Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8115 ENGINEERING SERVICES FOR WATER RECLAMATION & BIOSOLIDS FACILITY DESIGN & CONSTRUCTION (19)Utilities Work Order Form Official Purchasing Form Last updated 10/2017 WORK ORDER PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND CAROLLO ENGINEERS, INC. WORK ORDER NUMBER: C-WRF-2018-17 PROJECT TITLE: Sidestream P-Recovery Final Design ORIGINAL BID/RFP NUMBER & NAME: 8115, Engineering Services for Water Reclamation and Biosolids Facility Design and Construction Services MASTER AGREEMENT EFFECTIVE DATE: September 21, 2015 ARCHITECT/ENGINEER: Carollo Engineers, Inc OWNER’S REPRESENTATIVE: Link Mueller WORK ORDER COMMENCEMENT DATE: June 15, 2018 WORK ORDER COMPLETION DATE: January 30, 2019 MAXIMUM FEE: (time and reimbursable direct costs): $450,220.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: Provide technical analysis, engineering design, preparation of drawings and specifications, and equipment procurement and pre- construction support, including geotechnical investigation and surveying at the Drake Water Reclamation Facility (DWRF). See the attached supporting documentation. Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of eight (8) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Carollo Engineers, Inc. By: Date: Name: Title: Page 1 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 June 11, 2018 Jason Garside Vice President Vice President Ron Burdick June 11, 2018 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Link Muller, Civil Engineer III REVIEWED: Date: Pat Johnson, Senior Buyer APPROVED AS TO FORM: Date: Name,City Attorney's Title (if greater than $1,000,000) ACCEPTANCE: Date: Jason Graham, Plant Operations Director ACCEPTANCE: Date: Owen Randall, Civil Engineer Director ACCEPTANCE: Date: Carol Webb, Utilities Deputy Director 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 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 June 6, 2018 June 6, 2018 June 13, 2018 June 14, 2018 June 15, 2018 June 15, 2018 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: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 FINAL - 5/17/18 SIDESTREAM-P PROJECT (DESIGN PHASE) LABOR HOURS AND ENGINEERING FEE Senior Professional Project Manager (JG) Process Engineer (TRW) Professional (BC) Disciplines (Structural+Arch) Disciplines (EIC) Disciplines (Mech/HVAC) Senior Technician Technician Document Processing/Clerical Billing Rate $238 $219 $206 $171 $206 $171 $171 $162 $110 $96 Task 1 - Project Coordination 56 84 32 48 72 72 32 0 0 8 404 $79,908 $9,188 $0 $0 $5,600 $4,727 $99,422 Task 1.1 - Bi-Weekly Coordination Meetings 8 48 16 48 48 48 16 0 0 0 232 $44,752 $9,188 $0 $0 $5,600 $2,714 $62,254 Task 1.2 - Quality Assurance/Quality Control 40 16 16 0 24 24 16 0 0 0 136 $28,104 $0 $0 $0 $0 $1,591 $29,695 Task 1.3 - Progress Reporting 8 20 0 0 0 0 0 0 0 8 36 $7,052 $0 $0 $0 $0 $421 $7,473 Task 2 - Site Investigations 0 12 0 0 8 0 4 0 0 0 24 $4,960 $746 $13,259 $4,000 $0 $281 $23,246 Task 2.1 - Geotechnical Investigation and Report 0 8 0 0 8 0 0 0 0 0 16 $3,400 $0 $13,259 $0 $0 $187 $16,847 Task 2.2 - Site Survey and Control Points 0 4 0 0 0 0 4 0 0 0 8 $1,560 $746 $0 $4,000 $0 $94 $6,399 Task 3 - Preliminary Design 4 24 32 48 2 2 0 12 12 16 152 $26,562 $3,938 $0 $0 $0 $1,778 $32,278 Task 3.1 - Process Design Report 4 16 16 40 0 0 0 8 8 16 108 $18,304 $3,938 $0 $0 $0 $1,264 $23,505 Task 3.2 - CDPHE Review Coordination 0 8 16 8 2 2 0 4 4 0 44 $8,258 $0 $0 $0 $0 $515 $8,773 Task 4 - Design Development 12 62 0 215 271 284 64 338 338 48 1633 $265,255 $9,664 $0 $0 $1,250 $19,106 $295,275 Task 4.1 - Design Drawings 4 24 0 168 219 230 40 307 307 0 1300 $209,902 $8,222 $0 $0 $0 $15,210 $233,333 Task 4.2 - Design Specifications 4 8 0 17 22 24 8 31 31 40 185 $27,887 $442 $0 $0 $0 $2,165 $30,494 Task 4.3 - Design Review Workshops 4 30 0 30 30 30 16 0 0 8 148 $27,466 $1,000 $0 $0 $1,250 $1,732 $31,448 PROJECT TOTALS - TASKS 1-4 72 182 64 311 353 358 100 350 350 72 2213 $376,685 $23,534 $13,259 $4,000 $6,850 $25,892 $450,220 TOTAL COST LABOR HOURS PROJECT COSTS King Surveying PECE Lithos Total Direct Labor Hours Total Labor Cost Other Direct Costs (ODCs) Ditesco (Civil) Page 4 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B WORK ORDER SCOPE OF COST DETAIL Page 5 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 pg. 1 Scope of Work - Sidestream-P Recovery Final Design FINAL - 5-17-18 The City of Fort Collins (City) intends to implement a Sidestream-Phosphorus (Sidestream-P) recovery system at the Drake Water Reclamation Facility (DWRF) in support of meeting new phosphorous effluent limits in April 2021. The proposed Sidestream-P system will sequester phosphorus loads that are currently recycled from solids handling to the main stream process and will allow for future implementation of phosphorus harvesting capabilities. The Sidestream- P facility is intended to be installed immediately north of the existing DAFT Building. Ancillary facilities associated with implementation of the Sidestream-P system consist of a new pre- fabricated metal building to house mechanical and electrical equipment, a concrete tank pad, yard piping and electrical distribution improvements to support the new system, instrumentation and SCADA programming for process control, and connections to the existing liquid and solid stream treatment process. HVT/SSB 1214, which is required to support the Sidestream-P facility, will be replaced as part of a separate project (note: it would be beneficial to replace the pad and install duct bank concurrently with the switchboard, allowing for a clean tie-in to the Sidestream-P project). If modifications to the sludge pumps are required to support Sidestream- P project, it is assumed that will be completed under a separate project. The purpose of this Work Order is to provide the technical analysis, engineering design, preparation of drawings and specifications, and equipment procurement and pre-construction support for the implementation of the proposed Sidestream-P project (Project). It is anticipated that this scope of work will proceed beginning June 15, 2018 and is required to be completed by January 31, 2019. The scope of work is divided into the following tasks and subtasks, summarized below: Task 1 - Project Coordination Task 1.1 - Bi-Weekly Coordination Meetings Prepare for and participate in sixteen (16), three (3) hour meetings (bi-weekly over 8 month duration) with the Project Team to coordinate the design, procurement, and pre-construction questions. Appropriate Consultant staff and subconsultants will be in attendance based on the topics of discussion. Meeting agendas will be provided and a Decision Log and Action Item Record will be kept up to date over the course of the Project. Prepare look-ahead schedules that document meeting purpose/objectives, and major milestones. Task 1.2 - Quality Assurance/Quality Control (QA/QC) Perform quality assurance and quality control of all deliverables prepared by Consultant in accordance with Consultant's standard QA/QC policies and procedures. Task 1.3 - Progress Reporting Invoices will be submitted monthly by Consultant's Project Manager to City's Project Manager in accordance with City payment protocols. Each invoice will be submitted with a progress report detailing the work executed during the invoice period and work remaining. Page 6 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 pg. 2 Task 2 - Site Investigations Task 2.1 - Geotechnical Investigation and Report Consultant will engage and coordinate with a subcontractor to prepare a geotechnical investigation that includes up to three (3) borings north of the existing DAFT Building. Each boring will be drilled to a maximum depth of 30 feet below existing grades, 10 feet into bedrock, or to practical auger refusal, whichever is less, using standard auger drilling techniques. Selected samples will be submitted to a qualified laboratory for geotechnical testing. Testing may include but is not limited to moisture and density, unconfined compression, swell/consolidation, grain size analysis, and water soluble sulfates. Groundwater depth will be measured at completion of drilling. Summarize the results of geotechnical investigation in a concise report. The report will include, at a minimum, the following items: detailed boring logs describing the results of field exploration and laboratory testing and project design criteria (as necessary). Task 2.2 - Site Survey and Control Points Consultant will engage and coordinate with a Survey Subcontractor to prepare a site topographic survey within vicinity of project area and set up to three (3) control points to be used for construction. Prepare base drawing in CADD of topography and control point locations. Task 3 - Preliminary Design Task 3.1 - Preliminary Design Drawings and Specifications Prepare preliminary drawings for the purposes of preparing for procurement of the Sidestream- P system. Task 3.2 - Process Design Report Prepare the Process Design Report (PDR) for submittal to the Colorado Department of Public Health and Environment (CDPHE) in accordance with the requirements of Regulation 22 and Policy WPCDR-1. City and Contractor to review draft report. Consultant to finalize submittal based on comments received for City's submittal to the CDPHE. . Task 3.3 - CDPHE Review Coordination Assist City with coordination with CDPHE to facilitate review of PDR, as necessary. Task 4 - Design Development Task 4.1 - Design Drawings Prepare design drawings to progress the design of Project to 60 and 90 percent completion levels. Proposed drawing list is attached for reference. CDPHE self-certification process (per Reg. No. 22) will be utilized; as such, final drawings stamped by CO PE will be submitted to CDPHE for self-certification during the construction phase of project (preparation of final drawings [beyond 90% completion] if required for self-certification is not included as part of this work order). Task 4.2 - Design Specifications Develop specifications using current MasterFormat (Div 48) and with incorporation of City's standard specifications and preferences. Page 7 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 pg. 3 Task 4.2 - Design Review Workshops Prepare for and conduct five (5), two (2)-hour design review workshops at the 60 and 90 percent design milestones. Coordinate with City, Contractor, and Cost Estimator in review of cost submittal. If additional design review meetings are determined as necessary, the City will consider an amendment to this work order. Comments received on 90 percent drawings and specifications will be incorporated and an Issued for Construction set of documents will be produced to provide to City and Contractor. ATTACHMENTS: 1. Drawing List 2. Design Phase Schedule Page 8 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT C WORK ORDER SCHEDULE Page 9 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 City of Fort Collins - Sidestream-P Design Carollo Design Activities and Schedule last revised: 5/17/2018 2019 DWRF Sidestream-P Project Project Coordination Bi-Weekly Coordination Meetings Final Design Kickoff X Basis of Design/Alternative Evaluation/Conceptual Design Define Design Parameters (flows/loads, treatment, redundancy) Identify Process Options and Request Vendor Proposals Vendor Proposal Development Alternative Evaluation Site Visit and Select Vendor X FINAL SELECTION Alternative Evaluation TM - Draft Alternative Evaluation TM - Review Alternative Evaluation TM - Final Preliminary Analysis and Layout Hydraulic Analysis Engineering Report - Draft Engineering Report - Review Engineering Report - Final X SITE APPLICATION SUBMITTAL Engineering Report - Review/Approval by CDPHE Procurement Document Preparation Sidestream-P Drawings and Specs (Draft) Sidestream-P Drawings and Specs (review by FCU) Sidestream-P Drawings and Specs (Final) X EQUIPMENT PURCHASE ORDER Design Development Prepare 60% Design Documents (Drawings and Specs) Submit 60% Design Drawings and Specs to City City Review of 60% Design Documents + Carollo QA/QC Design Review Workshop (60%) Prepare 90% Design Documents (Drawings and Specs) Carollo QA/QC + Comment Incorporation Submit 90% Design Documents to City City Review of 90% Design Documents Design Review Workshops (90%) Prepare Issued for Construction Documents Submit IFC Documents to City X CONSTRUCTION NTP PDR Development Prepare Process Design Report (draft) Submit PDR Draft to City Prepare Process Design Report (final) and Submit to CDPHE X PDR SUBMITTAL PDR Review/Approval by CDPHE 2019 dec dec jan jan feb feb 2018 sept oct jan feb mar apr may jun jul aug sept aug oct nov nov 2018 Alternative Analysis Workshop City of Fort Collins Drake Sidestream-P Project Drawing List last revised: 5-17-18 Overall Sheet Pg # Count Dsgnt. Holder Sheet Description GENERAL 1 G 1 COVER SHEET 2 G 2 SHEET INDEX AND DESIGN CRITERIA 3 G 3 PROCESS FLOW DIAGRAM 4 G 4 HYDRAULIC PROFILES (PARTIAL) 5 G 5 GENERAL LEGENDS 6 G 6 ABBREVIATIONS TYPICALS (OTHER THAN EIC AND CIVIL) 7 T 1 CIVIL TYPICAL DETAILS 1 8 T 2 CIVIL TYPICAL DETAILS 2 9 T 3 CIVIL TYPICAL DETAILS 3 10 T 4 ARCHITECTURAL TYPICAL DETAILS 1 11 T 5 ARCHITECTURAL TYPICAL DETAILS 2 12 T 6 ARCHITECTURAL TYPICAL DETAILS 3 13 T 7 STRUCTURAL TYPICAL DETAILS 1 14 T 8 STRUCTURAL TYPICAL DETAILS 2 15 T 9 STRUCTURAL TYPICAL DETAILS 3 16 T 10 STRUCTURAL TYPICAL DETAILS 4 17 T 11 MECHANICAL TYPICAL DETAILS 1 18 T 12 MECHANICAL TYPICAL DETAILS 2 19 T 13 HVAC TYPICAL DETAILS 1 CIVIL- DITESCO 20 C 1 OVERALL SITE PLAN 21 C 2 EXISTING CONDITIONS PLAN 22 C 3 EXISTING YARD PIPING AND DEMOLITION PLAN 23 C 4 YARD PIPING PLAN 24 C 5 YARD PIPING PROFILES 1 25 C 6 YARD PIPING PROFILES 2 26 C 7 YARD PIPING PROFILES 3 27 C 8 YARD PIPING PROFILES 4 28 C 9 GRADING AND EROSION CONTROL PLAN 29 C 10 FLOWLINE PLAN AND PROFILE DEMOLITION ARCHITECTURAL 30 A 1 CODE ANALYSIS AND ROOF PLAN 31 A 2 SIDESTREAM FACILITY ELEVATIONS 32 A 3 SIDESTREAM FACILITY SECTIONS AND DETAILS 1 33 A 4 SIDESTREAM FACILITY SECTIONS AND DETAILS 2 STRUCTURAL 34 S 1 STRUCTURAL NOTES AND DESIGN CRITERIA 35 S 2 SIDESTREAM FACILITY PLAN1 36 S 3 SIDESTREAM FACILITY PLAN2 37 S 4 SIDESTREAM FACILITY PLAN AND SECTION (TANK PAD) 38 S 5 SIDESTREAM FACILITY SECTIONS AND DETAILS 1 Page 11 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 City of Fort Collins Drake Sidestream-P Project Drawing List last revised: 5-17-18 Overall Sheet Pg # Count Dsgnt. Holder Sheet Description 39 S 6 SIDESTREAM FACILITY SECTIONS AND DETAILS 2 40 S 7 SIDESTREAM FACILITY SECTIONS AND DETAILS 3 41 S 8 SIDESTREAM FACILITY ROOF DETAILS MECHANICAL 42 M 1 MECHANICAL LEGENDS AND ABBREVIATIONS 43 M 2 CHEMICAL SYSTEM PLAN 44 M 3 CHEMICAL SYSTEM SECTIONS AND DETAILS 45 M 4 SIDESTREAM FACILITY PLAN 1 46 M 5 SIDESTREAM FACILITY PLAN 2 47 M 6 SIDESTREAM FACILITY SECTIONS AND DETAILS 1 48 M 7 SIDESTREAM FACILITY SECTIONS AND DETAILS 2 HVAC 49 H 1 HVAC LEGEND AND ABBREVIATIONS 50 H 2 SIDESTREAM FACILITY PLAN 51 H 3 SIDESTREAM FACILITY SECTIONS ELECTRICAL 52 E 1 ELECTRICAL LEGEND AND ABBREVIATIONS 53 E 2 ELECTRICAL LEGEND AND ABBREVIATIONS 54 E 3 TYPICALS 55 E 4 TYPICALS 56 E 5 SCHEDULES 57 E 6 PANELBOARD AND LIGHTING PANEL SCHEDULES 58 E 7 SIDESTREAM PROCESS ONE-LINE 59 E 8 MCC ELEVATION 60 E 9 MCC ONE-LINE DIAGRAM 1 61 E 10 MCC ONE-LINE DIAGRAM 2 62 E 11 ELECTRICAL SITE PLAN 1 63 E 12 ELECTRICAL SITE PLAN 2 64 E 13 ELECTRICAL DUCTBANK DETAILS 65 E 14 POWER AND CONTROL SIDESTREAM ROOM 66 E 15 POWER AND CONTROL ELECTRICAL ROOM 67 E 16 LIGHTING, RECEPTACLES, AND GROUNDING INSTRUMENTATION 68 I 1 INSTRUMENTATION LEGEND AND ABBREVIATIONS 69 I 2 INSTRUMENTATION LEGEND AND ABBREVIATIONS 70 I 3 INSTRUMENTATION LEGEND AND ABBREVIATIONS 71 I 4 INSTRUMENTATION LEGEND AND ABBREVIATIONS 72 I 5 INSTRUMENTATION LEGEND AND ABBREVIATIONS 73 I 6 NETWORK DIAGRAM 74 I 7 NETWORK DIAGRAM 75 I 8 TYPICAL DETAILS 76 I 9 TYPICAL DETAILS 77 I 10 CONTROL SCHEMATIC 78 I 11 SIDESTREAM PROCESS 1 Page 12 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 City of Fort Collins Drake Sidestream-P Project Drawing List last revised: 5-17-18 Overall Sheet Pg # Count Dsgnt. Holder Sheet Description 79 I 12 SIDESTREAM PROCESS 2 80 I 13 SIDESTREAM PROCESS 3 81 I 14 SIDESTREAM PROCESS 4 82 I 15 SIDESTREAM PROCESS 5 83 I 16 SIDESTREAM PROCESS 5 84 I 17 HVAC/SECURITY Page 13 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT D CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 14 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Subject: Date: No. of Pages: Phone: Sender: URL: MAIL Certificate of Insurance DOCUMENT Delivery by ecertsonline™ THIS MESSAGE IS INTENDED FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED, CONFIDENTIAL AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE LAW. IF THE READER OF THE MESSAGE IS NOT THE INTENDED RECIPIENT, OR THE EMPLOYEE OR AGENT RESPONSIBLE FOR DELIVERING THE MESSAGE TO THE INTENDED RECIPIENT, YOU ARE HEREBY NOTIFIED THAT ANY DISSEMINATION, DISTRIBUTION OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMEDIATELY BY TELEPHONE, AND RETURN THE ORIGINAL MESSAGE TO US AT THE ABOVE ADDRESS VIA REGULAR POSTAL SERVICE. Certificate of Insurance Delivered by ecertsonline™ Insurance Visions, Inc. All rights reserved. Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com 12/20/2017 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 Sherry Young 10 Cert No. 39362895 - ACORD 25 (03/16) Certificate of Liability: Carollo Engineers, Inc. - DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ PROPERTY DAMAGE $ BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOS ONLY AUTOS NON-OWNED OWNED SCHEDULED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 1 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization’s liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured’s ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products-completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance Carollo Engineers, Inc. 6050490317 12/31/2017 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 2 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: Page 2 of 2 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Carollo Engineers, Inc. 6050490317 12/31/2017 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 3 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Person Or Organization Blanket where required by written contract. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured’s ongoing operations or your work included in the products-completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (10-16) Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 12/20/2017 Carollo Engineers, Inc. 6050490317 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 4 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. 6050490317 12/31/2017 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 5 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Named Insured: Policy Number: Effective Date: ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non- contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA 71527XX (Ed. 10/12) Carollo Engineers, Inc. 6050490267 12/31/2017 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 6 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 CNA68021XX (2-13) Policy No: Page 1 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. Carollo Engineers, Inc. City of Fort Collins P.O. Box 580 Fort Collins CO 80522 6050490267 12/31/2017 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 7 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Carollo Engineers, Inc. 6050490270 12/31/2017 12/31/2017 6050490298 American Casualty Company of Reading, PA Valley Forge Insurance Company 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 8 of 9 Workers Compensation DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 PROFESSIONAL LIABILITY AND POLLUTION For All the Commitments you Make INCIDENT LIABILITY INSURANCE POLICY INSURED: Policy Effective Endorsement Number NOTICE ENDORSEMENT – CANCELLATION OR NON-RENEWAL We agree with you that your Policy is amended to include the following additional provisions. 1. Your Policy will not be: XX Cancelled by us until we provide at least: 10 days prior written notice if we cancel your Policy for Non-payment of Premium; 30 days prior written notice if we cancel your Policy for The following reasons: Any reason other than non-payment of premium. ___ Non-renewed by us until at least ___ days prior written notice is given to the person or entity named in 2. below. 2. Person or Entity: All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy and expires concurrently with said Policy unless another effective date is shown above. By Authorized Representative __James F. Willging_____________________ (No signature is required if issued with the Policy or if it is effective on the Policy Effective Date) James F. Willging Countersigned by Authorized Representative 256423 (Ed. 10/05) Carollo Engineers, Inc. AEH288354410 7/4/2017 City of Fort Collins P.O. Box 580 Fort Collins CO 80522 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 9 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 (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 12/20/2017 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 949-242-9240 www.risk-strategies.com CA DOI License No. 0F06675 Michael Christian Risk Strategies Company syoung@risk-strategies.com Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 39362895 ✓ ✓ Construction Services. Carollo Project #: 10103A.00. City of Fort Collins, its officers, agents and employees are included as additional insured as City of Fort Collins P.O. Box 580 Fort Collins CO 80522 Projects as on file with the insured including but not limited to: 8115 Engineering Services for Water Reclamation and Biosolids Facility Design & additional insureds with respects to General & Auto Liability. $1,000,000 $1,000,000 $25,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000 Ded: Comp/Collision $1,000 $1,000,000 $1,000,000 $1,000,000 Each Claim: $1,000,000 Aggregate: $1,000,000 Deductible: $400,000 A ✓ 6050490317 12/31/2017 12/31/2018 ✓ ✓ Deductible $0 ✓ A 6050490267 12/31/2017 12/31/2018 ✓ ✓ ✓ B 6050490270 12/31/2017 12/31/2018 ✓ ✓ C 6050490298 12/31/2017 12/31/2018 N Deductible: $0 D Professional Liability AEH288354410 7/4/2017 7/4/2018 Unlimited Prior Acts Continental Insurance Company 35289 American Casualty Company of Reading, PA 20427 Valley Forge Insurance Company 20508 Continental Casualty Company 20443 39362895 | 17-18 GL-AL-UL-WC PL ($1M/$1M) | Sherry Young | 12/20/2017 10:24:05 AM (PST) | Page 1 of 9 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77 Kickoff Meeting jan feb mar apr may jun jul Carollo Engineers, Inc. DWRF Sidestream-P Design Schedule_Carollo Activities_04-25-18 6/1/2018 Page 10 of 14 DocuSign Envelope ID: 14C60948-F4C8-4D68-8FD7-1B9CD6F54C77