HomeMy WebLinkAbout064207 - Construction-Related - Contract - ADS, LLCCity of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date: June 13, 2025
Page 1 of 9
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES
This agreement (“Agreement”) is between the City of Fort Worth, a Texas home-rule
municipality ("City"), and ADS, LLC, authorized to do business in Texas (“Consultant”),
for a project generally described as: Citywide Wastewater Collection System Flow
Monitoring Maintenance Contract – FY 2025 Part 2 (“Project”).
Article I
Scope of Services
(1) Consultant hereby agrees to perform professional services as set forth in this
Agreement and the Scope of Services, attached hereto as Attachment “A”
(“Services”). These Services shall be performed in connection with the Project.
(2) Additional services, if any, will be memorialized by an amendment to this Agreement.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, whether furnished by City, its officers, agents,
employees, consultants, or contractors, or prepared by Consultant, shall be or
become the property of City, and shall be furnished to the City, prior to or at the time
such services are completed, or upon termination or expiration of Agreement.
Article II
Compensation
Consultant shall be compensated an amount up to $95,760.00 (“Contract Amount”) in
accordance with the Fee Schedule shown in Attachment “B”. Payment shall be considered
full compensation for all labor (including all benefits, overhead and markups), materials,
supplies, and equipment necessary to complete the Services.
Consultant shall provide monthly invoices to City. Payments for services rendered shall be
made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch.
2251).
Acceptance by Consultant of said payment shall release City from all claims or liabilities
under this Agreement for anything related to, performed, or furnished in connection with the
Services for which payment is made, including any act or omission of City in connection with
such Services.
Article III
Term
Time is of the essence. The term of this Agreement shall commence on the Effective Date and
shall continue until the expiration of the funds or completion of the subject matter pursuant to
the schedule, whichever occurs first, unless terminated in accordance with the terms of this
Agreement. Unless specifically otherwise amended, the original term shall not exceed five
years from the original effective date.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor and not as an officer, agent,
servant, or employee of 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 orjoint venture
between City and Consultant.
Article V
Professional Competence
Work performed by Consultant shall comply in all aspects with all applicable local, state and
federal laws and with all applicable, standards, codes, rules and/or regulations promulgated
by local, state and national boards, bureaus and agencies. Approval to proceed by City of
Consultant's work or work product 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 performance of the Services.
Article VI
Indemnification
CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY,
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY
AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND,
INCLUD/NG, 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.
City of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date: June 13, 2025
Page 2 of 9
Article VII
Insurance
Consultant shall not commence work under this Agreement until it has obtained all insurance
required under Attachment F and City has approved such insurance.
Article VIII
Force Majeure
City and Consultant shall exercise their best efforts to meet their respective duties and
obligations as set forth in this Agreement, but shall not be held liable for any delay or
omission in performance due to force majeure or other causes beyond their reasonable
control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural
disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
Article IX
Transfer or Assignment
Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest
in this Agreement without prior written consent of City.
Article X
Termination of Contract
(1) City may terminate this Agreement for convenience by providing written notice to
Consultant at least 30-days prior to the date of termination, unless Consultant agrees
in writing to an earlier termination date.
(2) Either City or Consultant may terminate this Agreement for cause if either party fails
to substantially perform, through no fault of the other and the nonperforming party
does not commence correction of such nonperformance within 5 days after receipt of
written notice or thereafter fails to diligently pursue the correction to completion.
(3) If City chooses to terminate this Agreement, upon receipt of notice of termination by
Consultant, Consultant shall discontinue Services on the date such termination is
effective. City shall compensate Consultant for such services rendered based upon
Article II of this Agreement and in accordance with Exhibit "B".
Article XI
Right to Audit
(1) Consultant agrees that City shall, until the expiration of three (3) years after final
payment under Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to Agreement. Consultant agrees that City shall have access during normal
City of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date� June 13, 2025
Page 3 of 9
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 subcontractor agrees that 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
subcontractor(s), involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor 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
subcontractor reasonable advance notice of intended audit.
(3) Consultant and subcontractor(s) agree to photocopy such documents as may be
requested by City. 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 XII
_ �.e.
� �� ���
� • • • �_
- i i - G � = - - - - - - - - - - - - - - -
� � �
� - - � ' - - - - � , ' � : ' - - � - � � � -
1 � � � � - - ' - - - - - i - �
_■• 1 •_■ •_ •• •�_ �■ •■ -• -• �• � �
. • � � � _ _ _ _ _ _
Article XIII
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 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 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 or its
subcontractor(s).
City of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date� June 13, 2025
Page 4 of 9
Article XIV
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees and
employees of all subcontractor(s) who perform work under Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by City, Consultant shall
provide City with copies of all I-9 forms and supporting eligibility documentation for each
employee who performs work under 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 Agreement for violations of this provision by
Consultant.
Article XV
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, arises on the basis of any provision
of 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.
Agreement shall be construed in accordance with the laws of the State of Texas.
Article XVI
Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed
and revised Agreement and that the normal rule of contract construction, to the effect that
any ambiguities are to be resolved against the drafting party, must not be employed in the
interpretation of Agreement or any amendments or exhibits hereto.
The failure of City or Consultant to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Consultant's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
Article XVII
Severability
The provisions of Agreement are severable, and if any word, phrase, clause, sentence,
paragraph, section or other part of Agreement or the application thereof to any person or
circumstance shall ever be held by any court of competent jurisdiction to be invalid or
City of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date� June 13, 2025
Page 5 of 9
unconstitutional for any reason, the remainder of Agreement and the application of such
word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other
persons or circumstances shall not be affected thereby and Agreement shall be construed
as if such invalid or unconstitutional portion had never been contained therein.
Article XVIII
Notices
Notices regarding Articles IX or X are to be provided 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: Chris Harder, P.E., Director
Water Department
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
ADS Environmental Services,
LLC Attn: Bobby G. Pickett, Jr.
PO Box 74008582
Chicago, IL 60674
All other notices may be provided as described above or via electronic means.
Article XIX
Prohibition On Contracts With Companies Boycotting Israel
Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Consultant has 10 or more full time-employees and the
contract value is $100,000 or more, 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 if Chapter 2271, Texas Government Code applies, Consultant: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
City of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date� June 13, 2025
Page 6 of 9
Article XX
Prohibition on Boycotting Energy Companies
Consultant acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Consultant certifies that
Consultant's signature provides written verification to the City that Consultant: (1)
does not boycott energy companies; and (2) will not boycott energy companies
during the term of this Agreement.
Article XXI
Prohibition on Discrimination Against Firearm and Ammunition Industries
Consultant acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds of
the City, with a company (with 10 or more full-time employees) unless the contract contains
a written verification from the company that it: (1) does not have a practice, policy, guidance,
or directive that discriminates against a firearm entity or firearm trade association; and (2)
will not discriminate during the term of the contract against a firearm entity or firearm trade
association. The terms "discriminate," "firearm entity" and "firearm trade association" have
the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement,
by signing this Agreement, Consultant certifies that Consultant's signature provides
written verification to the City that Consultant: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
Article XXII
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 Agreement.
Article XXIII
City of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date� June 13, 2025
Page 7 of 9
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 Agreement:
Attachment A- Scope of Services
Attachment B — Compensation
Attachment C- Changes to Agreement
Attachment D - Project Schedule
Attachment E - Insurance Requirements
City of Fort Worth, Texas Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
Standard Agreement for Professional Services
Revision Date: June 13, 2025
Page 8 of 9
Duly executed by each party's designated representative to be effective on the date subscribed
by the City's designated Assistant City Manager.
BY:
CITY OF FORT WORTH
�
Jesica McEachem
Assistant City Manager
Date: 10/29/2025 --------
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED: Chris� r
Christopher Harder, P.E.
Director, Water Department
BY:
CONSULTANT
ADS, LLC
Tony Yang (Oct 7, 2025 22:07:06 CDT)
Qebby G. Piskett,.J� Tony Yang
Assistant Secretary
10/07/2025
Date: -------------
APPROVED AS TO FORM AND LEGALITY
By: Douglas Black (Oct 16, 2025 09:25:18 CDT)
Douglas W Black
Sr. Assistant City Attorney
Contract Compliance Manager:
M&CNo.: N/A
M&C Date: N/A
By signing, I acknowledge that I am the person responsible for the monitoring and
administration of this contract, including ensuring all performance and reporting
requirements.
�f-�� John Kasavich, P.E.
Engineering Manager
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: June 13, 2025
Page 9 of9
Citywide Wastewater Collection Flow Monitoring Maintenance FY 2025, P II
ATTACHMENT A
30.0 SCOPE OF WORK
30.1 The City seeks proposals from qualified Vendor to provide flow monitoring products and
renewable annual flow monitoring field services in the City of Fort Worth's wastewater
collection system for Field Operations, Water Engineering and the plant operators at the
Village Creek Wastewater Treatment Plant. Flow monitoring related products shall include:
ten (10) flow meters (FM), including contact type of flow meters and recommended velocity,
pressure and depth sensor probes with stainless steel bands, as needed and 30-ft
communication cabling (min.); batteries; and mounting hardware associated with the specific
type of ineter and its proper installation in sanitary sewer system pipes and manholes.
30.2 The successful vendor shall provide all necessary materials and supplies on an as-needed
basis, as requested by the City of Fort Worth.
30.3 Unit prices shall include all associated costs to completely turnkey the provision of specified
equipment, its installation and servicing as specified for the annual contract terms. This
contract shall include all miscellaneous service, product delivery, fuel and handling charges.
No additional charges will be accepted or paid by the City of Fort Worth.
30.4 Unit prices for supplies and equipment/service fee shall include all supplies and equipment,
maintenance, labor, monitoring, program management, and all other services required to
maintain the flow monitoring program as specified herein and throughout duration of the
original contract period. Vendor shall include all related transportation/shipping costs and
quantity restrictions in their proposals.
30.5 Following the award, additional services of the same general category that could have been
encompassed in the award of this Contract, and that are not already in the Contract, may be
added.
30.6 Scope of Work shall be delivered as a full-service project conducted.
30.7 The City reserves the right to modify metering periods based upon the performance of the
metering Vendor or the need for flow monitoring during wet-weather or dry-weather periods.
30.8 The metering Vendor shall provide service to all equipment utilized during the Contract,
including installation, calibration, safety training, maintenance, removal and re-certification,
reinstallation and maintenance for up to ten (10) meters.
30.9 The metering Vendor shall respond to and repair any equipment failures at each supply
application site within 48 hours.
30.10 The metering Vendor shall identify/select a Service Manager to run field operations and
provide day-to-day City communication.
3011 The metering Vendor shall identify/select a Data Analyst to run basic data management
services for the new City flow monitors.
30.12 Preparing, updating, and maintaining a project management schedule.
30.12.1 At time of proposal submittal, the Vendor shall provide a preliminary project
management schedule for all initial meter deployments. If required, the Vendor shall
coordinate with any third-party telemetry provider.
3012.2 After award and at project kick-off ineeting, the selected metering Vendor shall
provide a final project management schedule to the City.
30.13 Preparing and submitting monthly progress report and invoices. Vendor must submit
monthly invoices per City invoice submittal policies and using City provided forms. Failure
to do so will result in invoice being rejected.
30.14 Invoicing periods in which active meters days (meters installed in pipe) are less than 30 days
the monthly meter site fees (Maintenance /Scheduled Calibrations and Data Management
tasks) shall be billed at a prorated amount based upon the percentage of active meter days
during that period (month). Uptime shall also be considered in monthly invoicing as
described in 30.18.
30.15 The metering Vendor shall provide the Log Reports as requested by the City and as part of
the Vendor scheduled deliverables which at a minimum shall show:
30.15.1 Meter status
30.15.2 Battery strength
30.15.3 Maintenance requests
30.15.4 Service completion and Calibration reports
30.16 The metering Vendor shall prepare, submit, and maintain a monitoring location database
with site sheets and GIS Map Exhibits for each monitor deployed. This includes any monitors
installed or relocated during this contract.
30.17 The metering Vendor shall schedule and conduct Progress Meetings as directed by the City
(including kick-off ineetings per each deployment of temporary meters) as needed to review:
30.17.1 Monitor Uptime
30.17.2 Service Crew response time to identified monitor issues
30.17.3 Spare Parts availability and/or Concerns
30.17.4 Accuracy and reliability of flow data (confirm that calibration data has been
properly used to adjust the captured flow data for accuracy)
30.18 The metering Vendor shall be responsible for maintaining the City's the wastewater
collection system network ofmonitors purchased under this agreement. The metering Vendor
shall provide the City with an operation and maintenance plan specifically for the City's
monitoring network. It is anticipated that scheduled maintenance visits will only be done
quarterly in conjunction with the quarterly calibration site visits. Mandatory maintenance
program/procedures shall be administered in such a manner to ensure a minimum uptime of
90% of quality data for each meter and sensor by:
30.18.1 Performing corrective and preventative maintenance of all meters and sensors in
accordance with the manufacturers design specifications or through best practices
developed by the Manufacturer and/or metering Vendor through experience with
the manufacturer's equipment, and support of the Data Analyst.
30.18.2 Cleaning, repairing, and replacing malfunctioning meter data canisters,
electronics, and sensors including telemetry equipment maintained (supplied) by
the Vendor.
30.18.3 Visiting monitors to address communication issues related to the metering
equipment and data anomalies. Monitors missing two scheduled collects in
sequence shall be visited within 48 hours for servicing and data collection.
3018.4 If applicable during a contract period, any observed problems related to the
function and performance of any City supplied telemetry devices shall be
reported to the City and their identified third-party vendor.
3018.5 On a quarterly basis, the Vendor shall provide a status report that includes an
inventory of parts, batteries, backup monitors, and equipment far performance of
this contract.
30.18.6 Replacing batteries before power failure. A 50% power remaining reading shall
trigger a maintenance visit to be scheduled in order to replace the battery before
power failure occurs.
30.18.7 If applicable during a contract period, coordinating third party telemetric service
issues with the telemetry service provider and performing repairs between the
service provider's termination point and the flow monitors.
30.18.8 Whenever sewer flows and/or sewer gases are too high for safe and proper flow
monitor servicing work, the metering Vendor shall service the flow monitors
during low flow periods. If gas levels are still too high during the off peak
servicing time, Self-Contained Breathing Apparatus (SCBA) gear shall be used
in high gas structures at no additional cost to the City.
30.18.9 Checking band tightness, cable tie-ups, canister mounting, and overall inspection
during monitor calibrations.
30.18.10 All surcharges shall be reported. Active surcharges shall be reported to City's 24-
hour dispatch office, then the Project Manager.
30.18.11 If an individual monitor fails to meet the 90% data uptime, the City shall receive
a downtime credit from the metering Vendor at an amount equal to the daily
metering cost as determined from the monthly meter servicing fee per each day
with bad or missing data exceeding the allowable 10% downtime on all deployed
flow monitoring units.
30.18.12 City personnel has the right to observe any field visits with the Vendor during the
duration of this project. The selected Vendor shall coordinate with the City to
observe site visits when requested for periodic observation and informal training
purposes.
30.19 All meters shall be calibrated on a quarterly schedule for temporary and permanent meter
sites. All meter calibration shall be in accordance with the following:
30.19.1 All Calibrations shall be done with field crew on site and Data Analyst online.
The Vender shall coardinate with the City's staff if requested by City staff to
observe calibrations.
30.19.2 Throughout the flow monitoring period, calibrations shall be done at various
times of the day, including early morning low flow, daily peaks, and afternoon
times.
30.19.3 Velocity Profiles collected in the field shall utilize a factory certified Portable
Velocity Meter (PVM) and be in accordance with Exhibit C and used to calibrate
the velocity sensor data. The PVM shall include an electromagnetic velocity
sensor and an absolute pressure depth reading with a single point calibration.
The PVM shall provide real-time data with accuracies of +/- 2% of reading. The
vendar shall utilize a Hach Model FH950 hand held portable velocity flow meter
configured with a pressure depth sensor, or approved equal, for more accurate
velocity profiling. The Vendor shall calibrate the PVM prior to each service and
document the calibration in the calibration log.
3019.4 For meters, the Data Analyst shall fire selected sensors immediately after field
measurements. First sensors fired shall be depth then velocity. Data Analyst
shall compare field measurements to real-time meter readings to validate
readings are within parameters.
3019.5 Calibration meter parameters are Depths to be plus ar minus 0.25 inches and
Velocities to be plus or minus 0.50 fps. Greater values shall require the meter
data to be further evaluated for adjustment.
30.19.6 Calibration points shall be within the scattergraph data for the time period since
the last calibration. The closer the data point is to the Best Fit Curve is the
preferred goal. Best Fit Curve shall be a natural progression and not forced
through any points.
30.19.7 Monitors out of calibration shall be brought within parameters by next quarterly
calibrations.
30.19.8 Calibration data shall be available on the web. Quarterly data shall be online for
the City to view before invoicing. Calibration data shall be the scattergraph with
the calibration point and best-fit curve and calibration table with date, time, field
measurements, monitor readings, and difference between field and meter.
30.19.9 Quarterly calibrations that were not completed the current quarter shall be the
first calibrations the next month.
30.19.10 Additional calibrations may be requested by the City.
30.19.11 Calibrations for monitor installation and relocation are not counted for monthly
maintenance invoicing.
30.20 Data collection, processing, reporting and storage:
30.20.1 Data Collection and Storage:
a. The City will provide the metering Vendor with access to the following
data and capabilities through a web based module with a unique login
provided to the Vendor:
• Monitor status
• Battery strength
• Meter sensor data with collection data and time
• Data downloading capabilities (excel and comma-separated values)
• Real-time access to collected data
b. Whenever telemetric access has failed, the flow meter vendor shall
schedule weekly manual downloads of the monitor's data until access is
restored or as directed by the City. If a site fails to have acceptable
cellular service connectivity regularly due to poor cellular coverage in
the area and not caused by equipment malfunctioning, the City will
coordinate with the metering Vendor to set a servicing schedule to
manual data collection (Bid Item 8).
c. All data collected and stored by the flow meter vendor shall be deemed
as property of the Ciry.
30.20.2 Reports (All tasks described as part of this clause, 30.23.2, are included as part of
Bid Alternate 1, Data Processing and Analysis)
a. The Vendor flow data processing system shall support the following
types of configurable reports:
• User Defined Reports: User Defined Reports shall be a report
generating tool to allow user to customize existing reports or create
new reports from the data.
■ The system shall be capable of importing and integrating data
collected from other City projects and historical data stored in
the City's current database (data shall be provided as a.csv
file).
• Profile Reports: Profile Report shall be a monitor's seven day report
from a user speciiied start date with across the page, seven columns
for each day's data. Profile Report's day column shall be divided into
data columns for Time, Dfinal, Vfinal, Qfinal, and Rainfall. Profile
Report data shall selectable for averaging at none, 15 minute, 30
minute, and 1 hour. Profile Report shall end with statistics for each
day. Profile Report statistics shall be day's 24-hour average flow, rain
total, minimum flow and time, and maximum flow and time. The
Profile report shall be able to process one monitor or a group of
monitors.
• Peak Flow Reports: Peak Flow reports shall indicate "15 minute"
averaged data in tabular format, the daily peak flows, the time the
peaks occurred, and the total average daily flow in a monthly format.
The Peak Flow report shall include Rainfall data from the City's
existing rain gauge sites and may be supplemented by historic data
from the National Oceanic and Atmospheric Administration
(NOAA) Website.
• Surcharge trend reports: Surcharge trend reports shall indicate the
percentage of time each site was in a surcharge condition (depth
greater than full pipe) over the last 24 hours, compared with a user
specified time range.
• Annual Reports: The flow meter Vendor shall prepare a
comprehensive annual report to the City for their review and
approval as required by a City established reporting schedule. The
annual report shall verify the percent of uptime for each monitor and
summarize the previous year's of network changes. The report shall
also include an updated Flow Diagram Schematic for each metered
basin and 48x36 inch map of Fort Worth Water Department's
(FWWD) Collection System Network.
b. Reports data
• Reports shall use final data, D�nat, Vfinal, Qfinal, and Rainfall for any
calculations used in the reports. If final data is not available then the
report shall use the automatically edited data Dprocessed, Vprocessed,
Qprocessed, and alternate gauge rainfall on the report to minimize
possible reporting gaps.
30.20.3 Servicing Reports
To aid in monthly invoicing, the Vendor shall provide a report to view percent
uptime by monitor for a specific time interval with date and time of data stopped,
date and time data restart, days of data lost, number of days in the specific time
interval, and percent uptime the in specific time interval. The Vendor shall
provide a report by monitor of collection status after each collect. The Vendor
shall provide Maintenance Service Logs capturing all services calls, visits,
service details, calibrations, and between-parties-emails. The Vendar shall
provide a report to view service calls by monitor for a specific time interval. The
Vendor shall provide a report to view a monitor's maintenance log. The Vendor
shall provide daily schedules to City when servicing meters to ensure that the
City can know where and which crew will be visiting sites that day. The Vendor
shall log any diagnostic events, such as sensor related events or battery warnings,
which are reported by the hardware. The Vendor shall coordinate with the City's
metering department during site visits as required.
30.20.4 The Vendor shall use Geographic Information System (GIS) information for the
purpose of providing a quarterly map display of all monitoring locations. The
City shall provide the Vendor with appropriate City GIS shapefiles for use in this
proj ect.
a. The map shall show the City's sewer system with labeled site icons for
manholes with meters in them and buildings where gauges are located.
Permanent and temporary meter icons will be circles. Billing meter
icons shall be diamonds. Rain gauge icons will be triangles. Shapefiles
for the exhibits provided in Exhibit B will be provided to the selected
Vendor.
b. The map shall show major roads and streams.
c. The map shall show aerial images.
d. The map shall indicate collect or current data status. Monitors with
collection failures shall be highlighted in red.
e. The map shall indicate sites that are active, temporary, or pulled.
£ The map shall have the ability to zoom in and out to view additional
details in the supplied GIS information. Map shall zoom to the basin
level showing the basin outline and monitors within the basin. Map shall
zoom to the monitor site.
30.20.5 Project Deliverables
a. Site Sheets (PDF format) for the monitoring site provided within one (1)
week of site investigations, once approved by the City and installed,
within one (1) week of installation. Each site sheet shall be one page,
divided into three sections with the top section detailing the location, the
middle section detailing the site, and the lower section detailing the
profile. The Meter Location section shall have Site Name, Site Map,
Aerial Map, Street Address, Access Route, Installation Manhole ID,
State Grid GPS coordinates (Latitude, Longitude, and Elevation),
Monitor ID, Monitor Type, and communication number. The Meter Site
section shall have site pipe height, site pipe width, site pipe material, site
hydraulics, site's upstream Manhole ID, site's downstream Manhole ID,
site silt level, site's assigned rain gauge (data provided by the City), site's
manhole depth, site's manhole material, site's condition, and site's
special requirements. The Profile section shall have both vertical and
horizontal sketches of the site showing the sensor location and incoming
and outgoing pipes.
b. Silt Profiles and Calibration Sheets shall be provided to the City in PDF
format as completed in the field. The project end submittal shall include
all site calibrations.
Iterres 30.23. Sc and 30.23. Sd are included as par�t of Bid Alternative 1,
Data Processing and Analysis.
Processed metering sensor data shall be provided to the City (in .xls and/or
.csv) based upon the below schedule:
• 60 Days after install (provided to the City in excel and/or
comma-separated values format within four (4) weeks of the
60 day metering mark)
• Quarterly submittals (following quarterly calibrations,
provided to the City in excel and/or comma-separated values
format within four (4) weeks of the quarterly calibrations)
c. The Vendor shall identity with project data deliverables any
derived/empirical data utilized (Manning's derived flow values). If the
manning's flow is utilized the Vendor shall provide .xls and/or .csv files
with Qmannings and Qcontinuity flow data as well as PDFs with a
graphic comparison.
30.21 Data Analysis service shall be performed for all meter sites.
30.211 The Data Analyst shall review data after every collect.
30.21.2 The Data Analyst shall work with field crew during monitor calibration.
30.21.3 The Data Analyst shall notify service manager on issues of monitor calibrations, data
spiking, flow drifts, and data anomalies.
Items 30.24.4 — 30.24. 6 are included as part of Bid Alterhative 1, Data Processing and
Analysis.
30.21.4 The Data Analyst shall perform all analytical tasks necessary for cleaning sensor
spikes, addressing flow drifts, calculating flow components, hydraulic trending,
mass flow balancing and other data analysis related to calibrating the flow data.
30.21.5 The Data Analyst shall maintain a copy of both the final and the original data.
30.21.6 Data Analyst's work shall be reviewed by a Certified Professional Engineer in the
State of Texas.
I U ► U � : 1�_ :►1 : � 1 ► �:U: 1�
Each Vendor shall submit with its proposal for Flow Monitoring Services, the information
outlined in Section 32.0 which will be used in evaluating and prequalifying the Vendor ability to
satisfactorily perform the services requested. Proposals submitted by Vendor not meeting the
minimum qualifications are subject to rejection.
32.0 ADDITIONAL CONTRACTOR REOUIREMENTS
The following factors shall be considered to be the minimum qualification for Vendor
submitting proposals to the City of Fort Worth:
32.1 Vendor shall be responsible for furnishing the necessary personnel, equipment,
materials, supplies, transportation, services and otherwise do all things necessary to
provide flow monitoring services.
32.2 The Vendor must have prior experience installing and maintaining at least two hundred
fifty (250) large diameter ("large diameter" is defined as greater than 21 inches and up
to 96 inches in diameter) flow monitoring sites during the past 5 years. The Vendor
must provide summary table of a large diameter flow metering proj ects completed during
this time and indicated the number of concurrent meters installed; monitoring period and
pipe sizes metered during this period. Additionally, the Vendor shall identify an
experienced person as the proposed project Service Manager. The Service Manager
must have at least three (3) years of project experience directing large diameter flow
metering projects. At least two of the referenced projects must have included managing
a minimum of twenty (20) concurrent flow monitors.
32.3 It is expressly understood and agreed that the foregoing RFP is based on the total bid
amount for the service Contract which is inclusive of all work, equipment, and supplies
and management for one year period, as specified in the reference RFP documents.
32.4 Vendor shall provide all equipment maintenance and repair during each authorized 12-
month operating period. All materials required for routine maintenance and repairs are
to be provided by Vendor as part of this service contract at no additional cost to the City.
32.5 All precautions shall be taken by the Vendor to protect the workers, public and City staff
from any exposure to harmful or hazardous substances.
32.6 In addition to having a minimum of four (4) Vendor personnel familiar with the City
program that can be contacted in case of an emergency, Vendor shall provide a 24-hour
toll free hotline phone number.
32.7 Vendor shall provide with these bidding documents, technical specifications for all
sensors and metering equipment proposed for use in this project.
32.8 Failure to submit any of the information requested above may be used, at the sole
discretion of The City of Fort Worth in determining whether the Vendor Proposal is
accepted or rejected.
BID PROPOSAL
ATTACHMENT B
CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING
SCOPE OF SERVICES BID PROSPOSAL
TECHNICAL & FUNCTIONAL REQUIREMENTS: Contractor shall provide all labor, material, supplies and equipment to
perform the required tasks bid
Flow Meterina Services (Contact Metersl - Includes flow meters, installation, calibration,
servicing, removal, data management, flow analysis and reporting, plus redeployment in Bidder's Proposal
accordance with RFP No. 18-xxxx
Bidlist Description Unit of Bid Unit Price Bid Value
Item No. Measure Quantity
Meter Site Maintenance, as Required Including Scheduled
Calibrations (bi-weekly for the first 60 days and then quarterly
1 thereafter) — Monthly Servicing Fee (monthly fee per meter, MO 80
assumed up to 10 CONTACT meters deployed during a 8 monfh
period) $882.00 $70,560.00
Contact Base Bid Total: $70,560.00
Contact Bid Alternate No. 1
Additional Data Management, Analysis and Reporting — Monthly Data
Management, Analysis, and Reporting Fee (monthly fee per meter, up
BA#1 to 10 CONTACT meters deployed during a 8 month period) as noted MO 80
in Section 30.0 "Scope of Work". This is an ADD/DEDUCT Item.
$315.00 $25,200.00
Contact Bid Alternate No. 1 Total: $25,200.00
Total Contact Base Bid + Contact Bid Alternate No. 7= $95,760.00
Exhibit A
Flow Metering Services RFP 18-0076
Page 1 Bid Proposal Sheet
�
tC
�
7
�
W
a
u
.�
h
Y
t
�
`w
�
R
C
N
�
�
0
a`
�
N
7
�
�
C
�c
G
�
R
a
�
a�
�
.�
�
�
lC
C
N
�
�
O
a`
N
�
f.i
.;
V
�
�
�
�
tC
+y+
u
�
�
0
a`
�
C
�L
�
ar
.�
O
�
3
O
LL
�
U
J
J
vi
0
a
� �
W �
� N
wo
�o
0
0
0
0
0
M
M
�
0
'w
E
Z
W
O
=
�
�
�
c
w
�
C
IL
�
w
N
m
a`
t
.3
v
9
W
�
«
C
U
N
N
m
d
Y
U
J
J
� �
� N
Q N
0
z ;;
u �
� �,a w a'� �C
�� 0 300 �,
� °� ad�� `°
Q a`Vht�uu �
L .,�`, O Q?•�• T��• ,�j 3 O
a �3 ici�aa c�
�
�
a
0
m
J
O
rn
m
U
N
W
W
o ...
v m
��
xo
om?
�amv
KVaou>
� J O Ol
-JMf�
M OO
� � N
xQt�ON
N
N
�
'6 N
ao
� � L
' a
R U d X
W O F LL
c
�
2 iE �
w
�c�,�a y
•�od
a°jza �o
�a5++;�..0
OopdO::�
Z=��EO�o
> j � � ll � �
0
� �
C N n
�C = m
.� � �
E �o
dm
�
c °'
w �
� �
� c
U —
� T
V �
� O
C >
_ y
w a`
c �
� Q
a �
c =
3 �
o a
Qy
0
c y
w Y �
E _
` o p �
Qa
C
d =
� �
c °
Ea
a
0
c
UI C c�o
E �
� � �
Qa
c
0
�
•L
�
N
�
❑
�
�
Y
�
�
�
�
m
U
Q
LL
w
�
�
� N M V N
m a m a m a
� x ~ x ~ x x
a� x x
�������
�
0
N
�m
�rn
«
�
d
�
a
�
�+
C
NC
G
T
IG
a
�
L
H
�
R
H
C
a>
a
N
a�
�
r
�
Qi
i
a>
a
R
a�
>
O
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD
AGREEMENT
Professional Services for
Citywide Wastewater Collection System Flow Monitoring
Maintenance Contract — FY 2025, Part 2
None
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD
AGREEMENT
Professional Services for
Citywide Wastewater Collection System Flow Monitoring
Maintenance Contract — FY 2025, Part 2
None
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page 1 of 1
Attachment D - Project Schedule
Month Task Description/Deliverables
09-01-25 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
09-30-25 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
10-01-25 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
10-31-25 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
11-01-25 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
11-30-25 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
12-01-25 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
12-31-25 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
01-01-26 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
01-31-26 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
02-01-26 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
02-28-26 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
03-01-26 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
03-31-26 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
04-01-26 through Flow monitoring data management, analysis and reporting. On-going flow monitoring network operation,
04-30-26 service, maintenance and calibrations as needed. Perform task orders as assigned (Monitor removals,
relocations, installs, etc.).
ATTACHMENT "E"
CERTIFICATE OF INSURANCE
Professional Services for
Citywide Wastewater Collection System Flow
Monitoring Maintenance Contract — FY 2025, Part 2
City of Fort Worth, Texas
Attachment E
POLICY NUMBER:AS2-681-004088-035
COMMERCIAL AUTO
CA20481013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage
provided in the Coverage Form.
SCHEDULE
Name Of Person(sl Or Oraanization
Any person or organization where the named insured has agreed by written contract to include such person or
organization as a designated insured.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos LiabilityCoverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured provision
contained in Paragraph A.1. of Section II - Covered
Autos Liability Coverage in the Business Auto and
Motor Carrier Coverage Forms and Paragraph D.2. of
Section I- Covered Autos Coverages of the Auto
Dealers Coverage Form.
CA 20 48 10 13 O Insurance Services Office, Inc., 2011 Page 1 of 1
POLICY NUMBER: AS2-681-004088-035 COMMERCIAL AUTO
CA 04 4410 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified
by the endorsement.
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
Any person or organization for whom you perform work under a written contract if the contract requires you to
obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring.
Premium: $ INCL
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived prior
to the "accident" or the "loss" under a contract with
that person or organization.
CA 04 4410 13 O Insurance Services Office, Inc., 2011 Page 1 of 1
PO LI CY N U M B E R: T B2-681-004088-755
COMMERCIAL GENERAL LIABILITY
CG 20 1012 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only with
respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured(s) at the location(s)
designated above.
H owever:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured will
not be broader than that which you are required
by the contract or agreement to provide for such
additional insured.
B. W ith respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
Schedule
Name Of Additional Insured Person(s)
Or Organization(s):
Location(s) Of Covered Operations
Any person or organization for whom you have agreed
in a written contract or agreement, prior to an
"occurrence" or offense, that such person or
organization be added as an additional insured to your
policy.
All locations as required by a written contract or
agreement entered into prior to an "occurrence" or
offense.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
CG 20 10 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1
PO LI CY N U M B E R: T B2-681-004088-755
COMMERCIAL GENERAL LIABILITY
CG 20 3712 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COM PLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and included
in the "products-completed operations hazard".
H owever:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
Schedule
Name Of Additional Insured Person(s)
Or Organization(s):
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the applicable
limits of insurance.
Location And Description Of Completed Operations
Any person or organization for whom you have agreed
in a written contract or agreement, prior to an
"occurrence", that such person or organization be
added as an additional insured to your policy.
All locations as required by a written contract or
agreement entered into prior to an "occurrence".
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
CG 20 37 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1
POLICY NUMBER:TB2-681-004088-755 COMMERCIAL GENERAL LIABILITY
CG 24 0412 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ELECTRONIC DATA LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES
POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV — Conditions:
We waive any right of recovery against the person(s)
or organization(s) shown in the Schedule above
because of payments we make under this Coverage
Part. Such waiver by us applies only to the extent that
the insured has waived its right of recovery against
such person(s) or organization(s) prior to loss. This
endorsement applies only to the person(s) or
organization(s) shown in the Schedule above.
Schedule
Name Of Person(s) Or Organization(s):
City of Las Vegas, its Officers, Employees and Agents Las Vegas, NV
City of Rancho Palos Verdes, its officials, employees and agents
The Regents of the University of California
U.S. Government
Los Angeles Department of W ater and Power
The State of California, the Trustees of the California State University, the California State University, Long Beach
and the officers, employees, agents and volunteers California State University, Long Beach 1250 Bellflower
Boulevard, BH-346 Long Beach, CA 90840-0123
City of Brentwood, CA
As required by written contract or agreement entered into prior to loss.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
CG 24 0412 19 O Insurance Services Office, Inc., 2018 Page 1 of 1
FORT�VORTH�
��
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: ADS, LLC
Subject of the Agreement:
M&C Approved by the Council? * Yes ❑ No ❑✓
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If so, provide the original contract number and the amendtnent number.
Is the Contract "Permanent"? *Yes ❑✓ No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? �Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date:
If different from the approval date.
Expiration Date:
If applicable.
Is a 1295 Form required? * Yes ❑ No ❑✓
'�If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: Ifapplicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processing in the following order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the inforination is not provided, the contract will be
returned to the department.