Loading...
HomeMy WebLinkAbout7 Venessa Garza 16CO NSULT ANT C ONTRACT This Contract is by and between the C ity of Co ll ege S tatio n, a Texas Municipal Home- Rule Corporation (the "City ") and Ha lff Associa tes, In c., a Texas Corporation (the "Contractor"), whereby Contractor agrees to perform and the City agrees to pay for the work described herein. ARTICLE I 1.01 This Contract is for S pring C ree k G ree nway T rail -Feas ibili ty S tudy (the "Project"). The scope and details of the work to be provided to the City by Contractor are set forth in Ex hibi t "A" to this Contract and are incorporated as though fully set forth herein by reference . Contractor agrees to perform or cause the performance of all the work described in Exhib it "A ." 1.02 Contractor agrees to perform the work descri bed in Ex hibit "A" hereto and the City agrees to pay Contractor a fee based on the rates set forth in Ex hibit "B" to this Contract for the services performed by Contractor. The in voices shall be submitted to the City following the 15th day and the last day of each month. The payment terms are net payable within thirty (30) calendar days of the City's receipt and acceptance of the invoice . Upon termination of this Contract, payments under this paragraph shall cease ; provided, however, that Contractor shall be entitled to payments for work performed in accordance with this Contract before the date of termination and for which Contractor has not yet been paid. 1.03 The total amount of payment, including reimbursements , by the City to Contractor for all serv ices to be performed under this Contract may not , under any circumstances , exceed Twe nty-tw o th o usa nd six hundred and fift een a nd 00 /100 Dollars ($22 ,6 15.00 ). 1.04 The City may from time to time request c hanges in the scope and focus of the activities , investigations , and studies conducted or to be conducted by Contractor pursuant to this Contract provided , however, that any such change that in the opinion of Contractor, the City Manager, or the City 's Project Manager varies significantly from the scope of the work set out herein and would entail an increase in cost or expense to the City shall be mutually agreed upon in advance in writing by Contractor and the City 's Project Manager. 1.05 a. When the original Contract amount plus all change orders is $50,000 or less , the City Manager or his designee may approve the written change order provided the change order does not increase the total amount set forth in the Contract to more than $50 ,000. For such contracts , when a change order results in a total contract amount that exceeds $50 ,000 , the City Co uncil of the City must approve such change order prior to commencement of the services or work . b. When the original contract amount plus all change orders is equal to or greater than $50 ,000 , the City Manager or his designee may approve the written change order provided the change order does not exceed $50 ,000 , and provided the sum of all change orders does not exceed 25% of the original contract amo unt. For such contracts , when a change order exceeds $50 ,000 or when the sum of all change orders exceeds 25% of the original contract amount, the City Council of the City must approve such change order prior to commencement of the services or work. Form Revised on 5-11-12 Contract No. 14-390 Page 1 c. Any request by the Contractor for an increase in the Scope of Services and an increase in the amount listed in paragraph two of this Contract shall be made and approved by the City prior to the Contractor providing such services or the right to payment for such additional services shall be waived. If there is a dispute between the Contractor and the City respecting any service provided or to be provided hereunder by the Contractor, including a dispute as to whether such service is additional to the Scope of Services included in this Contract, the Contractor agrees to continue providing on a timely basis all services to be provided by the Contractor hereunder, including any service as to which there is a dispute. 1.06 Except as provided in Article VI herein below, the Contractor shall complete all of the work described in Exhibit "A" by the dates set forth below. Following receipt of a letter of authorization from the City, the study will be completed within three (3) months, exclusive of City review time. 1.07 Time is of the essence of this Contract. The Contractor shall be prepared to provide the professional services in the most expedient and efficient manner possible in order to complete the work by the times specified. 1.08 Contractor promises to work closely with the City Manager or his designee (the "Project Manager") or other appropriate City officials. Contractor agrees to perform any and all Project-related tasks reasonably required of it by the City in order to fulfill the purposes of the work to be performed . The work of Contractor under this Contract may be authorized by the Project Manager in various phases as set forth in Exhibit "A." 1.09 In all activities or services performed hereunder, the Contractor is an independent contractor and not an agent or employee of the City. The Contractor, as an independent contractor, shall be responsible for the final product contemplated under this Agreement. Except for materials furnished by the City , the Contractor shall supply all materials, equipment and labor required for the execution of the work on the Project. The Contractor shall have ultimate control over the execution of the work under this Contract. The Contractor shall have the sole obligation to employ , direct , control , supervise , manage , discharge , and compensate all of its employees and subcontractors , and the City shall have no control of or supervision over the employees of the Contractor or any of the Contractor's subcontractors except to the limited extent provided for in this Contract. Contractor shall be liable for any misrepresentations. Any negotiations by the Contractor on the City's behalf are binding on the City only when within the scope of work contained herein and approved by the City. ARTICLE II 2.01 The City shall direct Contractor to commence work on the Project by sending Contractor a letter of authorization to begin work on the Project. 2.02 Upon receipt of the letter of authorization to begin work on the implementation of the Project, Contractor shall meet with the City for the purpose of determining the nature of the Project, including but not limited to the following: meeting with the City 's staff to coordinate Project goals , schedules , and deadlines ; coordinating data collection; briefing the City 's Form Revised on 5-1 1-12 Contract No. 14-390 Page 2 management staff; documenting study assumptions and methodologies ; devising the format for any interim reports and the final report to the City . 2.03 Contractor shall consult with the City and may , in some limited circumstances , act as the City 's representative , but it is understood and agreed by the parties that for all purposes related to this Contract, Contractor shall be an independent contractor at all times and is not to be considered e ither an agent or an emp loyee of the City. AR TICLE III 3 .0 1 As an experienced and qualified professional, Contractor warrants that the information provided by Contractor reflects high professional and industry standards, procedures and performances . Contractor warrants the selection and supervision of personne l, the fitness and operation of its recommendations , and the performance of other services under this Contract, pursuant to a high standard of performance in the profession. Contractor warrants that it will exercise di ligence and d ue care and perform its service s in a manner consistent with similarly licensed and experienced professionals performing the same or equivalent services . Approval or acceptance by the City of any of Contractor 's work product under this Contract shall not constitute , or be deemed , a release of the responsibility and liability of Contractor, its employees, agents , or associates for the exercise of skill and di ligence necessary to fulfill Contractor 's re sponsibilities under thi s Contract; nor shall the City 's appro val or acceptance be deemed to be the as sumption of responsib ility by the City for any defect or error in the Project 's work products prepared by Contractor, it s emp loyees , associates , agents , or su bcontractors. 3.02 Contractor shall keep the City informed of the progress of the wo rk and shall guard against any defects or deficiencies in its work. 3 .03 Contractor shall be responsible for using due diligence to correct errors , deficiencies or unacceptable work product. Contractor shall , at no cost to the City , remedy an y errors , deficiencies or any work product found unacceptab le, in the City 's sole discretion, as soon as pos sible , but no longer than fifteen (15) calendar days after receiving notice of said errors, deficiencies or unacceptable work prod uct. 3 .04 Following comp letion of the services by Contractor as described in the Statement of Work , and payment of the fees as described in Exhibit B, Contractor 's work product shall become the exclusi ve property of the City. Upon completion or termination of this Contract, Contracto r shall promptly deliver to the City all records , notes , data, memorandum , models , work product, and equipment of an y nature that are within Contractor 's possession or control and that are the City 's property or re late to the City or its business . ARTIC L E I V 4.01 Indemnity. The C ontractor a g r ees to indemnify, d efend , and hold harmless the C ity, its offic e r s, employe es, volunteers and agents (se parately and collectively r efe rred to in thi s paragraph a s "lndemnitee"), from a nd a gainst any and a ll claim s, lo sses, d a mages, causes of action , s uits, judgments, se ttl em ents made by Indemnitee, a nd liability of ev ery kind, including all ex penses of litigation , court co st s, a ttorney 's fee s, a nd other r eas onable co st s for damage to or lo ss of u se of any property; for injuries to or sickness or d eath of any Form Revised o n 5-1 1-1 2 Contract No . 14-3 90 Page 3 person, including but not limited to, Contractor, any of its subcontractors of any tier, or any employee or invitee of Contractor or of any such subcontractors, that are caused by, arise out of, are related to, or in connection with, the negligence of or negligent performance of this Contract by Contractor or by any such subcontractors of any tier, under this Contract. 4.02 It is agreed with respect to any legal limitations now or hereafter in effect and affecting the validity or enforceability of the indemnification obligation under Paragraph 4.01, such legal limitations are made a part of the indemnification obligation and shall operate to amend the indemnification obligation to the minimum extent necessary to bring the provision into conformity with the requirements of such limitations, and as so modified, the indemnification obligation shall continue in full force and effect. 4.03 Release. The Contractor releases, relinquishes, and discharges the City, its officers, agents, volunteers and employees from all claims, demands, and causes of action of every kind and character, including the cost of defense thereof, for any injury to, sickness or death of the Contractor or its employees and any loss of or damage to any property of the Contractor or its employees caused by or alleged to be caused by, arising out of, or in connection with the Contractor's work to be performed hereunder. Both the City and the Contractor expressly intend that this release shall apply regardless of whether said claims, demands, and causes of action are covered, in whole or in part, by insurance and in the event of injury, sickness, death, loss, or damage suffered by the Contractor or its employees, but not otherwise, this release shall apply regardless of whether such loss, damage, injury, or death was caused in whole or in part by the City, any other party released hereunder, the Contractor, or any third party. ARTICLE V Insurance 5.00 The Contractor shall procure and maintain at its sole cost and expense for the duration of this Agreement, insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor, its agents , representatives , volunteers , emplo yees or subcontractors. The policies , limits and endorsements required are as set forth in Exhibit "C". ARTICLE VI 6 .01 At any time , the City may terminate the Project for convenience , in writing . At such time , the City shall notify Contractor, in writing , who shall cease work immediately . Contractor shall be compensated for the services performed. In the event that the City terminates this Contract for convenience , the City shall pay Contractor for the services performed and expenses incurred prior to the date of termination. 6 .02 No term or provision of this Contract shall be construed to relieve the Contractor of liability to the City for damages sustained by the City or because of any breach of contract by the Contractor. The City, following City 's provision of prior written notice and reasonable opportunity for Contractor to cure , may withhold payments to the Contractor for the purpose of setoff until the exact amount of damages due the City from the Contractor is determined and paid. Form Revised on 5-1 1-12 Contract No. 14-390 Page 4 ARTICLE VII 7.01 This Contract has been made under and shall be governed by the laws of the State of Texas. The parties agree that performance and all matters related thereto shall be in Brazos County , Texas. 7.02 Notices shall be mailed to the addresses designated herein or as may be designated in writin g by the parties from time to time and shall be deemed received when sent postage prepaid U.S . Mail to the following addresses: City: City of College Station Attn: Venessa Garza, AICP , Greenways Program Manager P.O . Box 9960 College Station , Texas 77842 Contractor: Halff Associates , Inc. Attn: Wayne Cooper, ASLA , Vice President 4030 West Braker Lane, Suite 450 Austin , Texas 78759 7.03 . Contractor, its employees , associates or subcontractors shall perform all the work hereunder. Contractor agrees that all of its associates , employees , or subcontractors who work on this Project shall be fully qualified and competent to do the work described hereunder. Contractor shall undertake the work and complete it in a timely manner. 7.04 The Contractor shall compl y with all applicable federal , state , and local statutes , regulations , ordinances , and other laws , including but not limited to the Immigration Reform and Control Act (IRCA). The Contractor may not knowingly obtain the labor or services of an unauthorized alien . The Contractor, not the City , must verify eligibility for employment as required by IRCA. 7 .05 No waiver by either party hereto of any term or condition of this Contract shall be deemed or construed to be a waiver of any other term or condition or subsequent waiver of the same term or condition. 7.06 This Contract and all rights and obligations contained herein may not be assigned by Contractor without the prior written approval of the City. 7 .07 If any provision of this Contract shall be held to be invalid or unenforceable for any reason , the remaining provisions shall continue to be valid and enforceable. If a court of competent jurisdiction finds that any provision of this Contract is in valid or unenforceable , but that by limiting such provision it may become valid and enforceable , then such prov ision shall be deemed to be written, construed , and enforced as so limited . Form Re v ised on 5-1 1-12 Contract No. 14-390 Page 5 7 .08 In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid , illegal , or unenforceable in any respect , such invalidity, illegality, or unenforceability shall not affect the other provisions , and in lieu of each provision that is invalid , illegal or unenforceable , there shall be added a new provision to this Contract as similar in terms to such invalid , illegal , or unenforceable provision as may be possible and yet be valid , legal and enforceable , by means of good faith negotiation by the Parties to this Contract or by reform by a court of competent jurisdiction. 7.09 This Contract represents the entire and integrated agreement between the City and Contractor and supersedes all prior negotiations , representations , or agreements , either written or oral. This Contract may only be amended by written instrument approved and executed by the parties. 7 .10 The parties acknowledge that they have read , understood , and intend to be bound by the terms and conditions of this Contract. 7 .11 This Contract will be effective when signed by the last party whose signing makes the Contract fully executed. HALFF ASSOCIATES, INC. Form Revised on 5-11-12 Contract No . 14-390 Page 6 EGE STATION Date: ,!2....~~#' I ,.., \ Exhibit A Scope of Services SPRING CREEK GREENWAY TRAIL FEASIBILITY STUDY College Station, Texas The scope of work for this project includes research and evaluation for the placement of a trail along Spring Creek from the Lick Creek trail project to the trail corridor's intersection with Barron Road . Existing conditions to be evaluated include an cursory review of the corridor for constructability issues , such as steep topography or other obstacles , a review of the potential trail crossing under SH 6 using the bridge over Spring Creek corridor to cross ; and a review of the potential environmental impacts and perm itting requirements that may be required in order to locate the trail within the conservation easement that has been established to protect the Navasota Ladies ' Tresses i n this area . PROJECT ASSUMPTIONS The scope of services for this proposal has been prepared using the following assumptions as a basis for its preparation: 1. The purpose of this project is to evaluate existing and cond it ions with in the project limits that may have an effect on the placement and development of the trail facility . Ha lff Associates (Halff) will review the corr idor and identify potential requirements to design and construct the proposed trail facility in this area , including potential coordination and permitting requirements with the USFWS as a result of the trail passing through the conservation easement. 2. Project limits include the proposed tra il corridor along Spring Creek , starti ng its intersection with the Lick Creek Greenway , and continuing along Spring Creek to its intersection with Barron Road . 3. The city of College Station will provide the best available data and supporting information that the city has in its possession for use by Halff to perform and evaluate the project corridor . INFORMATION TO BE SUPPLIED BY THE CITY OF COLLEGE STATION The following items will be supplied by the city of College Stat ion to the Halff Associates Plann ing and Des ign Team : 1. Copies of the applicable conservation easements , or other known environmental restrictions within the project area. 2 . Ongoing or future known plans for public infrastr ucture , parks , roads and other city of College Station or other agency facilities in or adjacent to the project area , in digital format. 3. Other applicable information possessed by or accessible to the City of College Station that would be benefic ial to the project , such as known environmental or cultural resources studies or reports . F orrn Revise d on 5-I 1-12 Co ntract No. 14-390 Page 7 SCOPE OF SERVICES The Basic Services for this project are defined as follows : A. Project Start-Up 1. Assemble existing data and information into a base map of the project area that will be utilized by Halff to study , walk and evaluate the project area . 2. Review current conservation easements and other restr ictions that may affect the placement of a trail facility within the corridor. Conservation easement review may include coordination and discussions with USFWS and Corps staff to determine possible mitigation and/or permitting requirements which may result from the trail placement. B. Field Reconnaissance 1. Walk the project corridor to identify , map , and photograph the potential trail alignment and document the locations of existing features , including : sloped areas and erosion sites ; drainage features and channels; the extents of wooded areas , the locations of roadways , utilities and their easements and rights of ways ; the locations of developed areas ; and other features or conditions that might affect the implementation or cost of the t rail project. This activity will occur over a one (1) day period . 2. Evaluate the SH 6 Bridge for its applicability for use as a trail cross i ng , and its ability to comply with AASHTO guidelines related to trail facilities . 3. Review and evaluate the potential trail corridor through the existing conservation easement , and document, as much as possible , the potential impacts of the trail to the easement , and the potential mitigation requirements that may result from constructing the tra il within the conservation easement. C. Corridor Evaluation Report 1. Prepare a Corridor Evaluation Summary Report that identifies the potential design , construction , and permitting requirements which may result from plac i ng the trail within the corridor . 2 . Based on the results and recommendations of the Corridor Evaluation Summary Report , prepare a conceptual level estimate of probable construction cost for proposed trail improvements . 3 . Present findings to College Station city staff for review and comment , and incorporate staff comments into the preparation of the report . 4 . Prepare a final Corridor Evaluation Summary Report incorporating staff comments . Halff will provide four (4) hard copies and one (1) digital copy of the final report . D. Additional Services Additional services shall consist of, but not be limited to the following : 1. Client generated changes to planning and design efforts once work is in progress, including design of offsite improvements or areas outside of the project limits ; or additions to the project scope or budget that causes additional design work; will be billed at hourly rates , per change-order proposals approved by city of College Station , until the work is at the same level of completion as it was prior to the change . Form Rev ised on 5-1 1-1 2 ContractNo . 14 -390 Page 8 2. Additional meetings with c ity or other publ ic agency staff o r the general public beyond those identified in this scope of services . 3 . Any additional work not specifically included i n the above scope of serv ices will be accompl ished as Additional Serv ices . Form Revised o n 5-11 -12 Contract No . 14-390 P age 9 Exhibit B Pay ment Term s Pay ment is a fixe d fee in the am ount lis ted in Article II of thi s Co ntract. T hi s am o unt sh a ll be p ayabl e by the C ity pursua nt to th e sc h edul e li sted be lo w a nd upon co mpl e ti on of the se rv ices and writte n ac ceptan ce by th e City . Sc he dul e of Pay m ent fo r each phase: Fee Schedule Consultant fees for this project are based on a lump sum amount for tasks identified as a part of the project. Efforts will be invoiced monthly , on a percent complete basis . Maximum fee amounts will not be exceeded without prior approval from the city of College Station . Project Start-Up·----------------------------------------------------------------------------------------------------------$2 ,415 .00 Field Reconnaissance ________________________________________________________________________________________________ $ 5 ,930 .00 Corridor Evaluation Report _______________________________________________________________________________________ $ 12 ,370 .00 Reimbursable Expenses $ 1 ,900 .00 TOT AL B ASE FEE $22,6 15.00 Reimbursable Expenses 1. Out of pocket expenses related to travel , courier expenses , printing , postage and graphic reproduction shall be reimbursed at cost plus 10 percent to the Client. For budgeting purposes , reimbursable expenses are estimated to be approximately $1 ,900.00 . Fonn Revised on 5-11-12 Co ntract No. 14 -390 Page 10 Exhibit C Insurance Requirements I. The Contractor agrees to maintain the types and amounts of insurance required in this Contract throughout the term of the Contract. The follo wing insurance policies shall be required: A. Commercial General Liability B. Business Automobile Liability C. Workers' Compensation D. Professional Liability II. For each of these policies , the Contractor 's insurance coverage shall be primary with respect to the City , its officials , employees and volunteers. Any insurance or self-insurance carried or obtained by the City , its officials , employees or vo lunteers , shall be considered in excess of the Contractor 's insurance and shall not contribute to it. No term or provision of the indemnification provided by the Contractor to the City pursuant to this Contract shall be construed or interpreted as limiting or otherwise affecting the terms of the insurance coverage. All Certificates oflnsurance and endorsements shall be furnished to the City's Representative at the time of execution of this Agreement, attached hereto as Exhibit D , and approved by the City before work commences. III. The Contractor shall include its subcontractors as Additional Insureds under its policies, or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all requirements stated herein. IV . General Requirements Applicable to All Policies. A. Only insurance carriers licensed and admitted to do business in the State of Texas shall be accepted. B. Deductibles shall be listed on the certificate of insurance and are acceptable only on an "occurrence" basis only. C. "Claims made" policies are not accepted, except for Professional Liability msurance. D . Coverage shall not be suspended, voided , canceled, or reduced in coverage or in limits except after thirty (30) calendar days prior written notice has been given to the City of College Station. E. Upon request , certified copies of all insurance policies shall be furnished to the City . F . The Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent. Each certificate shall contain the following provisions and warranties: 1. The insurance company is licensed and authorized to do business in the State of Texas 2. The insurance policy is underwritten on forms provided by the Texas State Board of Insurance or ISO Form Revised on 5-1 1-1 2 Contract o. 14-390 Page 11 3. All endorsements and coverages are included according to the requirements of this Contract 4 . The form of notice of cancellation , termination, or change in coverage provisions is specified in this attachment G. The City of College Station , its officials , employees , and vo lunteers are to be listed as Additional Insureds on the Commercial General Liability and Business Automobile Liability Policies . The coverages shall contain no special limitations on the scope of protection afforded the City , its officials , employees , and volunteers. V. Commercial General Liability requirements: A. Coverage shall be written by a carrier rated "A: VIII " or better in accordance with the current A. M . Best Key Rating Guide. B. Minimum Combined Single Limit of $1 ,000 ,000 per occurrence per project for bodily injury and property damage with a $2 ,000 ,000 annual aggregate limit. C. Coverage shall be at least as broad as Insurance Service's Office Number CG 00 01. D. No coverage shall be excluded from the standard policy without notification of individual exclusions being attached for review and acceptance. E. The coverage shall include but not be limited to premises/operations ; independent contracts; products/completed operations ; and contractual liabili ty (insuring the indemnity provided herein). F. The City shall be li sted as Additional Insured , and the policy shall be endorsed to waive rights of subrogation, and to be primary and non-contributory with regard to any self-insurance or insurance policy held by the City. VI. Business Automobile Liability requirements : A. Coverage shall be written by a carrier rated "A: VIII " or better in accordance with the current A. M. Best Key Rating Guide. B. Minimum Combined Single Limit of $1 ,000 ,000 per occurrence for bodily injury and property damage. C. The Business Auto Policy must show Symbol 1 in the Covered Autos portion of the liability section in Item 2 of the declarations page. D. The coverage shall include owned , leased or rented autos , non-owned autos , any autos and hired autos . VII. Workers Compensation Insurance requirements: A. The Workers ' Compensation insurance shall include the following terms: 1. Employer 's Liability limits of $1 ,000 ,000 for each accident is required. 2 . "Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04 " shall be included in this policy. Form Revised on 5-11-1 2 Contract No. 14-390 Page 12 3. Texas must appear in Item 3A of the Worker 's Compensation coverage or Item 3C must contain the following: All States except those listed in Item 3A and the States of NV , ND , OH , WA , WV , and WY. VIII. Professional Liability requirements : A. Coverage shall be written by a carrier rated "A :VIII " or better in accordance with the current A. M. Best Key Rating Guide. B. Minimum of $1 ,000 ,000 per occurrence and $2,000 ,000 aggregate , with a maximum deductible of $250 ,000 .00 . Financial statements shall be furnished to the City upon request. C . For "claims made " policies , a 24-month extended reporting period shall be required. Form Revised on 5-1 1-12 Contract No . 14-390 Page 13 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DAT E (MM /0 0/YYY Y) ~-8-26-14 -+HIS--CER:nF.ICAIE-IS-JSS.UEO....A5-.A-MAI:rER-0LlN.EORMADON...Om.¥-A.Nn CONFERS NO RIGHT.S-1J£QNJHLCERI1ElCA.IE_H.D_LOER.-TJilS_ 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 ...E,EPRESENTATIVE OR PRODUCER , AND THE CERTIFICATE HOLDER. l .. ":>ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED , subject to ••• e terms and conditions of the poli cy , certain policies may require an endorsement. A statement on this certificate does not confer r i ghts to the certificate holder in l ieu of such endorsement(s). PRoouc ER Bell Insurance CONTACT Candy Goehring NAM E: 169 80 D all as Parkway #210 rA~~NJ,, "•'" 972-58 1-4800 I FAX 972 -581-4 85 0 (A/C , No): Dallas , T X 75248 E-MAI L caoehrinn@bellQrouo.com ADDRESS : INSUR ER(S) AFFORDING COVERAGE NAIC # INSURER A : Massachu setts Bay 22306 INS URED INS UR ER B , Allmerica Financial Ben efit 4 1840 H alff Ass o c iates , In c . INSUR ER C : The Ha nover Ins . Co . 22292 120 1 N . Bowser INSU RER 0 : lrons hore Spe ci alty In s . Co . 25445 R ich ardson , TX 75081 INSURER E : IN SUR ER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTI FY THAT THE POLICIE S OF INSU RA NCE LIS TED BELO W HAVE BEE N ISSU ED TO TH E INSUR ED NAMED ABOVE FOR TH E POLICY PERI OD INDICATED . NOTWITHSTAND IN G AN Y RE QUIR EM ENT, TERM OR CONDITION OF ANY CONTRAC T OR OTHER DO CUM ENT WITH RESPECT TO WHICH THIS CERT IFICATE MAY BE ISSU ED OR MAY PE RTAIN , THE INSUR ANCE AFF ORDED BY THE POLIC IES DESCRI BED HEREIN IS SUB JEC T TO ALL TH E TE RMS , EXCL USIONS AND CONDIT IONS OF SUCH POLI CIES. LIMIT S SHOWN MAY HAVE BEEN RE DUCED BY PAI D CLA IMS . INSR TYP E OF IN SU RA NCE AUOL Su BR PO LI CY EFF POLIC Y EX P LI MI TS LTR IN'°n i uuvn POLICY NUMBER (MM /DO/YYYY) (MM /0 0/YYYY) x COMME RCIA L GENER AL LIAB ILITY EAC H OCCURRENCE $ 1 nnn nnn I CL AIMS-MA DE GJ OCC UR DAMAGt: I U Kt:NTt:.D s 1,000 ,000 PRE MI SE S IEa occurrence\ A ~ Contractu al Liab . ZDD A051278 7/1 2/14 7/12/15 MEO EXP (Any 0<1e pt,'fSon) s 10 000 PER SONAL & ADV INJU RY s 1,000 ,000 ~ GEN'L AGGREG ATE. LIMl1 AP PLIES PER: GE NERAL AGGREGATE s 2,00 0,000 Fl 0 PR O-O Loc PRODUCTS · COMP /OP AGG s 2,000,000 POLIC Y JECT OTHE R; s AU TOMOB ILE LI ABILITY COMBI NED SI NGLE LI MIT s 1,000 ,000 -._(E" ooadcnl) [~t' x ANY AUTO BO DILY IN JU RY (Por person) s ALL OW NED c SC HEDU LED AWDA0 51 300 7/12/14 7/12/15 BOD ILY INJU RY (Per ar.cldcnl) s AUTOS AUlOS >---~NO N -OWNED PROPE RTY DAM AGE .x.. HIRED AUTOS AUTOS _(Per a<.'cidont) s s x UMB RELLA LIAB H OCCUR EACH OCCUR RENCE s 2 ,000,000 c -EXCE SS LI AB CLAIMS-MADE UHD A05 1287 7/12/14 7/12 /15 AGGR EGATE s ? non n on OED I x I RE TENTION S 10 ,000 s WORK ERS COMPENSAT ION x I ~~~TUlE I I om ANO EMPLOYERS' LIABILI TY ER Y /N B ANY PROPR IETO R/PARTNER/EX ECUTI VE D W2 DA0 2864 9 7/12/14 7/12 /15 E.L. EACH ACCIDENT s 1,000 ,000 OFF ICER/MEMB ER EXCLUDED? N/A 1,00 0 ,00 0 (Mandata<y In NH ) E.L. DI SEASE -EA EM PLOYE E S ~~sc~!Pri~ ~t0PERA TlON S below E.L. DISE ASE · POLICY LIM IT s 1,000 ,000 P rofessi onal Liability 002091900 7/12/14 7/12/15 Per C laim : $2,000 ,000 D Cla ims Made Aggrega te : $2,000 ,00 0 DESC RIPTI ON OF OP ERATIO NS I LOCATI ON S I VEHICLES (ACOR D 101 , Add itional Remarks Schedu le, may be attached ii mo re opacc Is re quired ) RE : S pring Creek Gre enway Tra il -F easibil ity Study ; City of Co ll ege Sta tion is inc luded as add itiona l insured as respects general and auto liability if requi red by writtte n contract. GL is primary non contr ib uto ry if requi red by w ritten con t ract. Waive r of subroga tion app lies to same as respects genera l and auto liab ility and workers compensation if requi red by wri tt en contract. 30 day not ice of can cell ation except 1 O days non payme nt. CERTIFICATE HOLDER City of Co ll ege Stat ion Att n : Vaness a Garza , AICP Gree nw ays Program Ma nager . 0 . Box 996 0 Co llege Sta tion , TX 77842 ACORD 25 (2014/01) 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 . © 1988-2014 ACORD CORPORATION . All rights reserved . The ACORD name and logo are registered marks of ACORD