mileage and meals/lodging will be charged in accordance with Fort Collins Expense Guidelines (January 1, 2018). All other direct costs such as communications, equipment rental, materials, laboratory services, shipping and reproduction will be charged at cost. Page 9 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 ID Task Name Duration Start Finish 1 Project Duration 75 days Mon 2/3/20 Fri 5/15/20 2 1. Pre-Construction Services, Submittal/Shop Drawing Review and Responses to RFIs 40 days Mon 2/3/20 Fri 3/27/20 3 2. Construction Assistance/Resident Engineering Services – Phase 1 65 days Mon 2/17/20 Fri 5/15/20 4 3. As-Needed Construction Design Services 65 days Mon 2/17/20 Fri 5/15/20 5 4. Drone Flights and Photographic Documentation – Phase 1 65 days Mon 2/17/20 Fri 5/15/20 1/19 1/26 2/2 2/9 2/16 2/23 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 y February March April May Primary Effort Intermittent Effort Summary PROJECT SCHEDULE for the REMINGTON STREET STORMWATER OUTFALL PROJECT PRE-CONSTRUCTION AND CONSTRUCTION SERVICES - PHASE 1 Project: COFC2017.10B Project Schedule Date: Thu 1/16/20 Page 10 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 ATTACHMENT C BHA CONSTRUCTION MANAGEMENT PROPOSAL AND COSTS Page 11 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 BHA Design Incorporated 1603 Oakridge Drive Fort Collins, CO 80525 Page 1 of 2 voice: 970.223.7577 fax: 970.223.1827 landscape architecture | planning | urban design www.bhadesign.com January 9, 2019 Brian A. Smith, P.E., CFM Anderson Consulting Engineers, Inc. 375 E. Horsetooth Road, Bldg. 5 Fort Collins, CO 80525 RE: Remington Street Outfall – CA Services Dear Brian, Thank you for asking BHA Design to provide CA services for Remington Street Outfall in Fort Collins, CO. Our understanding of the project is that BHA will assist the Client in bidding assistance and construction administration (CA). PROJECT LOCATION: Page 12 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 BHA Design Incorporated 1603 Oakridge Drive Fort Collins, CO 80525 Page 2 of 2 voice: 970.223.7577 fax: 970.223.1827 landscape architecture | planning | urban design www.bhadesign.com SCOPE OF SERVICE: BHA will be responsible for reviewing submittal documents and materials, attending up to two site review meetings and providing field reports and a final punch list. Aqua Engineering will provide CA services for Irrigation as a subconsultant to BHA. SCOPE EXCLUSIONS: The following services are not included in this scope: design services, cost estimating, neighborhood meetings, public hearings, presentation graphics, as-built drawings and color renderings. COMPENSATION: We request written authorization to work on an hourly basis. Our fees and reimbursable expenses for hourly services will not exceed $2,320.00 without written authorization. Our labor and related expenses will be charged on a monthly basis. If these terms are acceptable, signing below will serve as immediate authorization to proceed. Please return one executed original to our office for our files. Sincerely, AGREED TO BY: BHA Design, Inc. Anderson Consulting Engineers, Inc. (“Client”) _____________________ _________________________________________ Roger B. Sherman Authorized Signature Date Vice President Page 13 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Remington Outfall - CA Fee Summary BHA Design, Inc. Task Task Task Description Name Extension Name Extension Name Extension Extension Hours Amount Name Principal PM LA Aqua Rate $155.00 $120.00 $95.00 Bidding Assistance/Constructuion Observation $2,270 Irrigation Constructrion Obsevation Services $850.00 $850.00 Site visits, field reports and final punch list preparation $0.00 3 $360.00 4 $380.00 7 $740.00 Assist with Addendum(s) as needed 1 $155.00 2 $240.00 3 $285.00 6 $680.00 Admin $0 $0.00 $0.00 $0.00 0 $0.00 Total Hours 1 5 7 0 13 Total Amount $155.00 $600.00 $665.00 $850.00 $2,270.00 Reimbursable Expenses $50.00 Total Fee $2,320.00 1/9/2020 Page 14 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Professional Services Agreement – Work Order Type RFP 8073 Engineering Services for Future Water, Wastewater & Stormwater Facilities CIP Page 12 of 25 HOURLY RATES & REIMBURSABLES BHA Design Incorporated Labor fees for BHA Design are based on the following hourly rates: P R O F E S S I O N A L H O U R L Y R A T E Principal $ 140.00 – 155.00 Senior Project Manager/ $ 98.00 – 120.00 Project Manager Landscape Architect $ 70.00 – 95.00 Administrative $ 55.00 – 85.00 R E I M B U R S A B L E E X P E N S E S R A T E Mileage/Lodging/Per Diem * Black/White Copies $ 0.12/Copy Color Copies $ 1 .00/Copy Plots – Mylar (24” x 36”) $ 17.00/Sheet Plots – Translucent Bond (24” x 36”) $ 10.50/Sheet Courier Service/Fort Collins $ 9.00/Per Trip Courier Service/Denver Area $ 45 – 75/Per Trip Prints/Scans Cost Federal Express Cost * In accordance with Fort Collins Expense Guidelines (May 1, 2015) DocuSign Envelope ID: 4D5AFDFE-6F2E-4DFB-8049-C07E444CBF0F Page 15 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 ATTACHMENT D AQUA DE VITA CONSTRUCTION MANAGEMENT PROPOSAL AND COSTS Page 16 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Page 1 of 1 January 12, 2020 Mr. Brian Smith, P.E., CFM Anderson Consulting Engineers, Inc. 375 E. Horsetooth Road, Bldg. 5 Fort Collins, CO 80525 RE: Remington Street Outfall – Carlsonator Stormwater Quality Vault Construction Services Dear Brian, Thank you for the opportunity to provide this Construction Services proposal for the Remington Street Outfall Carlsonator installation for the City of Fort Collins. It is my understanding that Garney Construction is planning to begin construction of the outfall project on February 17, 2020, and install the Carlsonator on approximately March 9-10. They are using their own supplier for the Carlsonator fabrication instead of going through either Aqua de Vita or Oldcastle Infrastructure, who has fabricated our previous Carlsonator vaults. Shop drawings will be provided to Aqua de Vita for review with sufficient time before fabrication. With this understanding, Aqua de Vita proposes to provide the following Scope of Services: 1. Additional Design Work. Additional design work is anticipated to be required prior to construction in order to confirm the final vault location, best layout option, and connection to the storm sewer system. 2. Shop Drawing Review and Contractor Coordination. Includes review of Garney’s Carlsonator shop drawings and fabrication submittals to verify conformance with the design, coordination with Garney, and coordination with Garney’s selected fabricator/supplier prior to delivery of the vault to the site. 3. Construction Observation and Coordination. Aqua de Vita will be on-site during installation of the Carlsonator to observe and provide feedback to Anderson Consulting Engineers, the City of Fort Collins, and Garney. Once the excavation is prepared, the contractor should be able to install the Carlsonator in approximately four hours, excluding storm sewer connections. 4. Operations and Maintenance Plan. A simple written operation and maintenance plan, including inspection and maintenance record log, will be provided for the City’s staff. I have attached a fee proposal that includes the anticipated hours required to complete each task. I will strive to best accommodate your needs in a timely and efficient manner. I understand that time is of the essence and that Garney desires to install the Carlsonator during the second week of March, assuming good weather and successful fabrication. I will perform the professional services described in this proposal on a time and materials basis not to exceed $6,235. If you have any questions, please do not hesitate to contact me. Sincerely, Chris Carlson, P.E., CFM Aqua de Vita, LLC Page 17 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 Chris Carlson $ 135.00 1 Additional Design Work 12 $ 1,620.00 $ - $ 1,620.00 2 Shop Drawing Review and Contractor Coordination 24 $ 3,240.00 $ - $ 3,240.00 3 Construction Observation and Coordination 8 $ 1,080.00 $ 25.00 $ 1,105.00 4 Maintenance Plan 2 $ 270.00 $ - $ 270.00 Subtotal 46 $ 6,210.00 $ 25.00 $ 6,235.00 Professional Services Fee Proposal Anderson Consulting Engineers - City of Fort Collins Remington Street Outfall 1/12/2020 Task Description Total Labor Cost Direct Costs Total Cost By Task Page 18 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 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 19 of 19 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01/23/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATIONIS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI INSURANCE SERVICES LLC/PHS 34343366 The Hartford Business Service Center 3600 Wiseman Blvd San Antonio, TX 78251 CONTACT NAME: PHONE (A/C, No, Ext): (866) 467-8730 FAX (A/C, No): (888) 443-6112 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURED ANDERSON CONSULTING ENGINEERS, INC. 375 E HORSETOOTH RD BLDG 5 FORT COLLINS CO 80525 INSURER A : Hartford Insurance Company of the Midwest 37478 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/Y YYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01/23/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATIONIS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI INSURANCE SERVICES LLC/PHS 34341438 The Hartford Business Service Center 3600 Wiseman Blvd San Antonio, TX 78251 CONTACT NAME: PHONE (A/C, No, Ext): (866) 467-8730 FAX (A/C, No): (888) 443-6112 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURED ANDERSON CONSULTING ENGINEERS, INC. 375 E HORSETOOTH RD BLDG 5 FORT COLLINS CO 80525 INSURER A : Hartford Casualty Insurance Company 29424 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/Y YYY) LIMITS A COMMERCIAL GENERAL LIABILITY X 34 SBW KC5665 12/28/2019 12/28/2020 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $300,000 X General Liability MED EXP (Any one person) $10,000 ACORD 101 (2014/01) © 2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC# : ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY USI INSURANCE SERVICES LLC/PHS NAMED INSURED ANDERSON CONSULTING ENGINEERS, INC. 375 E HORSETOOTH RD BLDG 5 FORT COLLINS CO 80525 POLICY NUMBER SEE ACORD 25 CARRIER SEE ACORD 25 NAIC CODE EFFECTIVE DATE: SEE ACORD 25 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM FORM NUMBER: ACORD 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE RE: RFP 8073 Engineering Services for Future Water, Wastewater & Stormwater facilities CIP. The City, its officers, agents and employees shall be named as additional insured per the Business Liability Coverage Form SS0008, and the Hired Auto and Non-Owned Auto Endorsement SS0438 attached to this Policy. Notice of cancellation will be provided in accordance with Form SS1223 attached to this policy. Notice of cancellation will be provided in accordance with Form WC990394 attached to this policy. DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 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? (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 1/23/2020 Hall & Company 19660 10th Ave NE Poulsbo WA 98370 Jim Ledbetter 360-626-2019 360-598-3703 jledbetter@hallandcompany.com NAVIGATORS INSURANCE COMPANY 42307 739 Anderson Consulting Engineers Inc 375 E Horsetooth Rd, Bldg 5 Fort Collins CO 80525 687955225 A Professional Liab;Claims Made CM19DPL022684IV 2/11/2019 2/11/2020 Per Claim Aggregate $2,000,000 $3,000,000 Additional Insured Status is not available on Professional Liability Policy. Project: RFP 8073 Engineering Services for Future Water, Wastewater & Stormwater Facilities CIP City of Fort Collins PO Box 580 Fort Collins CO 80522-0580 DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X PRO- JECT LOC PRODUCTS - COMP/OP AGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY X 34 SBW KC5665 12/28/2019 12/28/2020 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ANY AUTO BODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) X HIRED AUTOS X NON-OWNED AUTOS PROPERTY DAMAGE (Per accident) A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS- MADE 34 SBW KC5665 12/28/2019 12/28/2020 EACH OCCURRENCE $8,000,000 AGGREGATE $8,000,000 DED X RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/ A PER STATUTE OTH- ER Y/N E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYEE E.L. DISEASE - POLICY LIMIT A EMPLOYMENT PRACTICES LIABILITY 34 SBW KC5665 12/28/2019 12/28/2020 Each Claim Limit Aggregate Limit $5,000 $5,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. Please see Additional Remarks Schedule Acord Form 101 attached. CERTIFICATE HOLDER CANCELLATION City of Fort Collins PO BOX 580 FORT COLLINS CO 80522-0580 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3 POLICY PRO- JECT LOC PRODUCTS - COMP/OP AGG OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS- MADE EACH OCCURRENCE AGGREGATE DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/ A 34 WEG KD0066 01/01/2020 01/01/2021 X PER STATUTE OTH- ER Y/N E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. Notice of cancellation will be provided in accordance with Form WC990394 attached to this policy. CERTIFICATE HOLDER CANCELLATION CITY OF FORT COLLINS PO BOX 580 FORT COLLINS CO 80522-0580 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 24E63CBE-F2F6-4B95-BCF5-8352844BE7C3