Loading...
HomeMy WebLinkAboutContract 50854 p X112 AM ,o,, CITY SECRETARY CITY OF FORT WORTH, TEXAS CONTRACT N0. S(MM >\Cb w STANDARD AGREEMENT FOR PROFESSIONAL SERVICES O 12ZpNThis AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality and Gupta & to do OJECT genera s ydescribed c as: Eagle Mountain lnWater ess in TT Treatmeexas nt Plant t )PLC .e Replacement Evaluation 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 Water Treatment Plant PLC Replacement Evaluation 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 $32,580 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 OFFICIAL RLICORD Standard Agreement for Professional Services Revision Date: 11.07.17 CITY SECRETARY' Page 1 of 9 �, WoRTVI 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 CITY) 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 of Fort Worth Attn: Martin A. Phillips, PE Water Department— Plant Operations Division 1511 11th Avenue Fort Worth, Texas 76102 Consultant: Gupta &Associates Inc. Attn: Puneet Gupta, PE 13717 Neutron Road Dallas, TX 75244 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 Attachment C -Amendments to Standard Agreement for Engineering Services (N/A) Attachment D - Project Schedule 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 Gupta &Associates, Inc. Jesus J Chapa _ uneet Gupta, PE Assistant City Manager Vice President Date: C -_ if ale Date: APPROVAL RECOMMENDED: By: 14( Christopher Harder, PE Interim Director, Water Department o ' �E EGF 2 2p1� -r c�� �'✓� OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 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. /(/ requirements. M&C No.: Martin KOPhillips M&C Date: Engineering Manager APPROVED AS TO FORM AND LEGALITY ATTEST: By: FART Douglas W. Black MaryJ. 1<4se01 Assistant City Attorney City Secretary * �2 ?Z�XAS OFFICIAL. RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 9 of 9 City of Fort Worth Water Department Eagle Mountain WTP PLC Replacement Evaluation Project Attachment A Scope of Services BACKGROUND Fort Worth Water Department(FWWD)is in the process of evaluating the replacement of the PLC hardware at the Eagle Mountain Water Treatment Plant. The existing PLC hardware is based on a GE platform. The GE PLC and 1/0 cards installed under Phase I and Phase II are no longer supported by the manufacturer and under Phase III hardware is considered in mature status which will limit spare parts and manufacturer support in the near future. This project will consist of evaluating options to replace the existing PLC hardware. This includes evaluating each location where the PLC is installed to determine if the hardware,wire,conduit and cabinet need to be replaced. In addition, a PLC alternatives evaluation will be provided to determine the most appropriate replacement PLC for the Plant. Gupta and Associates, Inc. (GAI) will perform both the electrical distribution and controls and the instrumentation and controls engineering for this project as the prime consultant for the FWWD. ASSUMPTIONS In developing the scope of work and associated task budgets discussed in this proposal,GAI has made the assumptions outlined below: • One Project Kickoff Meeting at FWWD Eagle Mountain WTP. • One Report Review Meetings(after the Draft Report Submittal). • GAI has not included any of the following in this proposal: o Software licenses or hardware. o Security or access control system design o Reverse engineering exiting PLC programs is not included in the scope. • FWWD will provide existing documentation for each site,depending on availability,including: 0 1/0 point lists for each PLC o List of PLCs and process area supported by each PLC o O&M documentation o PLC Enclosure drawings 1 of 4 SCOPE OF WORK BASIC SERVICES SECTION TASK 1.0—PROJECT MANAGEMENT Obiective To provide proactive project management for the work to be performed. methodology Project Management:A detailed project plan,including task definitions,work scope,cost breakdowns and schedules will be developed and distributed to project team members. A number of meetings between GAI and FWWD will be conducted to ensure the project is moving on schedule and in the right direction. These anticipated meetings are: • Kickoff Meeting: GAI will conduct a Project Kickoff Meeting to review the goals, work plan, and schedule for the project. • At one major milestones, Draft Report completion,GAI will conduct a review of the report at the Eagle Mountain WTP. The QA/QC review will follow GAI's guidelines and procedures that have been established to assure the application of industry practices. • Track project progress and develop invoices Additional workshops and one-on-one interviews will also be conducted and are defined below. Deliverables The following deliverables will be submitted to FWWD at the completion of the above listed activities: • Meeting Agenda • Meeting Minutes • Invoices TASK 2.0—Investigation/Study and Assessment Services TASK 2.1—Site Visits and Investigations Objectives This task will involve a series of site visits and one-on-one discussions with FWWD staff to review, document,and assess the conditions of the existing PLCs at the Eagle Mountain WTP. Methodology Each site visit will focus on the major functional levels of the SCADA system including, PLCs, field wiring requirements and operational functionality/impact. The site visits will be conducted by GAI,accompanied by FWWD Operations and Maintenance staff. GAI will document and assess the condition of each major component at each PLC location. The anticipated number of trips are: • Two GAI personnel on the team. • Total of one days of site visits—initial site visit. Deliverables An inventory of equipment and systems surveyed will be compiled and provided to FWWD for review. The documented status of the equipment and systems in this survey will serve as the basis for specific 2 of 4 equipment to be replaced as part of the Detailed Design Phase. The inventory will be provided as a Microsoft*Excel*spreadsheet. Digital formatted photographs will be provided in JPEG format. The following deliverables will be submitted to FWWD at the completion of the above listed activities: • System inventory. TASK 2.2—Programmable Logic Controller Alternatives Evaluation Objectives This task will investigate up to three alternatives of PLC hardware platforms for use at the Eagle Mountain Water Treatment Plant. Methodology Several key considerations will be included in these evaluations: • After sale service and support. • Total cost of ownership. • Spare parts inventory. • User familiarity. • Integration with HMI The following preliminary options are to be evaluated: • Rockwell Automation Allen-Bradley PLC • Schneider Electric Modicon PLC • General Electric PACSystems PLC Deliverables The following deliverables will be submitted to FWWD included in the engineering report: • Product datasheets for each platform. • Typical hardware configuration for an example site,including OPCC. • Discussions of advantages and disadvantages for each option. TASK 2.3—Draft Report Objectives This task will involve preparation of an assessment Technical Memorandum (TM) of the existing site conditions within the water treatment plant along with evaluations of various hardware platforms and design approaches. The TM will include preliminary recommendations of improvements to the PLC installations at the Eagle Mountain WTP. These improvements should include: • PLC Hardware Replacement • Determine if PLC processor and cards can be replaced without modifications to field wiring • Identify locations for new PLC cabinet(if required) • Replacing wire and conduit to field equipment from PLC • Develop opinion of probable construction cost Methodology 3 of 4 The technical memorandum will be submitted for review. GAI will utilize a multi-step review process for this report: • First,a draft version of the document will be submitted for review by FWWD. • After submitting the draft document,GAI will conduct a 3-hour meeting to review the document with FWWD and answer any questions about the content. • Once GAI has received FWWD's written review comments,GAI will prepare a formal response to each written comment made by FWWD • Modifications necessitated by these comments will then be incorporated into the draft technical memorandum. GAI will develop the following chapters of the TM based on interviews with FWWD staff,site inspections, and review meetings with FWWD staff: • Existing Conditions and Inventory. • PLC Hardware Platform Options Evaluation. • Recommendations and OPCC Deliverables • Draft Technical Memorandum. TASK 2.4—Final Report Objectives This task will finalize the TM of the site conditions and recommendations for the Eagle Mountain WTP. The TM will include OPCCs, product datasheets,and preliminary recommendations for improvements. Deliverables • Final Technical Memorandum. FEE The scope of work defined above is to be performed on lump sum basis for the fee amounts below: Task Project Management/Administration $2,880 Progress Meetings and Workshops $4,320 Site Visits/Field Investigation $4,860 PLC Evaluation $8,520 Draft and Final Report $ 12,000 Total $32,580 4 of 4 ATTACHMENT B COMPENSATION Design Services for Eagle Mountain Water Treatment Plant PLC Replacement Evaluation Project Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $32,580 as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER 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 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount T % Prime Consultant Gupta &Associates Inc PLC Evaluation $32,580 100% Proposed MBE/SBE Sub-Consultants Non-MBE/SBE Consultants TOTAL $32,580 100% F_ Project Number& Name Total Fee MBE/SBE Fee MBE/SBE $ $ % City MBE/SBE Goal = 0% Consultant Committed Goal = 0% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 Attachment D Project Schedule Project Schedule City of Fort Worth Project EAGLE MOUNTAIN WATER TREATMENT PLANT PLC REPLACEMENT EVALUATION PROJECT Phase Start End Report Phase 6/1/2018* 9/3/2018 *Notice to Proceed Kickoff Meeting 6/8/2018 Site Visit/Field Investigation 6/8/2018 6/29/2018 PLC Evaluation 6/25/2018 7/16/2018 Draft Report 7/16/2018 8/13/2018 Review Meeting 8/22/2018 Final Report 8/22/2018 9/3/2018 GAS I Gupta & Associates, Inc. co—ult Y enyureenny ® DATE(MM/DDYYYY) ACO AC� CERTIFICATE OF LIABILITY INSURANCE 6/4/2018 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 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). CONTACT PRODUCER McLaughlin Brunson NAME: Brian R Hadar A Risk Strategies Company (A/C.No Ext): 214 503-1212 PHOFVC No): 214 503-8899 12801 N CENTRAL EXPY, STE 1710 E-MAIL Dallas, TX 75243 ADDRESS: certificate@mclaughlinbrunson.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Travelers Indemnity Co of America 25666 INSURED INSURER B: Travelers Indemnity Company 25658 Gupta &Associates, Inc. 13717 Neutron Rd INSURER C: Travelers Casualtyand SuretyCompany 19038 1371 Dallas TX 75244 INSURER D: AXIS Insurance Company 37273 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 42338863 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. INSR ADDLSUBRPOTYPE OF INSURANCE IVSD WVD POLICY NUMBER MMLDDYYYY MICY EFF M LICY EXP LTR I D YYYY LIMITS B �/ COMMERCIAL GENERAL LIABILITY / �/ 6802J349761 6/27/2017 6/27/2018 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS-MADE �/ OCCUR PREMISES Ea occurrence $2,000,000 Contractual Liab MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY ✓7 JE� [7 LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: 1 $ A AUTOMOBILE LIABILITY BA50381VI06A 6/27/2017 6/27/2018 COMBINED SINGLE LIMIT $ Ea accident 1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLYI q Per accident $ B �/ UMBRELLA LIAB �/ OCCUR �/ �/ CUP0449T154 6/27/2017 6/27/2018 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I I RETENTION$ $ C WORKERS COMPENSATION UB9J839052 4/5/2018 4/5/2019 �/ STATUTE EO1H AND EMPLOYERS'LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFF IC ER/MEM BER EXCLUDED? ❑ NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1.000.000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1 $1,000,000 D Professional Liability DP002097-02-2018 1/17/2018 1/17/2019 Per Claim$2,000,000 Annual Aggregate$4,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The claims made professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is subject to a deductible.Thirty(30)day notice of cancellation in favor of certificate holder on all policies.The City of Fort Worth,its officers, employees and servants are named as additional insured on the general,auto,and umbrella coverage as required by written contract.A waiver of subrogation is shown in favor of the additional insured as required by written contract. RE:Eagle Mountain WTP PLC Replacement Evaluation CERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Water Department—Plant Operations Division ACCORDANCE WITH THE POLICY PROVISIONS. 1511 11th Avenue Fort worth Tx 76102 AUTHORIZED REPRESENTATIVE Brian Hadar ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 42338863 1 18/19 GL/AL/UL/WC/PL I Stephanie Chandler 1 6/9/2018 3:29:59 PM (CDT) I Page 1 of 1