Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9178179Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
WORK ORDER
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
ICON ENGINEERING INC.
WORK ORDER NUMBER: MRD CLOMR-12-2017
PROJECT TITLE: Mulberry/Riverside Drainage Improvements
CLOMR
ORIGINAL BID/RFP NUMBER & NAME: 8073 Engineering Services For Future
Water, Wastewater and Stormwater
Facilities Capital Improvements
MASTER AGREEMENT EFFECTIVE DATE: 5/15/16
ARCHITECT/ENGINEER:
OWNER’S REPRESENTATIVE: Jason Stutzman
WORK ORDER COMMENCEMENT DATE: November 2017
WORK ORDER COMPLETION DATE: March 2018
MAXIMUM FEE: (time and reimbursable direct costs): $26,305
PROJECT DESCRIPTION/SCOPE OF SERVICES: See Attached
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 Seven (7) 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: ICON ENGINEERING INC.
By: Date:
Name: Title:
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
Craig Jacobson
12/11/2017
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:
Jason Stutzman, Project Manager
REVIEWED: Date:
Pat Johnson, Senior Buyer
APPROVED AS TO FORM: Date:
Name,City Attorney's Title
(if greater than $1,000,000)
ACCEPTANCE: Date:
Owen Randall, Chief Engineer
ACCEPTANCE: Date:
Matt Fater, Intrm Wtr Eng Fld Svcs Op Mgr
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)
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
12/11/2017
N/A
N/A
N/A
N/A
N/A
12/12/2017
12/12/2017
12/12/2017
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT A
WORK ORDER SCOPE OF SERVICES
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
ICONENGINEERING, 7000 S. Yosemite Street, Suite 120, Centennial, INC. CO 80112
303.221.0802 | www.iconeng.com
Planning | Design | Management
December 8, 2017
Mr. Jason Stutzman
Special Projects Manager
City of Fort Collins Utilities
RE: Proposal for Engineering Services: Mulberry and Riverside Stormwater Improvements
CLOMR Preparation, Base Tactical
Dear Jason,
ICON Engineering is pleased to provide engineering services related to the preparation of a City of Fort
Collins Conditional Letter of Map Revision (CLOMR) and project support from Base Tactical for the
Mulberry and Riverside Stormwater Improvements project in Fort Collins.
In general, tasks for this project will include: meetings and coordination; floodplain engineering of
existing conditions and proposed changes; submittal of the related CLOMR materials and
documentation required by the City of Fort Collins, updated floodplain development permit preparation,
and limited on-call grant support and recommendations.
Our work will be completed in accordance with the Scope of Services, Assumptions & Exclusions,
Schedule, and Fee as defined below.
SCOPE OF SERVICES
1.0 Meetings and Coordination
One additional project meeting and one additional conference call have been included to discuss
and present results with the City of Fort Collins utilities staff.
2.0 Duplicate Effective Model
ICON will obtain the Effective HEC-RAS model prepared by Anderson Consulting Engineers for the
existing City floodplain documentation. ICON will create a Duplicate Effective HEC-RAS model through
the project area using HEC-RAS (version 5.0.3).
3.0 Existing Conditions Model
ICON will prepare an existing conditions HEC-RAS model for the project area. Task 3.0 items include:
Cross sections will be added into the model to more accurately analyze the floodplain.
The effective cross sections will be updated to include the topographic information that was
obtained for the project (1-foot aerial mapping).
The existing conditions model will incorporate revised hydrology as documented by the Old Town
Basin update prepared by ICON. No additional changes to the hydrology will be made with this
submittal.
The model updates will be prepared in NAVD 1988 vertical datum and the State Plane horizontal
coordinate system.
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
ICONENGINEERING, INC. Page 2 of 3
P:\P\16009MRD\Amendments\ICON Proposal for MRD CLOMR and Grant Support.DOCX
4.0 Proposed Conditions Model
ICON will update the existing conditions HEC-RAS model created in Task 4.0 to analyze the impacts of
the proposed project. The model will be adjusted to reflect the reduction in flow from the proposed project
as well as changes in topography anticipated with the project.
The previously developed FLO-2D models developed for the project will be used to supplement the HEC-
RAS modeling for documenting shallow flooding between detailed modeling reaches. A velocity depth
product will be commuted to review the hazard conditions.
5.0 City of Fort Collins CLOMR Preparation
ICON will prepare a CLOMR report meeting the City of Fort Collins requirements. Task 5.0 items include:
Report documentation regarding the preparation of the existing conditions floodplain analyses.
Report documenting regarding the proposed project floodplain analyses.
Preparation of a CLOMR Submittal, including:
o Documentation Report Update
o Comparison Tables (Proposed Project conditions)
o Annotated Floodplain Map (Effective and Proposed Project conditions)
6.0 City of Fort Collins Review Submittals
ICON will address review comments on the City of Fort Collins CLOMR package and resubmit. Task 6.0
items include:
Review submittals and Final Submittals to the City of Fort Collins.
Addressing review responses from the City of Fort Collins.
This scope assumes for 1 rounds of minor comments from the City.
7.0 Base Tactical Grant Support
Refer to attached scope of services. Base Tactical (BASE) will assist with grant administration consulting
as directed by the City for the project. The services that BASE will provide, may include the following
activities. Additional services may be requested by the City:
Review procurement documents and contract documents
Assist the City of Fort Collins in writing a scope change request to include force account labor
and materials into the reimbursable scope of work.
Work will be performed in good faith regarding BASE’s knowledge and experience with federal grant
procedures. Please note that the services of BASE do not provide a warranty or guarantee to the City
regarding reimbursement for work for the project, contracting, payments or procurement. With respect to
future FEMA or State audits or determinations, BASE will use best efforts to provide documentation and
supporting arguments, but in no way is providing a warranty or guarantee on the outcomes.
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
ICONENGINEERING, INC. Page 3 of 3
P:\P\16009MRD\Amendments\ICON Proposal for MRD CLOMR and Grant Support.DOCX
Craig Jacobson, PE
Principal
ICON Engineering, Inc.
cjacobson@iconeng.com
(303) 221-0802
Sincerely,
ASSUMPTIONS & EXCUSIONS
Assumptions and Exclusions, which support our proposed Scope of Services and accompanying Fee:
- The proposed project will not be adjusted or re-designed with this scope.
- Additional survey will not be required for this analysis.
- The FEMA Poudre River floodplain will not be analyzed with this scope and permitted separately.
- This work includes preparation of a Floodplain Development Permit on behalf of the project
owners. Fees associated with the submittal of the permit are not included with this scope.
- This does not include post project LOMR modeling.
- See BASE exclusion in Section 7.0.
SCHEDULE & FEES
Consultant will complete the CLOMR and BCA within four (4) weeks of Notice to Proceed (NTP) from the
City. BASE’s work will be on-call as required over the duration of the project.
FEE
Consultant will complete the Scope of Services for a total fee of $26,305.
A breakdown of our hours and fees is attached.
Thank you again for the continued opportunity to assist the City of Fort Collins with this important project.
Please contact me with any questions about this proposal.
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
BASE Tactical Disaster Recovery
PROFESSIONAL LOSS CONSULTANTS
To: Craig Jacobson
ICON Engineering, Inc.
7000 S. Yosemite Street, Suite 120
Centennial, CO 80112
From: Katie Wolff
Base Tactical Disaster Recovery
3860 Carr Street
Wheat Ridge, CO 80033
Date: November 27, 2017
RE: Mulberry Riverside Project
City of Fort Collins And BASE Tactical Disaster Recovery, Inc.
Thank you for allowing BASE Tactical Disaster Recovery Inc. (“BASE”) to submit this
proposal for Grant Management Consulting Services for the City of Fort Collins,
Colorado (“Applicant”) to ICON Engineering.
Acceptance of this proposal will authorize BASE to begin grant administration consulting
as directed by the Applicant for the project, titled, Mulberry Riverside Project. The
services that BASE will provide, may include the following activities and additional
services as requested by the Applicant:
Ø Review procurement documents and contract documents
Ø Assist the City of Fort Collins in writing a scope change request to include force
account labor and materials into the reimbursable scope of work.
BASE will perform our consulting services on an hourly basis, and our fees will be based
on rates set forth in the attached Exhibit A. The hourly rates do not include federal
standard mileage rates that will be charged per visit.
3860 Carr Street
Wheat Ridge, CO 80033
(720) 788-2898
FAX (800) 862-4008
www.basetactical.com
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
The Applicant or its Agent will direct BASE for the tasks BASE will perform. The
overall cost of this engagement is at all times subject to the Applicant’s desired level and
length of BASE’s contract.
Thank you again for the opportunity to assist the City of Fort Collins. If you have any
questions or concerns, please don’t hesitate to call me at (720) 788-2898.
Sincerely,
Katie Wolff
National Program Manager
BASE Tactical Disaster Recovery
AGREED TO AND APPROVED BY
BY (NAME):
SIGNATURE:
TITLE:
DATE:
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT B
WORK ORDER COST DETAIL
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
PROJECT NAME: Mulberry Riverside CLOMR and Grant Support
CLIENT: City of Fort Collins
PREPARED BY: JYM Principal Prof CAD/GIS Misc.
CHECKED BY: CDJ Engineer Engineer Engineer Specialist Admin Direct
DATE: 2017-12-08 I II IV I I Costs
$169 $147 $124 $91 $65 $
Description Hours Hours Hours Hours Hours TOTALS
1. Meetings and Coordination
a. Project Coordination Meetings (1) 4.0 $95 $771
b. Conference Calls (1) 2.0 $338
Task Subtotal $1,109
2. Duplicate Effective Model
a. Duplicate Effective Model 1.0 2.0 $395
Task Subtotal $395
3. Existing Conditions Model
a. Cross Section Adjustments 4.0 12.0 4.0 $2,440
b. Floodplain Delineation 2.0 4.0 $658
c. Floodway Delineation 2.0 2.0 $476
Task Subtotal $3,574
4. Proposed Conditions Model
a. Cross Section Adjustments 4.0 2.0 $678
b. Floodplain Delineation 2.0 4.0 $658
c. Shallow Flooding Documentation 4.0 4.0 $860
Task Subtotal $2,196
5. City of Fort Collins CLOMR Preparation
a. City CLOMR Report 4.0 8.0 2.0 $25 $2,125
b. Comparison Tables 4.0 $496
c. Annotated Floodplain Map 2.0 4.0 $658
Task Subtotal $3,279
6. City of Fort Collins Review Submittals
a. Address review Comments 1 and re-submit 4.0 8.0 2.0 $25 $1,787
Task Subtotal $1,787
7. Base Tactical Grant Support
a. As-needed Services $13,965 $13,965
Task Subtotal $13,965
Total Hours 10.0 25.0 36.0 26.0 0.0 $26,305
Total Project Costs $1,690 $3,675 $4,464 $2,366 $0 $14,110 $26,305
Page 1 P:\P\16009MRD\Amendments\MRD CLOMR Fees.XLSX
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
BASE Tactical Disaster Recovery
Fee Schedule - City of Fort Collins
EXHIBIT A
Personnel Title Rate Dec-17 Jan-18 Total Hrs Cost
John G. Levy Principle $450.00 0 2.5 2.5 $1,125.00
Katie P. Wolff Program Manager $214.00 40 20 60 $12,840.00
Total Cost $13,965.00
* Hourly rates do not include office supplies, copying, freight and computers.
* Client shall provide an appropriate workspace that includes files for storing documents.
*Hourly rates do not include the Standard Mileage Rate which will be charged per visit.
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
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.
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
PRODUCER CONTACT
NAME:
PHONE FAX
(A/C, No, Ext): (A/C, No):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXP
TYPE OF INSURANCE (MM/DD/YYYY) (MM/DD/YYYY) LIMITS
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
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 $
POLICY PRO- LOC
JECT PRODUCTS - COMP/OP AGG
OTHER: $
COMBINED SINGLE LIMIT
(Ea accident) $
ANY AUTO BODILY INJURY (Per person) $
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY (Per accident) $
HIRED NON-OWNED PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY (Per accident) $
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
The ACORD name and logo are registered marks of ACORD
CERTIFICATE HOLDER
© 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01)
AUTHORIZED REPRESENTATIVE
CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
JECT LOC
POLICY PRO-
GEN'L AGGREGATE LIMIT APPLIES PER:
CLAIMS-MADE OCCUR
COMMERCIAL GENERAL LIABILITY
PREMISES (Ea occurrence) $
DAMAGE TO RENTED
EACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
DED RETENTION $
CLAIMS-MADE
OCCUR
$
AGGREGATE $
UMBRELLA LIAB EACH OCCURRENCE $
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
PER
STATUTE
OTH-
ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe under
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
VENDOR: ICON Engineering Inc. DATE ENTERED: REQ #:
VENDOR #: FOR:
ADDRESS:
7000 S. Yosemite Street, Suite
120
BID #:
Centennial, CO 80112 INSTRUCTIONS:
PHONE #: 303.221.0802
FAX #:
VENDOR CONTACT: Craig Jacobson
Today's Date: December 11, 2017 Date Approved:
Ship To: Date Denied:
Date Required: asap
QUANTITY DESCRIPTION TOTAL PRICE
1 $26,305.00
Total $26,305.00
Requested By: Reviewed By:
Jason Stutzman, Project Manager
Authorized By:
Mulberry/Riverside Drainage
Improvements CLOMR
8073 Engineering Services For Future
Water, Wastewater and Stormwater
Facilities Capital Improvements
CHARGE NUMBER
CITY OF FORT COLLINS
UTILITIES REQUISITION FORM
Owen L. Randall, Chief Engineer
Matt Fater, InterimManager,
Water Engineering & Field Operations
CLOMR Design Services 5040440016.521210.3
P.O. #
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
12/11/2017
12/12/2017
12/12/2017
PROPERTY DAMAGE $
$
$
$
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.
INSD
ADDL
WVD
SUBR
N / A
$
$
(Ea accident)
(Per accident)
OTHER:
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 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).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
1/29/2017
Hall & Company
19660 10th Ave NE
Poulsbo WA 98370
Icon Engineering Inc
7000 S Yosemite Street, Suite 120
Centennial CO 80112
RLI INSURANCE COMPANY 13056
Jim Ledbetter
360-626-2019 360-598-3703
jledbetter@hallandcompany.com
732
1672365311
A Professional Liab: Claims Made RDP0027679 1/30/2017 1/30/2018 $2,000,000 Per Claim
$2,000,000 Aggregate
Additional Insured Status is not available on Professional Liability Policy.
Project: Mulberry & Riverside Drainage Design 16-009-MRD-352
City of Fort Collins
Attn: Matt Fater
700 Wood Street
Fort Collins CO 80525
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784
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.
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 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).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved.
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
01/04/2017
(303) 799-0110 (303) 799-0156
22357
ICON Engineering Inc
Douglas Williams
7000 S Yosemite St #120
Centennial, CO 80112
41190
A 2,000,000
34SBAPD8771 01/30/2017 01/30/2018 300,000
10,000
2,000,000
4,000,000
4,000,000
A 1,000,000
34SBAPD8771 01/30/2017 01/30/2018
A 2,000,000
34SBAPD8771 01/30/2017 01/30/2018 2,000,000
10,000
B
4077567 02/01/2017 02/01/2018 1,000,000
1,000,000
1,000,000
RE: Mulberry & Riverside Drainage Design 16-009-MRD-352
City of Fort Collins
Attn: Matt Fater
700 Wood Street
Fort Collins, CO 80525
ICONENG-01 DAWNG
CCIG
5660 Greenwood Plaza Blvd.
Suite 500
Greenwood Village, CO 80111
BethF@thinkccig.com
The Hartford Insurance Group
Pinnacol Assurance
X
X
X X
X
X
X
DocuSign Envelope ID: C514BE46-6BC4-43F4-83B0-3AAFA10C0784