Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R25-035
1 RESOLUTION NO. R25-035 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF 4 BOYNTON BEACH, FLORIDA, APPROVING TASK ORDER NO. 5 GESUT-2C-04-25 FOR CDM SMITH, INC. TO ASSIST THE CITY IN 6 REVIEWING, REFINING, AND UPDATING ITS BASE 7 CONSTRUCTION CONTRACT SPECIFICATIONS FOR AN 8 AMOUNT NOT TO EXCEED $65,791; AUTHORIZING THE 9 MAYOR TO EXECUTE THE TASK ORDER AND ANY FUTURE 10 DOCUMENTS ASSOCIATED WITH THE TASK ORDER THAT DO 11 NOT INCREASE THE CITY'S FINANCIAL OBLIGATIONS, SUBJECT 12 TO THE APPROVAL OF THE CITY ATTORNEY; AND FOR ALL 13 OTHER PURPOSES. 14 15 WHEREAS, the City of Boynton Beach Utilities Department requests the approval of 16 Task Order No. GESUT-2C-04-25 with CDM Smith, Inc. ("Vendor"), utilizing the General 17 Engineering Consulting Services Agreement with the City, to provide for the review, 18 refinement, and update of the City's base construction contract specifications, including the 19 Special Conditions and Technical Specifications; and 20 WHEREAS, the scope of the services includes a comprehensive technical review, 21 coordination with the guidelines of the Engineers Joint Contract Documents Committee 22 ("EJCDC"), stakeholder meetings, and preparation of final deliverables, including updated 23 specifications in both editable and finalized formats; and 24 WHEREAS, the approval of Task Order No. GESUT-2C-04-25 will ensure that the City's 25 construction contract specifications remain current with applicable codes, industry standards, 26 and best practices and address issues identified from prior projects, including vague or 27 conflicting language; and 28 WHEREAS, the total cost of Task Order No. GESUT-2C-04-25 is not to exceed $65,791, 29 based on the rates established in the General Engineering Consulting Services Agreement, 30 with a projected timeline estimated to be four months from the issuance of the Notice to 31 Proceed; and 32 WHEREAS, upon recommendation of staff, the City Commission finds it in the best 33 interest of the citizens and residents of the City to approve Task Order No. GESUT-2C-04-25 34 and authorize the Mayor to execute the Task Order and any amendments that do not increase 35 the City's financial obligations, subject to review by the office of the City Attorney for legal 36 sufficiency. 37 38 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 39 BOYNTON BEACH, FLORIDA, THAT: 40 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 41 being true and correct and are hereby made a specific part of this Resolution upon adoption 42 hereof. 43 SECTION 2. The City Commission approves Task Order No. GESUT-2C-04-25, 44 attached as Exhibit A, authorizes the Mayor to execute the Task Order and any amendments 45 that do not increase the City's financial obligations, subject to review by the office of the City 46 Attorney for legal sufficiency. 47 SECTION 3. This Resolution shall become effective as provided by law. 48 49 50 51 52 53 54 55 [SIGNATURES ON THE FOLLOWING PAGE] 56 57 PASSED AND ADOPTED this 9" day of February 2025. 58 CITY OF BOYNTON BEACH, FLORIDA 59 60 YES NO 61 62 Mayor—Ty Penserga 63 ✓ 64 Vice Mayor—Aimee Kelley 65 66 Commissioner—Angela Cruz 67 68 Commissioner—Woodrow L. Hay 69 70 Commissioner—Thomas Turkin 71 72 VOTE _-C) 73 74 ATTEST: 75 76 77 1,.d• le — ' f � ZIP 2 78 Maylee R us, MPA, C Ty Pen e a City Y,, 79 ClerMay, 80 81 F ••. ti APPROVED AS TO FORM: 82 (Corporate Seal) f1.-.1.1G��PORgp1/4.••F9�) 83 ;6" SEAL 84i ;INCORPORATED 41( N /11 1 : 1920 .• ' 85Shawna G. Lamb 86 ,11,�•� PL0RIOP City Attorney Form of Task Order CITY OF BOYNTON BEACH General Engineering Consulting Services Task Order Task Order No. GESUT-2C-04-25 Consultant: CDM Smith Inc. 1. Task/Project. Review of City Base Specifications — Special Conditions Section 00 and Technical Specifications Sections 02, 03, 16, and 17 2. Detailed Scope of Professional Services. A detailed scope of services under this Task Order, in accordance with the phases of service detailed in the Agreement, is attached as Exhibit A. 3. Deliverables and Schedule. For study/design related services: Consultant shall deliver to the City the deliverables specified at the time indicated on the attached Exhibit A. For project administration services: Consultant shall provide project/construction administration services in accordance with the Agreement and project schedule. 4. Compensation. The total estimated construction costs of the Project or the cost of the study or report for this Task Order may not exceed the amounts set forth in Section 287.055, Florida Statutes. The total Fee to be paid to the Consultant under this Task Order shall not exceed $65,791 , based on the hourly rates currently in effect under the Agreement. A detailed fee schedule is attached as Exhibit 1. The payment schedule (based on deliverables) is attached as Exhibit 1. 5. Agreement Reference. This Task Order shall be performed under the terms and conditions described within the General Engineering Consulting Services Agreement, dated November 19, 2024, by and between the City of Boynton Beach and CDM Smith, Inc. ("Consultant"), Contract No. CW24-001. 6. Insurance. Consultant shall maintain insurance coverages in accordance with the Agreement and hereby confirms that Certificate(s) of Insurance evidencing current policies meeting the requirements of the Agreement are on file with the City as of the date of this Task Order. 7. Exhibits. All attached Exhibits are incorporated fully into this Task Order and the Agreement. RFQ CW24-001 General Engineering Consulting Services Task Order Form Exhibit A 8. Notice to Proceed (Task Order Form and Purchase Order). ® If checked, Consultant's receipt of a fully-executed copy of this Task Order and Purchase Order (PO) shall serve as the Notice to Proceed under this Task Order, effective as of the date the fully-executed Task Order was emailed to the Consultant. ❑ If checked, Consultant shall commence Services under this Task Order as specified in a forthcoming Purchase Order (PO) and Notice to Proceed. CONSULTANT: CITY OF BOYNTON BEACH By: I By: 'lam , int • . • _ y Penserga, M.y•r Print Na, •: Suzanne Mechler Date: January 13, 2025 Date: silk , 2025 City Attorney's Office Appro as to form n I ality By: di,(//, = gOY N TO � . F � 0.•pRPORq•.s/A i�-:• G TF.��� s SEAL is . INCORPORATED I.j % •. 1920 II ‘`‘‘ LORION RFQ CW24-001 General Engineering Consulting Services Task Order Form Exhibit A EXHIBIT A CITY OF BOYNTON BEACH, FL TASK ORDER NO. GESUT-2C-04-25 REVIEW OF CITY BASE SPECIFICATIONS SPECIAL CONDITIONS SECTION 00 AND TECHNICAL SPECIFICATIONS SECTIONS 02, 03, 16, 17 RFQ NO.: CW24-001—GENERAL ENGINEERING CONSULTING SERVICES AGREEMENT SCOPE CATEGORY"C" 1/6/2025 This Task Order(TO), when executed, shall be incorporated in and become part of the Agreement for Professional Services between the City of Boynton Beach (CITY) and CDM Smith Inc. (VENDOR), dated July 16, 2024, hereafter referred to as the Agreement. BACKGROUND The purpose of this project is to assist the CITY in reviewing, refining, and updating its base construction contract specifications. SCOPE OF WORK The following is a description of the VENDOR services to be provided under this Task Order(TO): Task 1.0—Technical Specifications Review and Update Subtask 1.1 Project Initialization Meeting VENDOR will conduct a meeting with key project leaders and end-user stakeholders.This meeting will be held at CITY'S office and attended in person by local VENDOR staff and via Microsoft Teams by non-local VENDOR staff. During this meeting VENDOR will discuss the objectives of the project including CITY identification of specific lessons learned, identify previous instances of vague or conflicting language to be addressed, and other known shortcomings of the base specifications Special Conditions, 00 and Technical Specifications Sections 02, 03, 16, and 17. Subtask 1.2 Technical Specifications Divisions Review VENDOR will perform a technical review of the CITY-provided Technical Specifications Sections 02, 03, 16, and 17 in CITY-provided MS-Word TM format and enter suggested edits and comments in track changes for CITY review and approval. Specifications will be reviewed for references to current applicable code and industry standards and inconsistencies, redundancies, or outdated content will be noted or revised, as applicable. VENDOR will provide a list of potential additional specifications section titles only (no creation of new specification sections) for CITY consideration that may be desirable to be included to enhance the specifications. Subtask 1.3 Special Conditions Division Review VENDOR will perform a review of the CITY-provided Special Conditions Division 00 in CITY-provided MS-Word TM format and enter suggested edits and comments in track changes for CITY review and approval. Specifications will be reviewed for references to current applicable code and industry standards and inconsistencies, redundancies, or outdated content will be noted or revised, as applicable. VENDOR will provide proposed revisions that enhance the usability of the documents during the bidding and contracting process if noted during the review. VENDOR will provide a list of 1 of 4 Oty of Boynton Beach Speof,cafons Review TO GESUT-2C-04.25.00ca potential additional specifications section titles only (no creation of new specification sections) for CITY consideration that may be desirable to be included to enhance the specifications. Subtask 1.4 EJCDC Coordination Review VENDOR will perform a review of the CITY-provided Special Conditions Section 00 in CITY- provided MS-Word T"'format and enter suggested edits for coordination with EJCDC guidelines as applicable. Task 2.0—Draft Track-Changes Review Meeting VENDOR will provide the suggested track-changes and comments to the specifications electronically in the same MS-Word TM format as provided by the CITY to the CITY for review and comment. A specifications review meeting will be held with the CITY to discuss the suggested track-changes and comments. Task 3.0—Final Specifications Production VENDOR will address and incorporate CITY-approved changes and comments as applicable into the specifications sections and create final master document files in *.doc and in *.pdf format and update the Table of Contents for each of the Divisions as required. A brief Letter Report will be produced describing the review methodology, summary of findings, and CITY-approved and accepted edits to the files, and include a recommendation for future updates. Task 4.0- Project Management, Meetings,and Quality Management VENDOR will perform administrative and project management activities throughout the project consistent with VENDOR's quality management program and CITY's requirements. Specific activities included are identified below: Subtask 4.1 Project Management VENDOR will perform administrative and project management activities throughout the project consistent with VENDOR's quality management program and CITY's requirements. Project management will include maintaining lines of communication and project coordination, monthly financial performance monitoring of the budget and status reports, reporting schedules,technical conference calls, managing technical project resources, and maintaining quality control. Subtask 4.2 Meetings The VENDOR will attend two meetings: Project Initialization and Draft Documents Review with the CITY. The VENDOR will prepare meeting minutes for documentation purposes. Subtask 4.3 Project Quality Technical Review The VENDOR maintains a quality management system (QMS) for CITY projects performed by VENDOR. Technical reviews of deliverables are budgeted for and will be performed to review various milestone submittals. Task 5.0—Owner's Allowance Allowance for unforeseen or additional required work as authorized in writing by the CITY on an as- needed basis. Scopes of work, schedules, and deliverables shall be negotiated for individual tasks as assigned. 2 of 4 City of Boynton Beach Specifications Bev.ew TO GESUT-2C-00-25 doc. ASSUMPTIONS The services defined in Tasks 1.0 through 4.0 are based upon the following assumptions: 1. Specifications review does not include coordination of language with CITY's Contract Procurement Documents/Bid Documents. 2. Review of, or modifications to, CITY Standard Details resulting from specification changes are not included. 3. Creation or provision of additional Special Conditions or Technical specifications sections is not included. 4. Labor effort is based upon review of the CITY-provided Specification Section files: i. Division 00 Special Conditions (38 Specification files) ii. Division 02 Site Construction (32 Specification Files) iii. Division 03 Concrete (3 Specification Files) iv. Division 16 Electrical (14 Specification Files) v. Division 17 Instrumentation (9 Specification Files) DELIVERABLES BY TASK The following deliverables will be provided: For the CITY-provided Special Conditions 00 and Technical Sections Division 02, 03, 16, 17: 1) Draft specifications as individual MS Word files with suggested edits and comments in track changes. 2) Final specifications sections of individual MS Word files and an updated table of contents, and pdf printouts. 3) List of suggested additional specification sections for each Division. 4) Summary Letter. TIME OF COMPLETION/SCHEDULE It is anticipated that the project will take approximately 4 months to complete, starting within two weeks of receipt of a formal notice to proceed (NTP) and purchase order receipt (PO). VENDOR will prepare an updated detailed schedule within the first fifteen (15) calendar days after Notice to Proceed. CITY will participate in the project meetings, supply supplemental information or data as requested in a timely manner, perform review of draft submittal. PAYMENT AND COMPENSATION The VENDOR will provide Task 1.0-Task 4.0 services for a not-to-exceed fee of$65,791. Not-to-exceed invoices will be submitted monthly for the VENDOR for actual labor hours at the contractual billing rates in accordance with the terms of the Agreement. The CITY will be invoiced for actual work completed by the VENDOR during the invoice period. Written monthly status reports will be provided with each monthly invoice. Exhibit 1 provides the Budget Summary for reference only. 3 of 4 City of Boynton Beach Specifcatons Review TO GESU-7C-04 25 doca EXHIBIT 1 REVIEW OF SPECIAL CONDrONS,00 AND TECHNICAL SPECIFICATIONS SECTIONS 02,03,16,17 CITY OF BOYNTON BEACH RFQ NO.:CW24-001—GENERAL ENGINEERING CONSULTING SERVICES AGREEMENT SCOPE CATEGORY"C" Task Order No.GESUT-2C-04-25 Budget 1 Project Sr. Inst Structural Total Other Direct Task Principal ManagerEngineer EngineerEngineer Engineer Clerical Hours Total Labor Costs Total Descriptiong g No. Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs $ $ $ 1 Technical Specifications Review and Update 1 8 28 12 16 48 0 113 $24,980 $0.00 $24,980 2 Draft Revisions Review Workshop 0 8 4 4 4 4 0 24 $5,720 $0.00 $5,720 3 Final Specifications Production and Delivery 0 _ 12 8 8 8 16 36 88 $16,600 $0.00 $16,600 4 Project Management,Meetings,and Quality 3 24 3 3 3 4 16 56 $12,510 $0.00 $12,510 Management 5 Owner's Allowance(10%) $5,981 Contract Rate $300.00 $280.00 $260.00 $250.00 $160.00 $200.00 $130.00 Total Labor Hours 4 52 43 27 31 72 52 281 Cost$1,200.00 $14,560.00 $11,180.00 $6,750.00 $4,960.00 $14,400.00$6,760.00 $59,810.00 $0 $65,791.00 City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured.This is done by providing a Certificate of Insurance listing the City as"Certificate Holder"and"The City of Boynton Beach is Additional Insured as respect to coverages noted."Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+"or higher. (NOTE:An insurance contract or binder may be accepted as proof of insurance if a Certificate is provided upon selection of vendor.)Thefollowing is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise orlower the stated limits,based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Contractor's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Asbestos Abatement Each Occurrence $ 1,000,000.00 Lead Abatement Fire Damage (any one fire) $ 50,000.00 Broad Form Vendors Med. Expense (any one person) $ 5,000.00 Premises Operations Underground Explosion &Collapse Products Completed Operations Contractual Independent Contractors Fire Legal Liability Professional Liability Aggregate $ 1,000,000.00• Automobile Liability Combined Single Limit $ 1,000,000.00 Any Auto All Owned Autos Hired Autos Non-Owned Autos • Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 1,000,000.00 Disease, Policy Limit $ 1,000,000.00 Disease Each Employe, $ 1,000,000.00 Property: Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Installation Floater Limits based on Project Cost Other-As Risk Identified to be determined INSURANCE ADVISORY FORM Insurance Advisory �. .N ® DATE(MM-DDYYYY) A`Of2L7CERTIFICATE OF LIABILITY INSURANCE 1224:2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES = BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED 0 REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. C a IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). c PRODUCER CONTACT 0 NAME: AOn Risk Services Northeast, Inc. E Boston MA Office (� NN .Ext): (866) 283-7122 (ac No): 800-363-0105 a 53 State Street E-MAIL O Suite 2201 ADDRESS: _ Boston MA 02109 USA INSURER(S)AFFORDING COVERAGE NAIC I INSURED INSURER A: Evanston Insurance Company 35378 COM Smith Inc. INSURER S: Hartford Fire Insurance Co. 19682 75 State Street Ste 701 Boston MA 02109-1940 USA INSURER C: ACE Property & Casualty Insurance Co. 20699 INSURER D: Underwriters At Lloyds London 15792 INSURER E: Hartford Accident & Indemnity Company 22357 INSURER F: Twin City Fire Insurance Company 29459 COVERAGES CERTIFICATE NUMBER: 570110041464 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER 'MM/DD'YYY MM'OD/Y LIMITS BX COMMERCIAL GENERAL LIABILITY 08CSEQU4161 01/01/2025-01/01/2026 EACH OCCURRENCE 12,000,000 CLAIMS.MADE X OCCUR DAMAGETO RENTED S1,000,000 PREMISES(Ea occurrence) _ MED EXP(Any one person) $15,000 PERSONAL B ADV INJURY $2,000,000 I GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE 14,000,000 •v POLICY l X 1 PRO pi LOC PRODUCTS COMP!OP AGG $4,000,000 0 JECT _ OTHER o N- a B 08 UEN QU4162 01/01/2025 01/01/2026 COMBINED SINGLE LIMIT `� AUTOMOBILE IJABILITY S 2,000,000 (Ea accident) .. X ANY AUTO BODILY INJURY(Per person) 0 OWNED ^SCHEDULED BODILY INJURY(Per accident) 0) AUTOS ONLY AUTOS CO HIRED AUTOS NON OWNED PROPERTY DAMAGE V ONLY _-_,AUTOS ONLY (Per accident) w 4= d C x UMBRELLAUAB X OCCUR XEUG28194687009 01/01/2025 01/01/2026 EACH OCCURRENCE 11,000,000 U EXCESS UAB CLAIMS-MADE AGGREGATE 11,000,000 DED RETENTION E WORKERS COMPENSATIONAND O8WNQU416O 01/01/2025 01/01/2026 X PERSTATUTE 0TH- EMPLOYERS'LIABILITYY!N AOS ER F ANY PROPRIETOR i PARTNER/EXECUTIVE nEL EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? I I N/A 08WBRQU4163 01/01/2025 01/01/2026 (Mandatory In NH) WI E.L.DISEASE-EA EMPLOYEE $1,000,000 11 yes,describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT S1,000,000— D Architects & Engineers PSDEF2500033 01/01/2025 01/01/2026 Each Claim 11,000,000— Professional Professional/Claims Made Aggregate 11,000,000 Deductible $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule.may be attached If more space Is required) .�Gy RE: Request for Qualification for General Engineering Consulting Services, RFQ No. CW24-001, Project Name: Scope Category B, Infrastructure Improvements and Evaluations, Scope Category C, Ancillary Studies and Services, Contract Name: General Engineering consulting Services Agreement. City of Boynton Beach, its officers, officials, employees, or volunteers are included as Additional Insured in accordance with the policy provisions of the General Liability policy. A Waiver of Subrogation is granted in favor of City of Boynton Beach in accordance with the policy provisions of the Workers' Compensation policy. Umbrella Liability policy follows form. Contractual Liability is included in the General Liability policy. Explosion, Collapse, Underground Coverage is included in the General CERTIFICATE HOLDER CANCELLATION tiji SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Yi EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE - - POLICY PROVISIONS. 1 City of Boynton Beach AUTHORIZED REPRESENTATIVE �� Attn: Daniel bugger, City Manager iiF_. 100 East Ocean Ave. /��Q r� Boynton Beach FL 33435 USA n/, Move,Vet,,varD( de s+alia chi M ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 10518329 LOC#: `4.00/2 ADDITIONAL REMARKS SCHEDULE Page _ of AGENCY NAMED INSURED Aon Risk Services Northeast, Inc. CDM Smith Inc. POLICY NUMBER See Certificate Number: 570110041464 CARRIER NAIC CODE See Ce rti fi tate Number: 570110041464 EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Add tonai Descnpton o'Operations,Locations I Vehicles. Liability policy. ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 10518329 LOC#: A ADDITIONAL REMARKS SCHEDULE Page _ of AGENCY NAMED INSURED Aon Risk Services Northeast, Inc. CDM Smith Inc. POLICY NUMBER See Certificate Number: 570110041464 CARRIER NAIC CODE See Certificate Number: 570110041464 EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance 01.01.25 - 01.01.26 Professional Policy: PSDEF2500033 Beazley (Syndicates 2623/0623) - 25% BRIT (Syndicate 2987) - 25% Arch Insurance (UK) Limited - 5% Convex Insurance UK Limited - 7.5% Lloyds Syndicates - 12.5% 4242 - 6.25%, 457 - .9375% - 1.5625%, 4711 - 1.25%, 1686 - 1.25%, 5555 - 1.25% Lloyds Syndicate 1458 - 10% Lloyds Syndicate 1618 - 15% ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 08 CSE QU4161 COMMERCIAL GENERAL LIABILITY CG 20 10 12 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 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 All locations as required by a written contract or a written contract or agreement, prior to an"occurrence" agreement entered into prior to an 'occurrence'or or offense, that such person or organization on be added offense as an additional insured to your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. 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. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III— Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: 08 CSE QU4161 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional If notice is mailed, proof of mailing to the last known Conditions: mailing address of the certificate holder(s) on file with A. If this policy is cancelled by the Company, other the agent of record or the Company will be sufficient than for nonpayment of premium, notice of such proof of notice. cancellation will be provided at least thirty (30) Any notification rights provided by this endorsement days in advance of the cancellation effective date apply only to active certificate holder(s) who were to the certificate holder(s) with mailing addresses issued a certificate of insurance applicable to this on file with the agent of record or the Company. policy's term. B. If this policy is cancelled by the Company for Failure to provide such notice to the certificate nonpayment of premium, or by the insured, notice holder(s) will not amend or extend the date the of such cancellation will be provided within (10) cancellation becomes effective, nor will it negate days of the cancellation effective date to the cancellation of the policy. Failure to send notice shall certificate holder(s) with mailing addresses on file impose no liability of any kind upon the Company or its with the agent of record or the Company. agents or representatives. Form IH 03 13 06 11 Page 1 of 1 © 2011, The Hartford POLICY NUMBER: 08 UEN QU4162 sity THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED CERTIFICATE HOLDER SCHEDULE Number of Days Notice: Name of Certificate Holder: BLANKET AS REQUIRED BY WRITTEN CONTRACT Part A: 30 Part B: 10 Mailing Address: Part C: 30 This policy is subject to the following additional C. If this policy is cancelled by the insured, notice Conditions when a number of days are shown in the of such cancellation will be provided to the Schedule for any of the above Parts. certificate holder in the Schedule, within the A. If this policy is cancelled by the Company, number of days notice of the cancellation other than for nonpayment of premium, notice effective date, as shown in Part C. of such cancellation will be provided to the If notice is mailed, proof of mailing notice to the certificate holder in the Schedule, at least the certificate holder's mailing address as shown in the number of days in advance of the cancellation Schedule will be sufficient proof of notice. If the effective date, as shown in Part A. number of days notice in the Schedule for any Part is B. If this policy is cancelled by the Company for left blank or is shown as zero, no notice will be nonpayment of premium, notice of such provided to the Scheduled certificate holder under that cancellation will be provided to the certificate Part. holder in the Schedule within the number of Any notification rights provided by this endorsement days notice of the cancellation effective date, apply only to active certificate holder(s) who were as shown in Part B. issued a certificate of insurance applicable to this policy's term. Form IH 03 08 06 11 Page 1 of 1 ©2011, The Hartford THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED CERTIFICATE HOLDER Policy Number: 08 WN QU4160 Endorsement Number: Effective Date:01/01/2025 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: CDM Smith, Inc. 75 State Street, Suite 701 Boston, MA 02109 This policy is subject to the following additional number of days notice of the cancellation Conditions when a number of days are shown in the effective date, as shown in Part C. schedule for any of the below Parts: If notice is mailed, proof of mailing notice to the A. If this policy is cancelled by the Company, other certificate holder's mailing address as shown in the than for non-payment of premium, notice of such schedule will be sufficient proof of notice. If the cancellation will be provided to the certificate number of days notice in the schedule for any Part is holder in the schedule, at least the number of left blank or is shown as zero, no notice will be days in advance of the cancellation effective provided to the scheduled certificate holder under date, as shown in Part A. that Part. B. If this policy is cancelled by the Company for Any notification rights provided by this endorsement non-payment of premium, notice of such apply only to active certificate holder(s) who were cancellation will be provided to the certificate issued a certificate of insurance applicable to this holder in the schedule within the number of days policy's term. notice of the cancellation effective date, as Failure to provide such notice to the certificate shown in Part B. holder(s) will not amend or extend the date the C. If this policy is cancelled by the insured, notice of cancellation becomes effective, nor will it negate such cancellation will be provided to the cancellation of the policy. Failure to send notice certificate holder in the schedule, within the shall impose no liability of any kind upon the company or its agents or representatives. Schedule Number of Days Notice: Name and Mailing Address of Certificate Holder Part A: 90 BLANKET AS REQUIRED BY WRITTEN CONTRACT Part B: 10 Part C: 90 Form WC 99 05 28 Printed in U.S.A. Process Date: Policy Expiration Date: ©2011, The Hartford