Loading...
HomeMy WebLinkAboutContract 50782 CITY SECRETARY CONTRACT NO._ `1 qYZ, _ CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("City"), and CDM Smith Inc., authorized to do business in Texas ("Consultant"), for a PROJECT generally described as: Eagle Mountain WTP— Chloramine Stability Project. Article I Scope of Services (1) Consultant hereby agrees to perform the professional services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with Eagle Mountain WTP— Chloramine Stability Project. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated an amount up to $10,000.00 in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. Article III Term Unless terminated pursuant to Article VIII herein, this Agreement shall be for a term beginning on the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. City of Fort Worth,Texas ®FFICifALiCrQM Standard Agreement for Professional Services Revision Date:11.07.17 CITY SIRCROTARY Page 1 of 9 WORTH''TX Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) THE CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND, INDEMNIFY AND HOLD THE CITY, ITS OFFICERS, AGENTS SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITr OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 2 of 9 Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be attached to this Agreement prior to its execution. c. Any failure on part of the City to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date: 11.07.17 Page 3 of 9 h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) a. City may terminate this Agreement for its convenience on 30 days' written notice to Consultant. b. Either the City or the Consultant, for cause, may terminate this Agreement if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If City chooses to terminate this Agreement, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article II of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date: 11.07.17 Page 4 of 9 Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12-2011, as amended), the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 5 of 9 thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate this Agreement for violations of this provision by Consultant. Article XIII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIV Contract Construction The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 6 of 9 Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVI Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below.- City elow:City of Fort Worth Attn: Chris Harder, P.E. Water Department 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: CDM Smith Inc. Attn: J. Dan Shannon, P.E. 801 Cherry Street, Suite 1820, Unit#33 Fort Worth, Texas 76102 Article XVII Prohibition On Contracts With Companies Boycotting Israel Consultant acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Article XVIII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 7 of 9 Article XIX Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this Agreement: Attachment A - Scope of Services Attachment B — Compensation Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH CONSULTANT CDM Smith Inc. aK_V__V_tfX1Jesus J. Chapa J. Dan Shannon, P.E. Assistant City Manager Senior Vice President Date: ,� 0 ' _/9 Date: APPROVAL RECOMMENDED:AL By: L/C� l� Chris Harder, P.E. Interim Director, Water Department OFMCIAL[,!RECOR© City of Fort Worth,Texas CITY��GRU ARY Standard Agreement for Professional Services Y WN � Revision Date:11.07.17 WOM, TX Page 8 of 9 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Form 1295 No._� l�- requirements. i M rtin A. Philp s, P.E. M&C Date: Engineering Manager, Water Department APPROVED AS TO FORM AND LEGALITY ATTEST: By: _ S duaO Dougl3rack Mary J. Kayser Assistant City Attorney ( City Secretary �XAS LOIFFFICIAL RECORD CRETAR�'H�TX City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date: 11.07.17 Page 9 of 9 ATTACHMENT A DESIGN SERVICES FOR EAGLE MOUNTAIN WTP-CHLORAMINE STABILITY PROJECT ATTACHMENT A Scope for Engineerinq Services for Water and/or Sanitary Sewer Improvements ENGINEERING SERVICES FOR EAGLE MOUNTAIN WTP- CHLORAMINE STABILITY PROJECT The scope set forth herein defines the work to be performed by the CONSULTANT in completing the project. Both the CITY and CONSULTANT have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Task 1. Project Execution TASK 1. PROJECT EXECUTION. CONSULTANT shall ensure efficient and effective use of CONSULTANT's and CITY's time and resources. CONSULTANT shall manage change, • communicate effectively, ■ coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct CONSULTANT's team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Provide status updates to the CITY following correspondence with stakeholders. • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit a project status summary with each invoice. • Prepare and submit baseline Project Schedule.. • Coordinate with other agencies and entities as necessary to provide and obtain information needed to fullfill the project objectives. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 3 ATTACHMENT A DESIGN SERVICES FOR EAGLE MOUNTAIN WTP-CHLORAMINE STABILITY PROJECT • With respect to coordination with permitting authorities, CONSULTANT shall communicate with permitting authorities applicable to the project objectives. CONSULTANT shall work with regulatory authorities to resolve requirements associated with the project objectives. • Personnel and Vehicle Identification: When conducting site visits to the project location, the CONSULTANT or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. 1.3. Project Description and Objectives • CITY has experienced seasonal chloramine stability issues in the treated water from the Eagle Mountain Water Treatment Plant (EMWTP). The plant uses chloramines for residual disinfection, but has experienced excessive formation of dichloramines within the plant and in the distribution system, ultimately making it difficult to maintain system disinfectant residual. EMWTP staff has collected data during various operational scenarios to help determine what is causing the issues. • CONSULTANT is tasked to review and evaluate water quality data provided by EMWTP staff to determine potential causes of the chloramine stability issues and to develop potential operational changes that will help mitigate the problem. • CONSULTANT is further tasked to develop process and/or mechanical improvements within the plant facilities that will better help to provide proper mixing of chemicals, properly meter flows to provide better control, and improve in plant residual monitoring and chemical diffusion to help ensure better chloramine stability. • CONSULTANT shall provide the following services to assist the CITY with fulfillment of the Project Objectives: A. Review existing water quality and operational data obtained by plant staff from varying operational scenarios. The purpose of this review is to determine the potential causes for excessive dichloramines within the plant process and in the system and to develop operational changes that could help mitigate this problem. CDM Smith will also request the City to obtain other water quality data if pertinent to the chloramine stability issue. B. Develop and recommend near term and longer term modifications to plant facilities and/or plant operations to improve the chloramine stability within and leaving the EMWTP. Physical changes to equipment and piping and/or process changes will be evaluated. C. A letter report will be prepared that summarizes the data evaluation and provides recommendations of improvements at the plant to improve the chloramine stability issues. ASSUMPTIONS • One (1) meeting with city staff to review current operations and issues. One (1) meeting to review draft recommendations. • CITY will provide water quality data for review by CONSULTANT City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 3 ATTACHMENT A DESIGN SERVICES FOR EAGLE MOUNTAIN WTP-CHLORAMINE STABILITY PROJECT DELIVERABLES A. Monthly invoices with project status summary B. Letter report documenting results of the evaluation and providing recommendations for improvements. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and CONSULTANT agree that the following services are beyond the Scope of Services described in the tasks above. However, CONSULTANT can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the CONSULTANT as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Services related to development of the CITY's project financing and/or budget. • Public meetings • Performance of materials testing or specialty testing services. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TCEQ, TxDOT, railroad, etc...) • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 3 ATTACHMENT B COMPENSATION Engineering Services for Eagle Mountain WTP—Chloramine Stability Project Time and Materials with Rate Schedule Project I. Compensation A. The CONSULTANT shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the CONSULTANT's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2017 Rate ($/hour) Principal 265 Senior Technical Advisor 275 Project Manager 210 Staff Engineer/Scientist 150 Administrative Staff 120 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to CONSULTANT plus a markup of ten percent (10%). iv. Budgets. CONSULTANT will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. CONSULTANT is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay CONSULTANT beyond these limits. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION If CONSULTANT projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the CONSULTANT shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, CONSULTANT's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The CONSULTANT shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The CONSULTANT shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the CONSULTANT, based on the actual hours and costs expended by the CONSULTANT in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the CONSULTANT. C. CONSULTANT shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The CONSULTANT shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility F Fee Amount % 1 Prime Consultant CDM Smith Inc Project Execution $10,000.00 100% Proposed MBE/SBE Sub-Consultants None Non-MBE/SBE Consultants None TOTAL 10,000.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE $ 10,000,00 $ 0.00 _0_% City MBE/SBE Goal = 0 % Consultant Committed Goal = 0 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" CONSULTANT INVOICE (Supplement to Attachment B) telephone tax Invoice office aWWress remit address Consukant Project No. CFW Project Manager Prof.Invoice No. Invoice date: Consultant's Project manager., Consultant's email. Period From Date To Date Name of Project. City Secretary Contract Ii P.O.Number. r Amount PICfed Mana er(exam Is) $0.00 Senior Engineer(example) $0.00 Engineer{exam a) $0.00 Junta E ineer(exa le $0.00 CAD Technician exam a $0.00 Admmstratve Su (example) $0.00 etc $000 $0.00 $0.00 $0.00 $0-00 $0.00 $0.00 $0.00 Total Labor 0.0 $0.00 -tract Service Subcomrad Service-0 example> Subcontrad Service•-2 exam > etc Subcontractor Subtotal $0.00 10 percent Markup on Subcw**o Services $0.00 Nonlabor Expense Subtotal $0.00 Total Expenses(Subcontract Servkes+Markup+Nonlabor Expenses) SO-00 TOTAL DUE THIS INVOICE $0.00 City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 DATE(MM/DD/Y W) A�o CERTIFICATE OF LIABILITY INSURANCE 05/10/2018 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 = c7 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED o REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. Q 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). PRODUCER CONTACT a Aon Risk Services Northeast, Inc. NAME. L PHONE Boston MA Office A//C.N .Ext): (866) 283-7122 (aC No); (800) 363-0105 a One Federal Street E-MAIL p Boston MA 02110 USA ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: National Union Fire Ins CO Of Pittsburgh 19445 CDM Smith Inc. INSURER B: New Hampshire insurance Company 23841 State Street, Suite 701 Boston MA 02109 USA INSURER C: American Home Assurance Co. 19380 Bo INSURER D: Illinois National Insurance Co 23817 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570071117509 REVISION NUMBER: 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. Limits shown are as requested INSR TYPE OF INSURANCE D SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR IN WVD MWDO MM/DD A X COMMERCIAL GENERAL LIABILITY GL 29894 01/()1/2018 nTol/2019 EACH OCCURRENCE $2,000,000 CLAIMS MADE ❑X OCCUR DAMAGE TO RENTED $300,000 PREMISES Ea occurrence MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 0 GEN'L AGGREGVATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 r POLICY u PRO- X ECT LOC PRODUCTS-COMP/OP AGG $4,000,000 r 0 OTHER: o r A CA 1921822 01/01/2018 01/01/2019 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY $2,000,000 AOS Ea accident A X ANYAUTO CA 1921821 01/01/2018 01/01/2019 BODILY INJURY(Per person) O Z OWNED SCHEDULED MA BODILY INJURY(Per accident) O1 AUTOS ONLY AUTOS PROPERTY DAMAGE HIRED AUTOS NON-OWNED V ONLY AUTOS ONLY Per accident w Z' d UMBRELLALIAB OCCUR EACH OCCURRENCE U EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION B WORKERS COMPENSATION AND wc014649625 01/01/2018 01/01/2019 X PER STATUTE I OTH- EMPLOYERS'LIABILITY Y/N AOS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 B OFFICER/MEMBEREXCLUDED? N/A wc014649626 01/01/2018 01/01/2019 (Mandatory in NH) AK,AZ,VA E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: City of Fort Worth, Eagle Mountain WTP-Chloramine Stability Project. City of Fort Worth, Texas, its officers, employees and servants are included as Additional Insured in accordance with the �+5 policy provisions of the General Liability and Automobile Liability policies. General Liability evidenced herein is Primary to other insurance available to an Additional insured, but only in accordance with the policy's provisions. A waiver of Subrogation is granted in favor of City of Fort Worth, Texas in accordance with the policy provisions of the Workers' Compensation policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Fort Worth, Texas AUTHORIZED REPRESENTATIVE Attn: Martin Phillips 1000 Throckmorton Street/ Fort worth Tx 76102 USA n/f c��Gt01c�Gl2tieQ���D!"i eJ�aa _� ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD