Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8073 ENGINEERING SERVICES FOR WATER, WASTEWATER & STORMWATER FACILITIES CAPITAL IMPROVEMENTS PROJECTS (12)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
ICON ENGINEERING INC.
WORK ORDER NUMBER: MRD Phase 3 - 04-2018
PROJECT TITLE: Mulberry/Riverside Drainage Improvements
Phase 3
ORIGINAL BID/RFP NUMBER & NAME: 8073 Engineering Services For Future
Water, Wastewater and Storm Water
Facilities Capital Improvements
MASTER AGREEMENT EFFECTIVE DATE: 5/15/16
ARCHITECT/ENGINEER:
OWNER’S REPRESENTATIVE: Jason Stutzman
WORK ORDER COMMENCEMENT DATE: April 2018
WORK ORDER COMPLETION DATE: March 2019
MAXIMUM FEE: (time and reimbursable direct costs): $169,655
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 Twelve (12) 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: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
5/1/2018
Craig Jacobson 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:
Theresa Connor, Water 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: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
5/2/2018
N/A
N/A
N/A
N/A
5/3/2018
5/4/2018
5/4/2018
5/4/2018
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT A
WORK ORDER SCOPE OF SERVICES
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
ICONENGINEERING, 7000 S. Yosemite Street, Suite 120, Centennial, INC. CO 80112
303.221.0802 | www.iconeng.com
Planning | Design | Management
Exhibit A
Scope of Work
Mulberry / Riverside Drainage Improvements – Phase III
City of Fort Collins
5-1-18
ICON Engineering, Inc. is pleased to provide this scope-of-services for engineering
services related to the Mulberry / Riverside Drainage Improvements – Phase III Project. The
proposed work shall include: outfall restoration design, bidding procedures for the storm sewer
portions of the project, construction support for both the storm sewer and outfall phases of the
project, and project closeout, including a City Letter of Map Revision (LOMR). The scope of each
work phase is described as follows:
A. Bid Procedures
1. As part of this phase of the project, ENGINEER shall:
a. Attend pre-bid meeting;
b. Attend partnering meeting with for construction services contract;
c. Assist with RFI’s and Addendums;
d. Assist with submittal reviews following award;
e. Make drawing adjustments and address City questions
B. Construction Services – Bid Contract Phase
2. As part of this phase of the project, ENGINEER shall:
a. Attend weekly progress meeting (up to 10 meetings);
b. Consult with City & Owners Representative (Assumed 6 hours weekly);
c. Provide grant support via Base Tactical
C. Closeout – Bid Contract Phase
3. As part of this phase of the project, ENGINEER shall:
a. Assist the City in a walkthrough to determine final punch list items
b. Preparation and submittal of a City of a LOMR for the proposed floodplain
changes. Our scope assumes as-built information will be provided by the
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
ICONENGINEERING, INC. Page 2 of 2
P:\P\16009MRD\Final Contract\Phase 3\Riverside Mulberry Drainage Improvements - Phase 3 Proposal.docx
contractor and up to two (2) rounds of minor comments will be made from City
utility staff.
c. Provide grant support via Base Tactical
D. Outfall Restoration Design
4. As part of this phase of the project, ENGINEER shall:
a. Attend up to four (4) project meetings with Utilities and other City departments;
b. Coordinate design changes with the City, as required;
c. Prepare project alternatives for design changes at the outfall, including a riprap
rundown approach;
d. Upon selection of a final alternative, prepare final design drawings and updates to
the project specifications, as required.
e. Complete a geotechnical review for the design changes (see separate scope
from Lithos Engineering)
f. Provide updated landscape design (see separate scope from DHM Design)
g. Provide permit assistance or revisions (see separate scope from ERO
Resources)
E. Construction Services – Outfall
5. As part of this phase of the project, ENGINEER shall:
a. Make up to six (6) site visits to help coordinate the project with City crews;
b. Prepare site observation reports;
c. Assist the City in a walkthrough to determine final punch list items.
Project Fees & Schedule:
Project fees are proposed to be $169,655. A breakdown of proposed fees is attached. This
project is anticipated to be completed by the end of the grant cycle in March 2019.
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT B
WORK ORDER COST DETAIL
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
ICON
ENGINEERING, INC.
PROJECT NAME: Mullberry / Riverside Storm Sewer Project - Phase 3 Construction & Outfall Restoration
CLIENT: City of Fort Collins - Mr. Jason Stutzman
Craig J. Kent B. Jackie M Jeremy D. Wyatt TBD
PREPARED BY: CDJ Principal Prof Prof Prof Engineer Engineer Engineer CAD/GIS Admins Misc.
CHECKED BY: KDB Engineer Engineer III Engineer II Engineer I IV II I Specialist Assistant Direct
DATE: April 20, 2018 $169 $157 $147 $135 $127 $106 $92 $91 $65 Costs
Description Hours Hours Hours Hours Hours Hours Hours Hours Hours TOTALS
A BID PROCEDURES
1. Attend Pre-bid Meeting 4.0 4.0 $90
$1,394
2. Attend Partnering Meeting 4.0 4.0 $90 $1,394
2. RFI's and Addendums 12.0 $1,884
3. Submittal Review 16.0 $2,512
4. Drawing Adjustments & Questions 2.0 12.0 $2,222
Task Subtotal $9,406
B CONSTRUCTION SERVICES - BID CONSTRACT PHASE
1. Weekly Progress Meetings (10 meetings) 20.0 40.0 $900 $10,560
2. Consultation with City & Owners Representative (6 hours weekly) 60.0 $9,420
3. Base Tactical $73,814 $73,814
Task Subtotal $93,794
C CLOSEOUT
1. Punch List & walkthrough 2.0 6.0 $1,280
3. LOMR Preparation 12.0 40.0 4.0 12.0 $5 $9,513
Task Subtotal $10,793
D OUTFALL RESTORATION DESIGN
1. Project Meetings & Coordination (4 Meetings) 12.0 8.0 $360 $3,644
2. Riprap Rundown Hydraulic Calculations 4.0 8.0 12.0 $90 $3,294
3. Project Alternative Development 4.0 20.0 $5 $3,821
4. Final Design Plan Preparation 14.0 40.0 16.0 $10,102
5. Geotechncial Review (Lithos) $13,394 $13,394
6. Landscape Design (DHM) $7,800 $7,800
7. Permitting Review (ERO) $4,000 $4,000
Task Subtotal $46,055
E OUTFALL RESTORATION CONSTRUCTION (4 Weeks)
1. Site Visits (6 Visits) 8.0 32.0 $540 $6,916
2. Observation Reports (6 Reports) 2.0 6.0 $17 $1,297
3. Closeout 4.0 4.0 $90 $1,394
Task Subtotal $9,607
Total Hours 92.0 272.0 40.0 0.0 4.0 12.0 0.0 28.0 0.0 $101,195 $169,655
Total Cost $15,548 $42,704 $5,880 $0 $508 $1,272 $0 $2,548 $0 $101,195 $169,655
Page 1 P:\P\16009MRD\Final Contract\Phase 3\Mullberry Riverside Fees Phase 3.xlsx
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
BASE Tactical Disaster Recovery
PROFESSIONAL LOSS CONSULTANTS
To: Craig Jacobson
Principal
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: April 20, 2018
RE: Mulberry Riverside Project
City of Fort Collins, ICON Engineering 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 to ICON Engineering for the City of
Fort Collins, Colorado.
BASE Tactical has been engaged with the City of Fort Collins since January of 2018.
During this time, BASE Tactical has been working to ensure all contract and procurement
documentation is in place and in compliance with FEMA requirements.
Going forward, BASE Tactical would be pleased to offer the following services.
Acceptance of this proposal will authorize BASE to continue to provide grant
administration consulting services as directed by the City of Fort Collins for the project,
titled, Mulberry Riverside Project. The services that BASE will provide, may include the
following activities and additional services as requested by client:
• Provide general grant management assistance and strategies.
• Submit Request for Reimbursement to state and federal agencies.
3860 Carr Street
Wheat Ridge, CO 80033
(720) 788-2898
FAX (800) 862-4008
www.basetactical.com
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
• Review invoices, change orders and required weekly and monthly submittals.
• Identify appropriate documentation and secure it from the contractor, City and / or
State departments.
• Preparation of draft correspondence to State and FEMA, as requested.
• Assist in capturing and summarizing costs.
• Attend meetings with Applicant, State, and FEMA, as necessary.
• Review procurement and eligibility issues as they occur.
• Work with client to resolve any disagreements with FEMA and provide support
for appeals, if necessary.
• When Applicant has completed the project, and has drawn down reimbursement
for all eligible costs, assist in finalizing preparation for State and FEMA final
inspections.
• Preparation and completion of project closeout for the Mulberry Riverside Project
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 exclude federal standard
mileage rates.
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 City of Fort Collins’ 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
Regional Program Manager
BASE Tactical Disaster Recovery
AGREED TO AND APPROVED BY
BY (NAME):
SIGNATURE:
TITLE:
DATE:
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
BASE Tactical Disaster Recovery
Fee Schedule - City of Fort Collins
Personnel Title Rate May-18 Jun-18 Jul-18 Aug-18 Sep-18 Oct-18 Nov-18 Dec-18 Jan-19 Feb-19 Mar-19 Total Hrs Total Cost
John G. Levy Principle $450.00 1.5 1.5 1.5 1.5 1.5 1.5 0.5 0.5 0.5 0.5 0.5 11.5 $ 5,175.00
Katie P. Wolff Program Manager $214.00 40 40 40 40 40 30 30 30 25 25 10 350 $ 74,900.00
Amount Remaining
with Current
Agreement: ($6,261)
Totals: $ 73,814.00
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
2625 Redwing Road, Suite 160
Fort Collins, Colorado 80526
970.373.3195
www.LithosEng.com
April 25th, 2018
Project No. 15026
ICON Engineering, Inc.
7000 South Yosemite Street, Suite 120
Centennial, Colorado 80112
Attention: Mr. Jacobson, PE, CFM
Principal
Regarding: Proposal for Mulberry-Riverside Storm Sewer Outfall
Revised Outfall Design
Fort Collins, Colorado
Mr. Jacobson,
Lithos Engineering (Lithos) is pleased to have the opportunity to provide this proposal to ICON Engineering
(ICON) for the subject project.
Project Understanding
The Mulberry-Riverside Storm Sewer Outfall has been designed and the City of Fort Collins (City) plans to
construct the project in 2018. Due to several issues including a deep layer of fill and soft, saturated soils
near the design outfall foundation location, the outfall has recently been redesigned as a run-down, rip-
rap slope from near the existing outfall location. We understand, ICON would like Lithos to verify slope
stability for the redesigned outfall grading and geometry, make occasional site visits during construction
to verify conditions, and attend project design meetings with the City.
Proposed Scope of Services
Based on our understanding of the project, Lithos proposes the following scope of services:
Task – 1: Site Visit and Outfall Design Consulting
Lithos has completed a site visit and attended a design meeting to discuss outfall redesign
alternatives based on new geotechnical information discovered during access road construction
and test pit excavations.
Task – 2: Slope Stability Modeling for Revised Outfall Design
Model and confirm slope geometries for up to three two-dimensional cross sections near the
proposed outfall.
o We have assumed cross-section geometry will be provided by ICON.
o Reasonable soil strength parameters and subsurface layer geometry will be selected
based on collected geotechnical data to date. We have assumed additional drilling,
sample collection, and lab testing will not be conducted in support of slope stability
verification.
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
ICON Engineering Mulberry-Riverside Storm Sewer Outfall Page 2 of 2
o Slope stability modeling will analyze both shear strength of the slope (large circular
failure) and the impact of softer materials near the foundation elevation of the outfall
(wedge/sliding failure).
o If modeling produced factor of safety values from provided cross sections are insufficient,
Lithos will work with ICON to regrade the site to produce acceptable slope stability.
Task – 3: Construction Support
We will visit the site up to three times during construction to verify encountered subsurface
conditions and to verify construction techniques to produce a stable slope as modeled during Task
1.
Task – 4, Project Design Meetings
Lithos will attend project design meetings. We have assumed a total of 3 meetings will be
attended to finalize the revised outfall design approach. We anticipate meetings to be held at the
City.
Fee Estimate
Based on our proposed Scope of Services outlined above, we estimate a total fee for our services of
$13,394. Lithos proposes to provide these services on a time and expense. We will perform these services
in accordance with our existing contract with ICON for the City of Fort Collins.
Closing
We appreciate the opportunity to submit a proposal for this project and look forward to the opportunity
to work with you and your team on this project. For this project, Mr. Dornfest will be your key contact
and Project Manager. If you have any questions regarding the contents of this proposal, please contact
the undersigned.
Sincerely,
Lithos Engineering
Robin Dornfest, PG Lance Heyer, PE
President Associate
Attachments (1): Project Fee Estimate
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
Detailed Fee Estimate
No. Phase
President/ Senior
Consultant
Vice President/
Senior Associate
Project Manager
Senior Professional
Professional
Staff Professional 2
Staff Professional 1
Administrative
Rate/Hr $ 185 $ 170 $ 145 $ 125 $ 95 $ 90 $ 80 $ 60
1 Site Visit and Outfall Design Consulting $ 1,816
2
Slope Stability Modeling for Revised
Outfall Design 8 40 48 $ 6,480
3 Constrution Support 4 12 16 $ 2,240
4 Project Design Meetings 9 9 18 $ 2,790
Fee Schedule (18G Fort Collins) Total Hours Total Labor
Labor Fees per Position $ 3,885 $ - $ - $ 7,625 $ - $ - $ - $ - 82 $ 13,326
No. Phase
Driller
Lab Testing
Fees per
Task
Mileage
$0.54/mi Per Diem Lodging Other
Fees per
Task
1 Site Visit and Outfall Design Consulting $ - $ - $ - $ - $ - 33.4 $ 18.2
2
Slope Stability Modeling for Revised
Outfall Design $ - $ - $ - $ - $ - $ -
3 Constrution Support $ - $ - $ - $ - $ - 45 $ 25
4 Project Design Meetings $ - $ - $ - $ - $ - 45 $ 25
Subtotal $ - $ - $ - $ - $ - $ 49 $ - $ - $ - $ 67
Markup 0% $ - $ - $ - $ - $ - $ - $ - $ - $ -
Total $ - $ - $ - $ - $ 49 $ - $ - $ -
Total Subconsultants
$ - Total Direct Costs $ 67
No. Phase
1 Site Visit and Outfall Design Consulting
2
Slope Stability Modeling for Revised
Outfall Design
3 Constrution Support
4 Project Design Meetings
Markup 0%
Total
Project Name: Mulberry Riverside Stormsewer Outfall - Revised Outfall Design
Project Number: 15026
Date: 4/25/18
$ 67
$ -
LABOR
$ -
$ -
$ -
$ 6,480
Client ICON Engineering
Project Ft Collins Mulberry-Riverside LID Improvements
Date 4/24/2018
Consultant: DHM Design Corporation
Discipline: Landscape Architecture Services
Tasks and Hours
Principal I Sr Associate
Senior
Designer
Irrigation
Design Total
12 $ 1,800.00
SUBTOTAL $ 1,800.00
8 24 $ 3,600.00
1 4 $ 550.00
1 4 $ 550.00
6 4 $ 1,300.00
SUBTOTAL $ 6,000.00
Total Hours 28 36 0 0 $ 7,800.00
2017 Rate $ 150.00 $ 100.00 $ 80.00 $ 1.00 Total
Labor Extended $ 4,200.00 $ 3,600.00 $ - $ - $ 7,800.00
Estimated Reimbursable Costs
Total
$ -
Costs $ -
Total Task Order $ 7,800.00
Tasks and Hours
Principal I Sr Associate
Senior
Designer Clerical Total
Total Hours 0 0 0 0 $ -
2017 Rate $ 150.00 $ 100.00 $ 80.00 $ 75.00 Total
Labor Extended $ - $ - $ - $ - $ -
Total Task Order $ -
Respectfully,
DHM Design
Approved By:
Mark Wilcox, PLA, ASLA Title:
Principal Date:
PM meetings in Ft Collins (2)
Position
Design Phase - Basic Services
Project Management
If you find the general scope and estimated costs presented in this proposal acceptable, please sign and return one copy as our
authorization to proceed. We appreciate the opportunity to submit this proposal for your review.
Position
Additional Services
Item
DHM Estimated Expenses
site details
specifications
team coordination (phone call
coordination)
landscape & irrigation plans
Final Design
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
1
ERO Resources Corporation
Proposed Scope of Work for Additional Ecological Services for
the Mulberry Outfall Project
Fort Collins, Colorado
April 26, 2017
Background
ICON Engineering, Inc. (Client), on behalf of the City of Fort Collins (City), has requested that ERO
Resources Corporation (ERO) prepare a scope of work and fee estimate to assist with additional
Clean Water Act (CWA) Section 404 permitting associated with the Mulberry outfall project
located between Mulberry Street, Riverside Avenue, and the Poudre River within Fort Collins,
Colorado (project area). It is anticipated that an amendment to the existing CWA Section 404
nationwide permit (NWP) authorization, Corps File No. NWO-2017-00606-DEN may be required
for the project.
Task 1. Amend Nationwide Permit Authorization
ERO will work with the project team to amendment the existing NWP authorization for the
project. The amendment will include a discussion of the purpose and need for the amendment,
information on the design modifications provided by the Client, and a discussion on impacts to
waters of the U.S. ERO will coordinate with the Client on what information ERO requires for the
application. Typical information includes plan and profile views, cross sections, figures showing
and quantifying impacts on jurisdictional areas, details, and background information on other
approval requirements (e.g., those of the Federal Emergency Management Agency). Based on
preliminary project information, ERO believes that less than 0.10 acre of wetlands would likely
be impacted by the project and a compensatory wetland mitigation plan would not be required
for the amendment. This task also includes items associated with project coordination such as
team communication through emails and phone calls, project management, and quality
assurance. ERO will attend up to two meetings with the Client in Fort Collins to discuss the
project and permitting requirements. ERO will also ensure all documents and figures are
reviewed for technical and editorial accuracy.
Products
• Draft amendment submittal in PDF format delivered to the Client via email.
• Final amendment includes one hard copy mailed to the Corps and a PDF copy delivered
to the Client via email.
Assumptions
• Client will provide ERO with an electronic and/or PDF construction plan set.
• This scope of work does not include a compensatory wetland mitigation plan.
Estimated Costs
Tasks 1 will be completed on a time and materials basis for a cost not to exceed $4,000.00.
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
Mulberry Riverside ‐ Phase 3
PERIODS
May‐18 June‐18 July‐18 Aug‐18 Sept‐18 Oct‐18 Nov‐18 Dec‐18 Jan‐19 Feb‐19 Mar‐19
A BID PROCEDURES
1. Attend Pre-bid Meeting
2. Attend Partnering Meeting
2. RFI's and Addendums
3. Submittal Review
4. Drawing Adjustments & Questions
B CONSTRUCTION SERVICES - BID CONSTRACT PHASE
1. Weekly Progress Meetings (10 meetings)
2. Consultation with City & Owners Representative (6 hours weekly)
3. Base Tactical
CCLOSEOUT
1. Punch List & walkthrough
3. LOMR Preparation
D OUTFALL RESTORATION DESIGN
1. Project Meetings & Coordination (4 Meetings)
2. Riprap Rundown Hydraulic Calculations
3. Project Alternative Development
4. Final Design Plan Preparation
5. Geotechncial Review (Lithos)
6. Landscape Design (DHM)
7. Permitting Review (ERO)
E OUTFALL RESTORATION CONSTRUCTION (4 Weeks)
1. Site Visits (6 Visits)
2. Observation Reports (6 Reports)
3. Closeout
ACTIVITY
Plan Duration
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
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: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
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?
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
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
LIZB
Beth Ficken
01/09/2018
ICONENG-01
A
34SBAPD8771
A
34SBAPD8771
B
4077567
A
34SBAPD8771
1,000,000
1,000,000
1,000,000
10,000
2,000,000
2,000,000
4,000,000
2,000,000
4,000,000
10,000
300,000
2,000,000
2,000,000
X
X
X
X
X X
X
X
01/30/2018 01/30/2019
01/30/2018 01/30/2019
02/01/2018 02/01/2019
01/30/2018 01/30/2019
Project: 8073 Engineering Services for Future Water, Wastewater & Stormwater Capital Improvements. The City, its officers, agents and employees shall be
named as additional insureds on the General Liability and Automobile liability policies for any claims arising out of work performed under this Agreement.
The insurance evidenced will not be cancelled, except after
Certificate Holder Note:
thirty (30) days written notice has been received by the City of Fort
Collins.
CCIG
5660 Greenwood Plaza Blvd.
Suite 500
Greenwood Village, CO 80111
(720) 212-2050 (303) 799-0156
City of Fort Collins
Attn: Ms Pat Johnson CPPB
700 Wood Street
Fort Collins, CO 80521
ICON Engineering Inc
Douglas Williams
7000 S Yosemite St #120
Centennial, CO 80112
The Hartford Insurance Group
Pinnacol Assurance
22357
41190
X
X
BethF@thinkccig.com
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
(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
1/24/2018
Hall & Company
19660 10th Ave NE
Poulsbo WA 98370
Jim Ledbetter
360-626-2019 360-598-3703
jledbetter@hallandcompany.com
RLI INSURANCE COMPANY 13056
732
Icon Engineering Inc
7000 S Yosemite Street, Suite 120
Centennial CO 80112
1478961862
A Professional Liab: Claims Made RDP0031478 1/30/2018 1/30/2019 $2,000,000 Per Claim
$2,000,000 Aggregate
Additional Insured Status is not available on Professional Liability Policy.
8073 Engineering Services for Future Water, Wastewater & Stormwater Capital Improvements.
City of Fort Collins
700 Wood Street
Fort Collins CO 80521
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7
$ 2,240
$ 2,790
SUBCONSULTANTS and DIRECT COSTS
SUMMARY
Labor Subconsultants Direct Costs Total
$ -
$ 25
$ 25
$ 6,480
$ 2,265
Labor Fees
per Task
Hours per
Task
$ 2,815
$ 1,816 $ - $ 18 $ 1,834
$ 13,326 $ -
$ - $ -
$ 13,394
DocuSign Envelope ID: 32A51903-2D5A-489F-AA3F-A27B269EE8D7