Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8497 STORMWATER CONSULTING ENGINEERING SERVICES (2)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
CH2M HILL ENGINEERS, INC.
WORK ORDER NUMBER: UTRB-2020-01
PROJECT TITLE: UCanal Importation Selected Plan
ORIGINAL BID/RFP NUMBER & NAME: U8497, Stormwater Consulting Engineering
Services
MASTER AGREEMENT EFFECTIVE DATE: September 25, 2017
ARCHITECT/ENGINEER: U
OWNER’S REPRESENTATIVE: U
WORK ORDER COMMENCEMENT DATE:
WORK ORDER COMPLETION DATE:
U
CH2M HILL Engineers, Inc.
Theodore Bender
February 1, 2020
U
December 31, 2020
U
MAXIMUM FEE: (time and reimbursable direct costs): U$149,987.25
PROJECT DESCRIPTION/SCOPE OF SERVICES: UThis project will update the Selected Plan of
Improvements for the Canal Importation Basin. This study will assess the alternatives analysis
and conceptual design using the 2014 hydraulics and hydrology, account for any constructed
stormwater improvements, consider current design standards and practices, and evaluate the
basin in a more holistic approach including parks, trails, natural areas, and water quality
opportunities.
The Canal Importation Basin is a five square mile basin located in west-central Fort Collins with
U
three major irrigation canals traversing the basin from north to south (Pleasant Valley and Lake
Canal, New Mercer Ditch, and Larimer County Canal No. 2). The canals intercept runoff within
the basin and spill runoff into the basin where the canals are capacity limited. 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 nine (9) pages are hereby accepted and incorporated herein,
U U
by this reference, and Notice to Proceed is hereby given after all parties have signed this
document.
SERVICE PROVIDER: CH2M HILL Engineers, Inc.
By: Date:
Page 1 of 14
Name: Title:
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Designated Manager
February 4, 2020
Kyle Hamilton
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:
Theodore Bender, Civil Engineer II
REVIEWED: Date:
Marisa Donegon, Buyer II
REQUISITION ENTERED BY: Date:
ACCEPTANCE: Date:
Daniel Evans, Civil Engineer III
ACCEPTANCE: Date:
Ken Sampley, 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 14
Melissa Walker January 24, 2020
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
February 3, 2020
February 3, 2020
February 3, 2020
February 4, 2020
February 4, 2020
February 4, 2020
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT A
WORK ORDER SCOPE OF SERVICES
Page 3 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Attachment A - Scope of Services
Attachment A to the AGREEMENT between the City of Fort Collins, Colorado, a Municipal
Corporation, hereinafter referred to as the City, and CH2M HILL Engineers, Inc., hereinafter referred
to as the Professional, for a project generally described as:
Professional Engineering Services to update the alternatives analysis and selected plan for
the Canal Importation Basin Master Plan.
This scope of service will be performed under a Work Order issued in accordance with the
Professional Service Agreement No. 8497 for Stormwater Consulting Engineering Services, dated
September 25, 2017.
The Professional’s services for the project are detailed hereinafter.
Project Objective: Update the alternatives analysis and selected plan for the Canal Importation Basin
Master Plan.
It is understood the City will designate Mr. Theodore Bender as the City’s Project Manager (City’s
PM). Mr. Theodore Bender will be the City’s primary point of contact with respect to the work
performed under this AGREEMENT, with authority to transmit instructions, receive information, and
interpret and define City policies and decisions relative to elements pertinent to the work covered
by this AGREEMENT.
The Canal Importation Basin is a five square mile basin located in west-central Fort Collins with three
major irrigation canals traversing the basin from north to south (Pleasant Valley and Lake Canal,
New Mercer Ditch, and Larimer County Canal No. 2). The canals intercept runoff within the basin
and transport it out of the basin and also spill runoff into the basin where the canals are capacity
limited. The Canal Importation Basin has a long history of flooding including storm events in 1938,
1975, 1992, and 1997. The most recent drainage basin master plan for the Canal Importation Basin
was completed in 2001 with updates to the hydraulics and hydrology completed in 2014. There are
five primary flow paths within the Canal Importation Basin conveying flows from west to east to the
Old Town Basin and Spring Creek Basin:
1. Mulberry Street Flow Path
2. Plum Street Channel
3. Clearview Channel
4. Canal Importation Channel
5. Elizabeth Street Channel
The scope of work for this master plan update is to update the Alternatives Analysis and Conceptual
Design using the 2014 updates to the hydraulics and hydrology, account for any constructed
improvements, consider current design practices, and evaluate the basin in a more holistic approach
including parks, trails, nature areas, and water quality opportunities.
Page 4 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Figure 1: Canal Importation Basin
Task 1 – Project Management and Meetings
Professional’s Project Manager (Professional’s PM) will manage the scope, schedule, and budget,
and keep the City’s PM informed throughout the project. Professional’s PM will prepare and submit
monthly an invoice for services performed and a brief status report. The report will include a
narrative description of progress to-date, actual costs for each Task, estimates of percent complete,
and potential cost variances. The following subtasks are also included in this task.
• Professional shall meet with City initially and monthly thereafter, as required. It is assumed
that the project will be completed over a period of 6 months for a total of 7 meetings.
• Project coordination with subcontractors.
Deliverables:
• Monthly invoice and status report.
• Prepare and submit brief meeting minutes that summarize key decisions and action items in
electronic format. Develop a log of key decisions and action items.
• Develop a working roll plot map that can be used for project meetings.
Assumptions:
• Project coordination meetings will be held at the City of Fort Collins at 700 Wood Street, and
will be attended by Professional’s PM and Project Engineer.
• It is assumed that the project will be completed over a period of 6 months.
Task 2 – Data Collection and Review
Professional will review data provided by the City including, but not limited to the following
documents:
• Canal Importation Basin Master Drainage Plan, Anderson Consulting Engineers, Inc., 2001.
• Canal Importation Ponds and Outfall Project (CIPO) As-Built Design Summary and Floodplain
Modeling Report, SWMM models, and HEC-RAS models, Ayres Associates, 2013.
Page 5 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
• Canal Importation Basin Master Drainage Plan Hydraulic Evaluation and Mapping Update,
Anderson Consulting Engineers, Inc., 2014.
• Canal Importation Basin Hydrologic Conversion from MODSWMM to EPA SWMM 5.0,
Anderson Consulting Engineers, Inc., 2014.
• West Vine Unsteady Canal HEC-RAS Model.
• City of Fort Collins GIS Data including parcels, right-of-way, and utilities.
• Existing LiDAR topography.
• City of Fort Collins Trail Master Plan.
• City of Fort Collins Nature in the City Program.
Professional will also perform site visits to review the current site conditions, the improvements
proposed in the current drainage master plan, and evaluate opportunities for enhancements to the
basin including water quality, open space and natural areas, parks, trails, and habitat.
Deliverables:
• There are no deliverables associated with this task.
Assumptions:
• Existing conditions hydrologic and hydraulic modeling has been completed and is not
required for this alternatives analysis.
Task 3 – Review of Current Hydrologic and Hydraulic Modeling
Professional will perform a due diligence review of the current hydrologic and hydraulic models. It’s
understood through coordination with the City that there may be an issue with the models in the
vicinity of Avery Park. Professional will coordinate any suggested revisions with the City and revise
the models, as necessary.
Deliverables:
• Technical Memorandum summarizing any changes to the current hydrologic and hydraulic
models.
• Revised HEC-RAS and SWMM 5.0 models.
Assumptions:
• It’s assumed that up to 16 hours will be required to revise the HEC-RAS and SWMM models.
Additional effort will be considered a change of scope.
Task 4 – Alternatives Analysis
Professional will utilize the previously completed Master Drainage Plan and updates to the Master
Drainage Plan, information collected through site visits, and information collected through
coordination with the City to develop alternative drainageway plans in GIS to address problem areas
within the basin. Problem areas include flooding issues (structures, major roads, and critical
facilities), undersized infrastructure, channel or bank instability for open channels, interaction
between drainage features and the canals within the basin, and ecological issues. The alternatives
analysis will also include opportunities for improvement within the basin including water quality,
interaction with trails, or opportunities to create natural or open space areas. The alternative
improvements could include the following items: natural waterway restored to the pre-developed
conditions, realigned channel, increased pipe sizes, realignment of pipe networks, structural
Page 6 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
improvements (bridges, culverts), retrofit of existing detention facilities or new detention facilities,
acquisition of flood prone properties, non-structural methods such as flash flood warning, relocation
of channel, and canal improvements.
Professional will also perform the following tasks:
• Identify problem areas for flooding events up to the 100-year event.
• Evaluate the selected plan from the 2001 master plan and develop up to two alternatives for
each primary flow path. The two alternatives are assumed to be a detention option and a
conveyance option. The detention option will focus on maximizing detention along each
flow path. The conveyance option will focus on increasing the conveyance capacity of open
channel and pipe systems with no or limited detention.
• Develop alternative hydrologic and/or hydraulic models to model the alternative
improvements.
• Develop approximate post-project floodplains for each alternative.
• Develop a Multi-Criteria Decision Analysis (MCDA) ranking methodology to evaluate
alternatives.
• Evaluate water quality opportunities within the basin including those identified as part of
the 2001 master plan.
• Develop a recommended plan for review by the City PM and other City staff.
• Develop damage estimate for the baseline condition and estimate damage reduction for
each alternative.
• Determine sizing for proposed improvements including pipes, culverts, open channels, and
detention and water quality facilities.
• Develop typical cross sections in CAD format for proposed improvements.
• Determine right-of-way required for each alternative.
• Coordination with Stream Landscape Architecture.
• QA/QC review of work products and models.
Deliverables:
• Professional will develop schematic plans in GIS format showing alternative improvements.
• Professional will develop alternative hydrologic and hydraulic models to model the
alternative improvements.
• Prepare report documenting the alternatives analysis.
• Provide Engineer’s Opinion of Probable Cost for each alternative plan.
• QA/QC Review documentation.
Assumptions:
• All deliverables will be developed in PDF and hard copy format. Deliverables will also include
AutoCAD, GIS, HEC-RAS, and SWMM files.
Page 7 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
• It’s assumed that up to two alternatives will be developed for each flow path for a total of
10 alternatives. Alternatives concepts will be reviewed with the City prior to any detailed
analysis or modeling.
• MCDA categories and weighting factors will be reviewed and coordinated with City staff.
• Alternatives will consider the 2-, 10-, and 100-year flow rates. The floodway will not be
revised with the alternatives analysis.
• Cost estimates will include 50% contingency.
• Topographic Survey will not be completed as part of this analysis.
• Geotechnical investigations will not be completed as part of this analysis.
• Subsurface underground investigation will not be completed as part of this analysis. Utility
data will be provided by the City in GIS format.
Task 5 – Conceptual Design for Selected Plan
After City staff review of the Alternatives Analysis and Recommended Plan, City Staff and
Professional will work together to determine the Selected Plan to move forward to Conceptual
Design. The selected plan will move forward into a more detailed Conceptual Design and will include
the following tasks:
• Develop hydrologic and/or hydraulic models to model the Selected Plan, if different than
one of the alternative plans.
• Develop a post-project floodplain.
• Develop a damage reduction estimate for the selected plan.
• Determined sizing for proposed improvements including pipes, culverts, open channels, and
detention and water quality facilities.
• Develop typical cross sections in CAD format for proposed improvements.
• Determine right-of-way required for the selected plan.
• Coordination with Stream Landscape Architecture.
• Project Prioritization considering project cost and damage reduction.
• QA/QC review of work products and models.
Deliverables:
• Update the report documenting the Alternatives Analysis with the Conceptual Design.
• Develop Conceptual Design plans in CAD format. Drawings include plan and profile drawings
for pipe sections and open channels, grading plans for detention or water quality facilities,
and typical details.
• Develop conceptual design hydrologic and hydraulic models.
• Develop a post-project floodplain.
• Provide Engineer’s Opinion of Probable Cost for the Selected Plan including lifecycle costs.
• QA/QC Review of documentation.
Page 8 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Assumptions
• All deliverables will be developed in PDF and hard copy format. Deliverables will also include
AutoCAD, GIS, HEC-RAS, and SWMM files.
• Cost estimates will include 50% contingency. Lifecycle costs will be based on a percentage of
capital improvement costs.
• The conceptual design will consider the 2-, 10-, and 100-year flow rates. The floodway will
not be revised with this analysis.
Task 6 – Landscape Architect Services by Stream Landscape Architecture
Stream Landscape Architecture (Stream), as a subconsultant to Professional, will provide landscape
architecture services to support the alternatives analysis and conceptual design of the selected plan.
Stream’s subtasks include the following, as detailed in Attachment 1.
• Project and contract administration.
• Project Management, team coordination, and meetings.
• Client group progress meetings.
• Site visit, recon, and photography.
• Coordination with relevant City agencies and departments.
• Assist in developing alternatives for multi-use drainage and water quality master plan
integrating habitat, trail, and recreational features.
Deliverables:
• Graphics to support the alternatives analysis including review and feedback. Graphic
products will be limited, and focused on basic sketch level diagrams and photos.
• Develop up to 3 illustrative plan enlargements of conceptual design approaches for key
opportunity areas.
• Develop up to 2 perspectives of key plan elements or locations.
• Prepare order of magnitude opinion of probable implementation costs.
Assumptions:
• Assume up to 6 progress meetings.
Task 7 – Public Outreach/Public Communication
As an Add Alternate, Professional will provide Public Communicate Support including the following
items:
• Participate in one Town Hall meeting attended by Project Manager and Project Engineer.
• Participate in one meeting with Colorado State University.
• Participate in two meetings with City of Fort Collins internal stakeholders.
Deliverables:
• Summary of action items and key decisions for each meeting.
Assumptions:
Page 9 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
• Meetings will be attended by Professional’s Project Manager and Project Engineer.
Task 8 – Public Outreach/Public Communication by Stream Landscape Architecture
As an Add Alternate, Stream Landscape Architecture (Stream), as a subconsultant to Professional,
will provide landscape architecture services to support Public Outreach and Public Communication.
Stream’s subtasks include the following, as detailed in Attachment 1.
• Participate in one Town Hall meeting attended by Project Manager and Project Engineer.
• Participate in one meeting with Colorado State University.
• Participate in two meetings with City of Fort Collins internal stakeholders.
Deliverables:
• Preparation of graphics for the Town Hall meeting.
Schedule
An anticipated schedule is shown below in Table 1.
Table 1: Project Schedule
Activity Anticipated Milestone Dates
Notice To Proceed February 1, 2020
Review of Hydrologic and Hydraulic Models March 15, 2020
Completion of Alternatives Analysis May 15, 2020
Determine Selected Plan June 15, 2020
Completion of Conceptual Design of Selected Plan September 1, 2020
Fee Estimate
Compensation will be on a Time and Materials – Not to Exceed basis. Hourly rates are in accordance
with Contract No. 8497 Stormwater Consulting Engineering Services. Subconsultants will be billed at
cost plus 5%. Refer to Attachment B for a detailed breakdown of the fee estimate.
Project Assumptions
• In providing opinions of cost, financial analyses, economic feasibility projections, and
schedules for the Project, Professional has no control over cost or price of labor and
materials; unknown or latent conditions of existing equipment or structures that may affect
operation or maintenance costs; competitive bidding procedures and market conditions;
time or quality of performance by operating personnel or third parties; and other economic
and operational factors that may materially affect the ultimate Project cost or schedule.
Therefore, Professional makes no warranty that City’s actual Project costs, financial aspects,
economic feasibility, or schedules will not vary from Professional’s opinions, analyses,
projections, or estimates.
• It is assumed that data provided by others is accurate, complete, and will be provided in a
timely fashion. Correction of data provided by others is not included herein.
Page 10 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT B
WORK ORDER COST DETAIL
Page 11 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Attachment B
Compensation Schedule
Task
Number Task Description
Kyle Hamilton
Principal Project
Manager
Aaron Cook
Project Manager
Charlie Pajares
Staff Engineer 2
Jeremy Quan
GIS Specialist
Chris Lamb
Engineering Tech 2
Chris Hodyl
Principal Technologist
Lisa Hoffman
Office/Clerical/Accountin
g
Les Tuell
Subcontract
Administrator
Labor
Hours Labor Expense Subcontractor Subtask Cost Total Cost
Per Diem Code/Classification 03 05 08 07 14 04 19 07
Labor Rates
(1) $235 $173 $122 $135 $92 $195 $83 $135
1 Project Management and Meetings $ 11,275.00
Project Management 12 8 6 26 $ 3,550.00 $ 3,550.00
Meetings 21 21 42 $ 6,195.00 $ 350.00 $ 6,545.00
Coordination with subcontractor 4 4 8 $ 1,180.00 $ 1,180.00
2 Data Collection and Review $ 7,528.00
Review Existing Data 8 12 20 $ 2,848.00 $ 2,848.00
Site Visit 4 12 12 28 $ 4,480.00 $ 200.00 $ 4,680.00
3 Review Hydrologic and Hydraulic Models $ 9,128.00
Review Hydrology and Hydraulic Models 12 16 28 $ 4,028.00 $ 4,028.00
Revised HEC-RAS and SWMM Models 12 12 8 32 $ 5,100.00 $ 5,100.00
4 Alternatives Analysis $ 43,143.00
Identify Problem Areas 1 8 12 21 $ 3,083.00 $ 3,083.00
Develop Alternatives 2 12 20 34 $ 4,986.00 $ 4,986.00
Develop Schematic Plans 6 12 24 42 $ 5,742.00 $ 5,742.00
Alternative Hydrologic Models 12 30 42 $ 5,736.00 $ 5,736.00
Alternative Hydraulic Models 12 30 42 $ 5,736.00 $ 5,736.00
Alternative Approximate Floodplains 8 16 8 32 $ 4,896.00 $ 4,896.00
Cost Estimates 6 16 22 $ 2,990.00 $ 2,990.00
Damage Estimates and Cost-Benefit 1 8 16 25 $ 3,571.00 $ 3,571.00
Prepare Report 1 8 12 21 $ 3,083.00 $ 200.00 $ 3,283.00
QA/QC Review and Documentation 16 16 $ 3,120.00 $ 3,120.00
5 Conceptual Design for Selected Plan $ 31,421.00
Conceptual Design of Selected Plan
(calculations, sizing, cross sections, etc.)
2 16 24 42 $ 6,166.00 $ 6,166.00
Conceptual Design Hydrologic Analysis 8 12 20 $ 2,848.00 $ 2,848.00
Conceptual Design Hydraulic Analysis 8 12 20 $ 2,848.00 $ 2,848.00
Conceptual Design Floodplain 4 8 12 $ 1,668.00 $ 1,668.00
Cost Estimate 4 8 12 $ 1,668.00 $ 1,668.00
Damage Reduction Estimate 4 8 12 $ 1,668.00 $ 1,668.00
Project Prioritization 1 4 8 13 $ 1,903.00 $ 1,903.00
Conceptual Design Drawings 2 6 14 40 62 $ 6,896.00 $ 6,896.00
Scope and Fee Worksheet
Prepared by Paul Thomas
Jacobs / Fort Collins--Canal Importation Drainage MP
2020.01.10
Staff PR II (PM) LA 2 LA I Admin
TASKS Billing Rates $ 160.00 $ 95.00 $ 85.00 $ 55.00 TOTAL
1.00 Project Startup, Analysis, and General Services
1.01 Project and contract administration 2 0 0 4 $ 540.00
1.02 Project management (internal), team coordination, meetings, calls, etc. 9 9 5 0 $ 2,720.00
1.03 Client group progress meetings and prep (up to 6) 21 21 0 0 $ 5,355.00
1.04 Site visit, recon and photography 8 8 0 0 $ 2,040.00
1.05
Review / research existing relevant reports, documents, master plans, guidelines,
etc. 6 6 0 0 $ 1,530.00
1.06 Coordinate with relevant Fort Collins agencies/government departments including
Fort Collins Park Planning and Development
Fort Collins Bicycle/Trail Planning (FC Bikes) + (FC Moves)
Nature in the City
FC Natural Areas
FC Utilities / Water Quality
8 8 3 0 $ 2,295.00
Task Subtotal 54 52 8 4 $ 14,480.00
2.00 Alternatives Analysis
2.01 Assist Jacobs to develop up to 3 plan alternatives for multi-use drainage and water
quality master plan. Stream to provide review and feedback to Jacobs regarding the
integration of habitat, trail, and recreational features into drainage improvement
concepts to maximize their value to the community and natural environment.
Graphic products to be limited, and focused on basic diagrams and details to be
shared internally and with the City, and may include sketch-level diagrams and
support images (i.e. precedent photos and sketches) to communicate intent of
proposed improvements.
16 18 22 0 $ 6,140.00
Task Subtotal 16 18 22 0 $ 6,140.00
3.00 Conceptual Design
3.01 Assist Jacobs to refine/revise preferred alternatives, focusing on multi-use objectives
and design elements. In addition to Jacobs' master plan drawings, Stream to
develop up to 3 illustrative plan enlargements of conceptual design approaches for
key opportunity areas. These enlargements will include grading, trail alignments,
habitat / planting areas. Supplement with illustrative conceptual details, cross
sections, and precedent imagery / photos to communicate intent of proposed
improvements.
18 24 34 0 $ 8,050.00
3.02 Develop up to 2 perspective sketches/images of key plan elements/locations.
(Specific locations to be determined in coordination with City of Fort Collins staff.)
Graphics will be illustrative in nature, and will communicate the functionality and
design intent of each area.
6 12 24 0 $ 4,140.00
3.03 Prepare order-of-magnitude opinion of probable implementation costs 2 2 3 0 $ 765.00
3.04 Design Review QA/QC, redlines, etc. 2 1 1 0 $ 500.00
Task Subtotal 28 39 62 0 $ 13,455.00
4.00 Public Outreach
4.01 Attend and assist in preparation of graphics for 1 "Townhall" Public Meeting 8 12 18 0 $ 3,950.00
4.02 Attend 1 meeting with representatives with Colorado State University 4 0 0 0 $ 640.00
4.03 2 meetings with other Ft. Collins agency staff to obtain input on project / master plan
recommendations.
8 0 0 0 $ 1,280.00
Task Subtotal 20 12 18 0 $ 5,870.00
Stream LA Design Fee Subtotal 98 109 92 4 $ 39,945.00
Direct Costs at 1.5% of fees $ 600.00
Stream LA BASE Fees TOTAL $ 40,545.00
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT C
CERTIFICATE OF INSURANCE
CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract
Documents.
Page 14 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
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?
SUPP (10/00)
SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE
NAME OF INSURED:
06/06/2019
CH2M HILL ENGINEERS, INC.
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
(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
CIRTS_Support@jacobs.com
Marsh Risk & Insurance Services
"CLAIMS MADE"
P.O. Box 580
PROFESSIONAL LIABILITY 07/01/20
1,000,000
USA
N
A
Cert_Renewal
56368845
56368845
ATTN: Purchasing Department
2,000,000
EXCEED OR BROADEN IN ANY WAY THE TERMS, CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.*
for states of: AK, LA, OH, TX. *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT
the General Liability and Automobile Liability policies as required by written contract or agreement. *$2,250,000 SIR
Consulting Engineering Services . The City its officers, agents and employees are included as an additional insured on
LOCATION: Englewood, CO. CONTRACT ADMINISTRATOR: Gretchen Sage. Re: Contract# 8497; On-Call for RFP 8497 Stormwater
ACE AMER INS CO
DEFENSE INCLUDED
AGGREGATE
HDO G71565129
PER CLAIM/PER AGG
07/01/19
1-212-948-1306
Los Angeles, CA 90071
07/01/19
7,000,000
07/01/19
07/01/19
CONTRACTUAL LIABILITY
06/06/2019
07/01/19
WLR C65892248 (AOS)
WCUC65892285 (AK,LA,OH,TX)*
SCF C65892327 (WI)
Englewood, CO 80112-5946
A
A
A
2,000,000
22667
X
633 W. Fifth Street
07/01/19
LIC #0437153
Fort Collins, CO 80522
5,000
10,000,000
A 07/01/20
9191 South Jamaica Street
07/01/20 1,000,000
07/01/20
07/01/20
1-212-948-1306
X
City of Fort Collins, Colorado
CH2M HILL ENGINEERS, INC.
X
7,000,000
10,000,000
07/01/20
X
500,000
X
1,000,000
ISA H25295511
X
A EON G21655065 010
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Page 13 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5
Prepare Report 2 6 14 22 $ 3,216.00 $ 200.00 $ 3,416.00
QC/QC Review and Documentation 12 12 $ 2,340.00 $ 2,340.00
6 Landscape Architecture Services (Stream) $ 36,408.75
Project Startup, Analysis, and General Services $ 15,204.00 $ 15,204.00
Alternatives Analysis $ 6,447.00 $ 6,447.00
Conceptual Design $ 14,757.75 $ 14,757.75
7 Public Outreach/Public Communication $ 4,920.00
Town Hall Meeting 4 4 8 $ 1,180.00 $ 100.00 $ 1,280.00
Meeting with CSU 4 4 8 $ 1,180.00 $ 50.00 $ 1,230.00
Two Meetings with Internal City stakeholders 8 8 16 $ 2,360.00 $ 50.00 $ 2,410.00
8 Public Outreach/Public Communication (Stream) $ 6,163.50
Public Outreach Services $ 6,163.50 $ 6,163.50
Total (Base Scope of Work - Tasks 1-6) 16 221 349 24 40 44 8 6 708 $ 101,545.00 $ 950.00 $ 36,408.75 $ 138,903.75 $ 138,903.75
Total (Add Alternate Scope of Work - Tasks 7 and 8) 0 16 16 0 0 0 0 0 32 $ 4,720.00 $ 200.00 $ 6,163.50 $ 11,083.50 $ 11,083.50
Total All Tasks 16 237 365 24 40 44 8 6 740 $ 106,265.00 $ 1,150.00 $ 42,572.25 $ 149,987.25 $ 149,987.25
1
Rates are in accordance with Contract No. 8497 Stormwater Consulting Engineering Services
Exhibit_B_Fee_Canal_Importation_Basin.xlsx\Fee Estimate 1/13/2020
Page 12 of 14
DocuSign Envelope ID: 4BDEFF80-5643-4A10-9380-DEDE7801C6B5