Loading...
HomeMy WebLinkAbout457775 FARNSWORTH GROUP INC - CONTRACT - RFP - 8371 ARCHITECTURAL & ENGINEERING SERVICES ON-CALLProfessional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 1 of 25 PROFESSIONAL SERVICES AGREEMENT WORK ORDER TYPE THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and FARNSWORTH GROUP INC., hereinafter referred to as the "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with any project Work Orders for 8371 Architectural & Engineering Services On-Call, issued by the City. A blank sample of a work order is attached hereto as Exhibit "A", consisting of one (1) page and is incorporated herein by this reference. A general scope of services is attached hereto as Exhibit “B", consisting of seven (7) pages and is incorporated herein by this reference. The City reserves the right to independently bid any project rather than issuing a Work Order to the Professional for the same pursuant to this Agreement. Irrespective of references in Exhibit A to certain named third parties, the Professional shall be solely responsible for performance of all duties hereunder. The term “Work” as used in this Agreement shall include the services and deliverables contained in Exhibit A and any Work Orders issued by the City. 2. The Work Schedule. The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule stated on each Work Order. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified on each Work Order. Time is of the essence. Any extensions of any time limit must be agreed upon in writing by the parties hereto. 4. Contract Period. This Agreement shall commence upon contract execution, and shall continue in full force and effect until December 31, 2017, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Professional and mailed no later than thirty (30) days prior to contract end. 5. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 2 of 25 the parties. All notices provided under this agreement shall be effective when mailed, postage prepaid and sent to the following address: Professional: City: Copy to: Farnsworth Group Inc. Attn: Todd Decker 1612 Specht Point Rd., Ste 105 Fort Collins, CO 80525 City of Fort Collins Attn: Brian Hergott PO Box 580 Fort Collins, CO 80522 City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 6. Design, Project Insurance and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional is responsible for and shall ensure the design Work under any Work Order complies with the most recent revision of the Americans with Disabilities Act of 1990 (“ADA”) Standards for Accessible Design, separate from and in addition to compliance with applicable building codes. Professional shall ensure that any change orders or other changes to the Work comply with the ADA Standards for Accessible Design. Professional shall be responsible for any necessary redesign due to failure to comply with ADA requirements, including any costs for such redesign. The Professional shall indemnify, save and hold harmless the City its officers and employees, in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City and for the City's costs and reasonable attorney’s fees arising directly out of the Professional's negligent performance of any of the services furnished under this Agreement. The Professional shall maintain insurance in accordance with Exhibit D, consisting of one (1) page, attached hereto and incorporated herein. 7. Compensation. In consideration of services to be performed pursuant to this Agreement, the City agrees to pay the Professional on a time and reimbursable direct cost basis designated in Exhibit "C", consisting of eight (8) page(s), attached hereto and incorporated herein by this reference. No Work Order shall exceed $100,000 or as otherwise approved by the Purchasing Director. At the election of the City, each Work Order may contain a maximum fee, which shall be negotiated by the parties hereto for each such Work Order. Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant to the Work Order and upon approval of the Professional's direct reimbursable expenses. Final payment shall be made following acceptance of the Work by the City. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 3 of 25 8. License. Upon execution of this Agreement, the Professional grants to the City an irrevocable license to use any and all sketches, drawings, specifications, designs, blueprints, data files, calculations, studies, analysis, renderings, models and other Work Order deliverables (the “Instruments of Service”), in any form whatsoever and in any medium expressed, for purposes of constructing, using, maintaining, altering and adding to the project, provided that the City substantially performs its obligations under the Agreement. The license granted hereunder permits the City and third parties reasonably authorized by the City to reproduce applicable portions of the Instruments of Service for use in performing services or construction for the project. In addition, the license granted hereunder shall permit the City and third parties reasonably authorized by the City to reproduce and utilize the Instruments of Service for similar projects, provided however, in such event the Professional shall not be held responsible for the design to the extent the City deviates from the Instruments of Service. This license shall survive termination of the Agreement by default or otherwise. 9. City Representative. The City will designate, prior to commencement of the Work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 10. Project Drawings. Upon request and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival quality, prepared on stable mylar base material using a non-fading process to provide for long storage and high quality reproduction. "CD" disc of the as-built drawings shall also be submitted to the owner in and AutoCAD version no older then the established City standard. The Professional acknowledges the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1, et seq. (the “CORA”), and documents in the City’s possession may be considered public records subject to disclosure under the CORA. 11. Monthly Report. Commencing thirty (30) days after Notice to Proceed is given on any Work Order and every thirty days thereafter, the Professional is required to provide the City Representative with a written report of the status of the Work with respect to the Work Order, Work Schedule and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 12. Independent Contractor. The services to be performed by the Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of the Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 4 of 25 13. Subcontractors. The Professional may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the Work of the subcontractor will be subject to inspection by the City to the same extent as the Work of the Professional. The Professional shall require all subcontractors performing Work hereunder to maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit “C”, consisting of one (1) page attached hereto and incorporated herein by this reference. The Professional shall maintain a copy of each subcontract’s certificate evidencing the required insurance. Upon request, the Professional shall promptly provide the City with a copy of such certificate(s). The City acknowledges the historic preservation consultant does not carry liability insurance. 14. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 15. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the Work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 16. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this Agreement, such party may be declared in default. 17. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non- defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 5 of 25 18. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire Agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 19. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 20. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., the Professional represents and agrees that: a. As of the date of this Agreement: 1. The Professional does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. The Professional will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. The Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. The Professional is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If the Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, the Professional shall: 1. Notify such subcontractor and the City within three days that the Professional has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that the Professional shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 6 of 25 knowingly employed or contracted with an illegal alien. e. The Professional shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If the Professional violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, the Professional shall be liable for actual and consequential damages to the City arising out of the Professional’s violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if the Professional violates this provision of this Agreement and the City terminates the Agreement for such breach. 21. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "E" - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 7 of 25 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: APPROVED AS TO FORM: FARNSWORTH GROUP INC By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Principal 1/9/2017 Todd Decker Assistant City Attorney 1/9/2017 City Clerk Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 8 of 25 EXHIBIT A WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND DATED: Work Order Number: Purchase Order Number: Project Title: Commencement Date: Completion Date: Maximum Fee: (time and reimbursable direct costs): Project Description: Scope of Services: The Professional agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this Work Order (including the attached forms) the Professional Services Agreement shall control. The attached forms consisting of ___ (_) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given. PROFESSIONAL By:_______________________________ Date:_____________________________ CITY OF FORT COLLINS By:_________________________________ Project Manager Date: ______________________________ By: _______________________________ Gerry Paul Purchasing Director (over $60,000.00) Date: ____________________________ DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 9 of 25 EXHIBIT B GENERAL SCOPE OF SERVICES I. GENERAL SCOPE OF WORK The City of Fort Collins is requesting professional Architectural/Engineering services to assist the City’s Operations Services Department in its on-going need for professional building and site design services in such disciplines as conceptual planning, space planning, and historic preservation, master planning, architectural design, ADA compliance in design under the most recent revisions of ADA Guidelines, engineering to include; civil, structural, mechanical, electrical, electrical service, lighting, energy conservation services, LEED consulting, professional land surveying and contract administration. In addition, the professional group selected may be asked to include an architectural or engineering specialist to the team on a case by case basis. An important goal for City of Fort Collins projects is to demonstrate and showcase sustainable design and construction. These projects present the opportunity for the City of Fort Collins to “walk the talk” by demonstrating best practices in high performance new construction and retrofit projects. The City of Fort Collins aims to design all new projects around the 2030 Energy Challenge. It is the policy of the City of Fort Collins that all new buildings and major renovations earn enough points using the US Green Building Council’s (USGBC) LEED™ Green Building Rating System to earn a minimum “Gold” certification with the desire to achieve “Platinum” certification. The most current version of LEED™ at the time of project design shall be used. Specific projects may have goals above and beyond this minimum requirement, either in overall rating or for minimum numbers of credits or points from specific categories. The City of Fort Collins desires to have all of our projects participate in the Integrated Design Assistance Program (IDAP) offered by Fort Collins Utilities to help defray some of the cost for constructing high efficient buildings. All City of Fort Collins buildings over 5,000 square feet should meet the following energy goals:  New construction designs need to target an Energy Use Intensity of 25 kBtu/sf/yr or less with the idea of then adding renewable energy to achieve net zero.  Renovation or facility addition projects need to target an Energy Use Intensity of 45 kBtu/sf/yr. For additions, there shall be no increase of energy use.  All new construction should achieve a minimum of 15 points from LEED Energy and Atmosphere credits.  New construction should achieve an energy star rating of 100 with certification if the project can be certified.  Renovation projects should achieve an Energy Star rating of 80 or better with certification if project can be certified. Performance of these services will be based upon the City of Fort Collins Building Design Standards. The most current version can be found on the City of Fort Collins Operations Services website at: http://www.fcgov.com/opserv/pdf/building-design-standards-7- DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 10 of 25 16.pdf?1468440722. Any deviation from these standards must be reviewed by the Operations Services Department Acting Contract Administrator and must be subsequently approved in advance and in writing by the Operations Services Department Director. Desired services may include, but are not limited to:  Site analysis  Cost estimating  Space planning and management  Construction contract administration  Concept design  Systems assessment and reports  Design development  Energy conservation studies  Construction documents  Energy conservation project development  Feasibility studies  LEED Consultation  ADA compliance  Net Positive structures  Record Drawings Software: The City Operations Services Department uses the current release of AutoCAD, Revit, and Sketchup 2016. Therefore, the Professional firm must have the capability of providing appropriate drawings in a format which is fully compatible with and can be read and edited by AutoCAD, Revit, or Sketchup. All record drawings, as-built drawings and specifications must be supplied in an electronic format approved by the City. Hard copies may also be required. Operations Services Acting Contract Administrator: Brian Hergott, Facilities Project Manager @ 970-221-6804. II. WORK ORDER PROCEDURES Each Work Order issued pursuant to the Architectural & Engineering contracts will typically be based upon an hourly rate or set of rates with a not-to-exceed maximum fee; or a fixed fee agreement. The specific compensation agreement for each Work Order is negotiated at the time the Work Order is awarded to the Professional, based upon the provisions of the Professional Services Agreement. The Professional shall submit a proposal with breakout of estimated hours for each employee along with total amount proposed. Signed Work Orders must be issued for any Work. No Work Order shall exceed $100,000 or as otherwise approved by the Purchasing Director. The Professional shall provide all personnel, equipment and supplies necessary to complete the professional services set forth in the Scope of Work. Total project time, any retainage clause, and any applicable liquidated damages clause will be determined as part of the project Work Order for each individual project. This is an indefinite quantity Work Order contract with no fixed maximum. The actual amount of Work to be performed, the time of such performance, and the location of Work will be determined by the City Representative, who may issue Work Orders to the Professional. The only Work authorized under the Professional Services Agreement is that which is performed after receipt of such Work Orders. The City guarantees no quantity of Work for each selected firm. The City will attempt to allocate projects based on prior experience, expertise in a specific field, scheduling requirements, and current workloads. At the City’s sole discretion, the City reserves the right to request quotes/proposals from the firms selected for individual projects. This process may include the submittal of a brief proposal and interviews. The Work Order type Contract will have an initial term of one year, with the option to renew up to an additional four, one year terms. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 11 of 25 Development of the Scope of Work: The Professional and the City Project Representative will develop The Scope of Work for each individual project during the Work Order process. The Professional will submit a detailed Scope of Work proposal to the client for review and approval. The detailed Scope of Work must include estimated hours per task and the associated hourly rate per pay grade. After review and approval, the City Representative will issue the notice to proceed to the Professional with appropriately endorsed Work Order. The City has included Federal Transit Administration guidelines and requirements in the Request for Proposal #8371 so that the contract may be used on specific federal projects. Following these requirements, when the FTA guidelines and requirements apply, they shall be a part of the Work Order. See these requirements as delineated in City of Fort Collins Request For Proposal #8371. If a discrepancy in language is found between the Work Order and the FTA requirements attached to the RFP, please contact the Operations Services Acting Professional Services Contract Administrator. III. REQUESTED SERVICES It is the City’s expectation that the Professional’s team will be capable of performing services in at least the following categories: 1. Architectural Design a) Interior Design Specialist b) Master Planning/Site Planning/Space Planning 2. Landscape Architecture a) Irrigation Design 3. Architectural Historical Preservation Specialist a) Experience with History Colorado and State Historical Fund Grand processes 4. Structural Engineering 5. Mechanical Engineering 6. Electrical Engineering 7. Civil Engineering 8. Lighting Consulting 9. Acoustical Engineering 10. Energy Consulting 11. Construction Estimating and Management 12. Professional Land Surveyor 13. LEED Consultant 14. Building Envelope Consultant 15. Recreation/Aquatics Design/Engineering Consultant 16. Geotechnical Engineering DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 12 of 25 Detailed Scope of Services 1. Administration: The amount of Contract Administration (CA) shall be determined on a case by case basis. CA shall be detailed in the proposal based upon the Scope of Work developed. An example of typical professional services include: review of construction contract project pay applications, submittal reviews, change order processing, attend scheduled progress meetings and develop required "change in work requests" (CWR's), construction observation, and inspection at substantial completion. The cost associated with these services for a specific project will be a maximum not-to-exceed price negotiated at the time of the Work Order fee determination using the hourly rates in Exhibit C to this Professional Services Agreement developed after the award and as set forth in the agreement. 2. Construction Observation: The Professional will submit a written report to the City Representative after each observation visit and also upon inspection at substantial completion. The report will address, but is not limited to, construction work done according to plans and specifications, estimation of work progress, noted defects of material, equipment, or workmanship. Report that the work complies with the design specifications, meets industry standards, and attention is given to the fit and finish of the project. 3. Requirements for Registration: The design of architectural, structural, mechanical, electrical, civil, or other engineering work shall be accomplished or reviewed and approved by architects or engineers registered in Colorado to practice in the particular professional field involved. 4. Budgets: Although the goal is to be as accurate as possible with project cost estimates, the Professional is charged with designing all projects to within 5% of the customer’s original or officially amended and approved budget. Failure to generally and consistently meet this requirement may be cause for terminating the agreement. 5. Changes: a) The City’s Representative may, at any time by written order, make changes within the general scope of the Work. b) If any such change causes: an increase or decrease in the cost of, or the time required for performance of any part of the Work under the Work Order, the parties shall negotiate an equitable adjustment in the price, the work schedule, or both. c) The Professional must submit in writing any "proposal for adjustment" under this clause within 15 days from date that a written change in Work is issued by the City Representative. d) No services for which an additional cost will be charged by the Professional shall be furnished without the prior written authorization of the City Representative. 6. Constructability Review: Prior to the completion of final design by the Professional, and prior to the acceptance of final design by the City Representative, the Professional shall be required to perform a “Constructability Review” pursuant to the City of Fort Collins Operations Services Department requirements, Building Design Standards, and also to evaluate the actual constructability of the design or services rendered with the City Representative. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 13 of 25 7. Work Order Cost Proposals: If requested by the City Project Representative, proposed costs and services shall be submitted in spreadsheet format, detailed as to all architectural/engineering and other disciplines, with estimated hours for each discipline, and their respective current hourly rates illustrated. Proposed reimbursable expenses shall be shown separately and likewise delineated. 8. Coordination: The Professional awarded a contract pursuant to this RFP will be required to cooperate with, coordinate scheduling with, and work closely with other City professional-service contractors and City staff including a Project Manager and Staff Architect. 9. Building Code Compliance: Drawings and Specifications must be in compliance with the City of Fort Collins Building Code requirements and the requirements of all other authorities having jurisdiction (“AHJ”), including, but not limited to, Poudre Fire Authority, all departments of Larimer County, and the State of Colorado. Certified Drawings must be stamped with the appropriate Colorado Professional’s Architectural/Engineering stamp when required It shall be the Professional’s direct responsibility to actively and judiciously research all AHJ’s requirements and to work out possible issues and/or conflicts before issuance of final design/construction documents (CD’s). 10. Federal Regulations Compliance: In addition to local building code requirements drawings and specifications must be in compliance with all Federal Regulations as applicable, including but not limited to the Americans with Disabilities Act. It shall be the Professional’s direct responsibility to design within the set parameters and to research all requirements and work through any conflicts prior to the completion of the final design / construction documents. 11. Submission/Transmission of Specifications and Drawings: The Professional will transmit job specifications and drawings to the City in electronic format as well as hard copy as requested. All drawings must be submitted in electronic format fully compatible with AutoCAD, Revit, or Sketchup, and also as an editable PDF. The City shall have the right to keep electronic copies of the record drawings and as-built drawings that can be opened, manipulated and edited for future maintenance changes, upgrades and/or alterations. The Professional agrees not to reproduce the drawings and/or the specifications in full, for construction replication without the written consent of the City. Final payment may not be issued to the Professional until drawings are in possession and approved by the City’s Project Manager or Facility Designer. 12. File Compatibility: The Professional will title all electronic drawing files and other project submissions to be consistent and easily searchable. (i.e. drawings named by page title and sheet number and specification sections labeled according to CSI format and printed project specs.) Submitted files may also include the A/E’s project number for reference. For questions concerning this requirement please contact the Operations Services Acting Contract Administrator, or the Operations Services staff Facility Designer. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 14 of 25 13. Retention of Rights: The City retains the right to reject a sub-consultant proposed by the Professional, with or without cause, either before or after award of the agreement and to direct the Professional to substitute services of another sub-consultant acceptable to the City. In addition, the City reserves the right to contract directly with any sub-consultants independent of the Professional. 14. Quarterly Reports: The Professional will update the City by submitting a quarterly report relative to the status of all projects in the design process for the City of Fort Collins to the Operations Services Acting Contract Administrator. Quarterly reports shall include a percent complete relative to remaining fees in order to help track Professional’s and any sub-consultant’s performance, schedule and project budget. Quarterly reports shall be sent electronically to Brian Hergott: bhergott@fcgov.com. IV. SPECIAL INTERFACES 1. SUSTAINABLE DESIGN It is the policy of the City of Fort Collins that all new buildings and the extensive major renovations earn enough credits using the US Green Building Council’s (USGBC) LEED™ Green Building Rating System to earn a minimum “Gold” certification with the desire to achieve “Platinum” certification. The most current version of LEED™ at the time of project design shall be used. Specific projects may have goals above and beyond this minimum requirement, either in overall rating or for minimum numbers of credits from specific categories. It is not the intent to “chase LEED points”, but to earn them through good high-performance building design. City Project Manager will notify the Professional if project is going to be LEED Certified. 2. ADA COMPLIANT DESIGN All projects must be 100% compliant in their design and subsequent construction. Construction tolerances will not be accepted on set dimensions or ranges of dimensions. Projects will be reviewed by City staff and an outside consultant for compliance at three points of the project: drawing review, framing walk through, and final completion walk. Professional shall be responsible for any redesign necessary due to failure of the original design to comply with the most recent revision of ADA requirements, including the costs for such redesign. Reoccurring non-compliance with ADA requirements may be grounds to terminate the contract. 3. CONTRACTOR The City of Fort Collins will hire a CM/GC or CONTRACTOR to complete the construction of the project. The Professional will coordinate the plan review and budget update if the project is utilizing the services of a CM/GC firm. 4. ENERGY MODELING The City of Fort Collins will provide the energy modeling services firm and the Professional will be asked to coordinate the design with this firm. 5. COMMISSIONING The City of Fort Collins will provide the commissioning firm and the Professional will be asked to coordinate the design and construction with this commissioning agent. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 15 of 25 6. ART IN PUBLIC PLACES The Professional may be requested to work with an artist from the City’s “Art in Public Places” (APP) Program with the intent to design artistic elements into the project concept that are within the APP budget for such project. A representative from the Professional will be added to the committee that selects the artist. The City will contract directly with that artist. 7. FURNITURE DESIGN AND INSTALLATION The City of Fort Collins will be responsible for the furniture procurement. It is intended the Professional will provide the design and coordination of this effort as the furniture design and procurement effort will need to proceed at the same time as the building design effort. 8. TESTING SERVICES The City of Fort Collins will be responsible, by separate contract for all the testing services (geo-tech, soils, concrete, asphalt, structural steel, etc.). It is intended the Professional will assist in the coordination of this effort. 9. COMMUNICATION WORK Professional will be responsible for the design of Communication systems (telephone and computer cabling), Fire Alarm and Security. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 16 of 25 EXHIBIT C COMPENSATION DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 17 of 25 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 18 of 25 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 19 of 25 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 20 of 25 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 21 of 25 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 22 of 25 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 23 of 25 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 24 of 25 EXHIBIT D INSURANCE REQUIREMENTS 1. The Professional will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing Work under this bid, the Professional shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.” In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Professional, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Professional under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Professional's general liability and automobile liability insurance policies for any claims arising out of Work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Professional shall maintain during the life of this Agreement for all of the Professional's employees engaged in Work performed under this Agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Professional shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of Work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any Work is performed by a subcontractor, the Professional shall be responsible for any liability directly or indirectly arising out of the Work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. C. Errors & Omissions. The Professional shall maintain errors and omissions insurance in the amount of $1,000,000. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 New insurance Professional Services Agreement – Work Order Type 8371 Architectural & Engineering Services On-Call Page 25 of 25 EXHIBIT E CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Professional hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Professional has agreed to perform, the Professional hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Professional agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Professional shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Professional shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Professional understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Professional shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Professional ceases to perform services for the City, or the City so requests for any reason, the Professional shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Professional understands and agrees that the City’s remedies at law for a breach of the Professional’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 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 PRO- POLICY 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) 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) The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 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 OWNED SCHEDULED HIRED NON-OWNED AUTOS ONLY AUTOS AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) 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 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: 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. 1/9/2017 Cottingham & Butler Robert Heath 800 Main St. Dubuque IA 52001 Farnsworth Group, Inc. 2709 McGraw Drive Bloomington IL 61704 The Phoenix Insurance Company Hartford Fire Insurance Company Travelers Property Casualty Company Twin City Fire Insurance Co. 25623 19682 25674 29459 563-587-5000 563-583-7339 FARNGRO-01 529888512 B Y 83 UEN OB 8121 1/1/2017 4/1/2017 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 X X X X X B Y X 83UENOB8122 1/1/2017 4/1/2017 1,000,000 C X X ZUP-61M71617-17-NF 1/1/2017 4/1/2018 6,000,000 6,000,000 D 83WEOB8120 1/1/2017 4/1/2017 X 1,000,000 1,000,000 1,000,000 A A Property Inland Marine 630 2H074452 PHX 630 2H074452 PHX 6/15/2016 6/15/2016 6/15/2017 6/15/2017 BPP Limit Building Rented/Leased $3,485,000 $5,054,734 $50,000 FTC Farnsworth Group, Inc. Project Manager Eric Culver The certificate holder is additional insured on the General Liability and Auto Liability policies subject to all terms and conditions of the policy forms. A 30 day notice of cancellation is provided by the insurance company to the certificate holder as outlined by the endorsement attached to the General Liability policy. The City of Fort Collins P.O. Box 580 Fort Collins, CO 80522 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 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. 1/6/2017 Cottingham & Butler Robert Heath 800 Main St. Dubuque IA 52001 Farnsworth Group, Inc. 2709 McGraw Drive Bloomington IL 61704 The Phoenix Insurance Company Travelers Casualty Insurance Compan The Travelers Indemnity Company of 25623 19046 25666 563-587-5000 563-583-7339 FARNGRO-01 154436480 A 630 2H074452 PHX 6/15/2016 6/15/2017 Employee Benefits 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 $1M/$2M X X X X A X 810 2H074452 COF 6/15/2016 6/15/2017 1,000,000 B X X X 0 CUP 2H074452 TIL 6/15/2016 6/15/2017 6,000,000 6,000,000 C UB 2H354726 ASF 6/15/2016 6/15/2017 X 1,000,000 1,000,000 1,000,000 A A Property Inland Marine 630 2H074452 PHX 630 2H074452 PHX 6/15/2016 6/15/2016 6/15/2017 6/15/2017 BPP Limit Building Rented/Leased $3,485,000 $5,054,734 $50,000 FTC Farnsworth Group, Inc. Project Manager Eric Culver A 30 day notice of cancellation is provided by the insurance company to the certificate holder as outlined by the endorsement attached to the General Liability policy. City of Fort Collins P.O. Box 580 215 N. Mason Fort Collins CO 80524 DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0 BODILY INJURY (Per accident) 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. 1-800-527-9049 Bloomington, IL 61704 1,000,000 DPR9806222 1,000,000 48890849 48890849 217-352-7408 2709 McGraw Drive Aggregate Each Claim 37885 ar131001 (Claims Made) Professional Liability 217-352-7409 A XL SPECIALTY INS CO Certificate Administrator 01/06/2017 06/15/17 City of Fort Collins USA N Fort Collins, CO 80524 Peoria, IL 61602-4108 Suite 211 311 S.W. Water Street 215 N. Mason P.O. Box 580 - Peoria Holmes Murphy and Associates 06/15/16 Farnsworth Group, Inc. Project Manager Eric Culver FTC There is a 30 day notice of cancellation. Farnsworth Group, Inc. DocuSign Envelope ID: 8AD5F1D0-1F96-45B2-8070-1F0DCE6613D0