Loading...
Task Order No. 0640c with SPF Water Engineering for Municpal Well 26 Evaluation and Reconstruction DesignMemo To: Mayor de Weerd From: Kathy Wanner, Buyer Date: December 9, 2014 RE: Task Order 0640.c - Municipal Well 26 Evaluation and Reconstruction - Design Madam Mayor: Attached please find the Task Order 0640.c in the amount of $36,000.00 with SPF Water Engineering for the following services: Municipal Water Supply Well 26 Evaluation and Reconstruction - Design This Task Order falls in the category of Projects Up to $50,000. The task order requires the Mayor's signature for approval. The Public Works Department has notified and acquired approval from Council Liaison. At this time, all parties have mutually agreed to the terms and conditions. I am presenting this Task Order for your signature and for the City Clerk to attest. Thank you. Department of Financial Management & Planning . 33 E. Broadway Avenue Meridian, ID 83642 Phone 208-888-4433 . Fax 208-887-4813 . www.meridiancity.org TASK ORDER NO. 0640.c Under the MASTER AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF MERIDIAN (OWNER) AND SPF WATER ENGINEERING (ENGINEER) This Task Order is made this 9th day of December, 2014 and entered into by and between the City of Meridian, a municipal corporation organized under the laws of the State of Idaho, hereinafter referred to as "City", and accepted by SPF WATER ENGINEERING, hereinafter referred to as "Engineer' pursuant to the mutual promises, covenant and conditions contained in the Master Agreement (Category 6a) between the above mentioned parties dated October 1, 2014. The Project Name for this Task Order 0640.c is as follows: CITY OF MERIDIAN MUNICIPAL WATER SUPPLY WELL 26 EVALUATION AND RECONSTRUCTION - DESIGN PROJECT UNDERSTANDING AND BACKGROUND Well 26 is located on Locust Grove Road, about 0.25 miles south of Chinden Boulevard.Well 26 was constructed in 2005 by Treasure Valley Drilling to a total depth of 691 feet. The well is constructed with 24 - inch steel casing to a depth of 44 feet and 17 -inch PVC SDR17 casing to a depth of 549.5 feet. The well is screened with 8 -inch stainless steel screen placed in various water -bearing zones from 556.7 to 691.0 feet. Screen slot sizes range from 0.025 inches up to 0.040 inches. A removable packer/reducer consisting of 12 -inch diameter steel casing with 15 -inch rubber rings and a 12 -inch by 8 -inch steel reducer with a notched receiver connects the screen headpipe to the PVC casing. This packer/reducer was installed from 530.1 feet to 534.2 feet. Well 26 was initially test pumped on March 16, 2005 at a pumping rate of 1,800 gpm for 6 hours, with a pumping water level of 75.3 feet. Static water level in the well was measured at 25.8 feet below ground level. Drawdown during the test was 49.5 feet, equal to a specific capacity of 36.3 gpm per foot of drawdown. Test pumping indicated an aquifer transmissivity of 68,000 gpd/ft. Water quality samples were collected from the well after completion on March 17, 2005. None of the parameters sampled for exceeded their respective drinking water maximum contaminant levels (MCLs). The concentration of iron was 0.36 mg/L, higher than the secondary standard of 0.30 mg/L. Select water quality parameters are summarized below: • Arsenic concentration was 0.0012 mg/L, below the MCL of 0.010 mg/L • Nitrate was not detected • Fluoride concentration was 0.36 mg/L, below the MCL of 4.0 mg/L • Ammonia concentration was 0.05 mg/L • Dissolved iron concentration was 0.34 mg/L, higher than the secondary standard of 0.30 mg/L • Total dissolved solids concentration was 68.0 mg/L, less than the secondary standard of 500 mg/L • Dissolved manganese concentration was 0.04 mg/L, less than the secondary standard of 0.05 mg/L Task Order 0640.c Municipal Water Supply Well 26 Evaluation And Reconstruction - Design Page 1 of 4 SPF WATER ENGINEERING Record drawings indicate that Well 26 is equipped with a 250 -hp lineshaft vertical turbine pump, an American -Marsh model 14WC, 5 -stage, with 11.5 -Inch impellers. The pump was selected to produce 2,400 gpm with a total dynamic head of 345 feet. The pump is controlled by a variable frequency drive. The pump is set on 10 -inch diameter column pipe with a setting depth 190 feet below the discharge head. A tailpipe consisting of 10 feet of 10 -inch diameter pipe was installed on the pump suction, and a strainer approximately 2.5 feet long was placed on the end of the tailpipe. A 1 -inch polyethylene pipe was installed to the top of the pump bowls to house a water level monitoring device. SPF understands that Well 26 has not experienced any significant declines in capacity. Available water quality data suggest that the well generally produces good quality water. It is not known if the well still produces water with elevated dissolved iron levels. The City desires to evaluate the current condition of the well and pump, clean the well if warranted, rehabilitate the pump if necessary, and repair or reconstruct the well if necessary. SCOPE OF SERVICES Per the City's request, SPF proposes the following work tasks. Task 1.1 — Municipal Water Supply Well 26 Evaluation SPF will conduct an evaluation of Well 26 to determine the existing condition of the well. This task will include the following subtasks: 1) Review available data on Well 26. The City has provided SPF with record drawings, pumping system Operation and Maintenance Manual, and well completion report including well construction, test pumping, and water quality data. 2) Supervise short-term test pumping of Well 26. Data collected during testing will include pumping rate, static water level, pumping water level, discharge pressure, and sand content. The specific capacity calculated from this test pumping will be compared to the specific capacity determined after well construction to assess any changes in well production. Pumping water level and discharge pressure will be collected at three separate flow rates and compared to the manufacturer pump curve to assess pump performance. SPF requests that the City measure motor current and voltage during test pumping, information that SPF will use to evaluate voltage and current imbalances and pump efficiency. 3) Schedule and oversee removal of the pumping plant and have it inspected for wear/corrosion by a professional pump contractor. SPF does not anticipate that the pump will be disassembled if testing indicates that pump performance is good, there is no sign of exterior corrosion, and appropriate materials were used for pump components (shaft, bolts, and impellers). For pump removal, SPF will require that the selected pump contractor (a) place protective sheathing as needed on the roof to prevent damage, (b) cover all electrical and other vulnerable equipment with plastic sheeting, and (c) protect well head piping and equipment as needed. During removal of the pumping plant, SPF will be on site to document condition, installation, and mechanical details. 4) Schedule and oversee a video inspection of Well 26 by a professional pump contractor. SPF recommends that the City run water down the well to clear the water column at least 24 hours prior to the video survey. SPF will be on site during the video survey to direct the contractor and document the survey. A copy of the survey will be provided to the City on a CD. 5) SPF will prepare a technical memorandum for the City describing the results of the test pumping, pump inspection, and video survey. If test pumping and video survey indicate that plugging of the well screens is resulting in a decline in well capacity, SPF will recommend cleaning of the well. Task Order 0640.c Municipal Water Supply Well 26 Evaluation And Reconstruction - Design Page 2 of 4 SPF WATER ENGINEERING SPF will evaluate the results of the pump inspection and make pump rehabilitation recommendations for City review and approval. If the existing turbine pump lineshaft is in poor condition or constructed of carbon steel, SPF will provide costs for upgrading to stainless steel. SPF also anticipates providing costs for adding a second sounding tube in Well 26 when the pumping plant is reinstalled. If well cleaning is not considered necessary, the pump will be re -installed following any approved rehabilitation. SPF will be on site to observe and document re -installation of the pump. If the pump is rehabilitated, test pumping will be conducted to evaluate improvements in pump performance. If the pump is not rehabilitated, then additional test pumping is not considered necessary. 6) If well cleaning is recommended and approved by the City, SPF will develop well cleaning specifications, prepare a bid schedule for the work, obtain quotes from three or more contractors, and provide a recommendation to the City for award of the work. SPF will oversee and direct the contractor's work during the cleaning process. Additional sheathing of the building will be provided as appropriate to protect the building from damage. 7) Following completion of cleaning, SPF will schedule and oversee a post -cleaning video inspection of the well. SPF will be on site during the video survey to direct the contractor and document the survey. A copy of the survey will be provided to the City on a CD. Upon completion of the video, the pump contractor will be directed to reinstall the pump, with SPF present to observe the work. The well will then be test pumped to assess any improvements to well specific capacity as a result of the cleaning. 8) Upon completion of all work, SPF will prepare a technical memorandum describing the well cleaning (if performed), any changes in well capacity, any changes in pump performance, video survey observations, and pump operation recommendations. An as -built diagram of the pumping plant developed from SPF's observations will be provided to the City. Task 1.2 — City Water Well 26 Reconstruction Design If Task 1.1 identifies problems with the well that need to be corrected, SPF will: 1) Consult with the City's Project Manager to determine the best course of action to alter or reconstruct the well, 2) Develop plans and specifications as appropriate to describe and solicit quotes/bids for the work, 3) Obtain quotes/bids from appropriate contractors for the work according to City policy and in cooperation with the Project Manager, 4) Oversee and inspect the reconstruction work, and 5) Update as -built drawings at the conclusion of the reconstruction work. TIME OF COMPLETION and COMPENSATION SCHEDULE The following schedule is based on a Notice to Proceed (NTP) from the City by November 2014 and resulting in Final Design/Report being completed by APRIL 2015. A NTP issued on a different date will change the schedule accordingly. COMPENSATION AND COMPLETION SCHEDULE Task Descrt tion Due Date Com enation 1.1 Municipal Water Supply Well 26 Evaluation 90 days from NTP $20,000 1.2 City Water Well 26 Reconstruction Design 30 days from completion of $16,000 Task 1.1 TASK ORDER TOTAL $36,000 Task Order 0640.c Municipal Water Supply Well 26 Evaluation And Reconstruction - Design Page 3 of 4 SPF WATER ENGINEERING The Not -To -Exceed amount to complete all services listed above for this Task Order No. 0640.c is thirty six thousand dollars ($36,000.00). No compensation will be paid over the Not -to -Exceed amount without prior written approval by the City in the form of a Change Order. The hourly rates for services and direct expenses shall be billed per the approved Rate Schedule and Master Agreement (by this reference made a part hereof) and will be the basis for any additions and/or deletions in services rendered. Travel and meals are excluded from this Task Order unless explicitly listed in the Scope of Services AND Payment Schedule. CITY OF MERIDIAN BY MM/ir'�7/y!%►' TAY de W D, MAYOR �llG t. JAYCE Hf SPF WATER ENGINEERING BY:y� TERRY SCAN N, .E„ P.G., Manager A rated: 1/17, lU. r� DIAN roano . Purchasing A provai:, E 'e /l BY: BK KEITH S, Purcha 'ng Manager DEI Dated: /2--t—yY City Project Manager Josh Gabel Task Order 0640.c Munlcipa: Water Supply Well 26 Evaluation And Reconstruction - Design Page 4 014 SPF WATER ENGINEERING CITY OF MERIDIAN CONTRACT/AGENDA REQUEST CHECKLIST Date: 10/14/2014 REQUESTING DEPARTMENT Public Works - Water Fund: 60 Department: 3430 Construction: PSA: Project Name: Project Manager: Josh Gabel Contractor/Consultant/Design Engineer: Budget Available (Attach Report): Yes Will the project cross fiscal years? Yes GL Account: 55705 Projectif Task Order: Well 26 Assessment Department Representative: SPF Water Engineering Contract Amount: $36,000.00 No x Budget Information: FY Budget: FY15 Enhancement #: Grant#: Other: Type of Grant: CONTRACT CHECKLIST 0640.c BASIS OF AWARD Low Bidder Highest Rated Master Agreement x (Bid Results Attached) (Ratings Attached) (Category) 6a Typical Award Yes No If no please state circumstances and conclusion: 10 Day Waiting Period Complete: na Date Award Posted: na PW License # na Current? (attach print out) na Corporation Status Existing Insurance Certificates Received (Date): August 25, 2014 Rating: A+ Payment and Performance Bonds Received (Date): na Rating: na Builders Risk Ins. Req'd: Yes na No na If yes, has policy been purchased? na (Only applicabale for projects above $1,000,000) Date Submitted to Clerk for Agenda: na Approved by Council na Issue Purchase Order No. Date Issued: WH5 submitted Issue Notice of Award: Date: NTP Date: (Only for non Public Works Project) CITY OF MERIDIAN CONTRACT/AGENDA REQUEST CHECKLIST -2- . Statement of Revenues and Expenditures - Rev and Exp Report - Kathy 3430 - Hater - Production 60 - Enterprise Fund From 10/1/2014 Through 9/30/2015 OPERATING COSTS 55705 Well Assessment Total OPERATING COSTS DEPI EXPENDIIURES TOTAL EXPENDITURES WITH TRANSFERS Budget with Current Year Amendments Actual Percent of Budget Budget Remaining Remaining 50.000.04 0.00 $0.000.04 100.00% 50 000.04 0.00 50 000.04 100.004 $0,000.04 0.00 50,000.04 100.004 50,000.04 0.00 50,000.04 100.004 NQ x w LL O z a O N $ O ! • P C 00 C9 L o O O N G • v. H m N n W N Oi co 1 W'� • • � Sod ci 5 In on In 4 `5 to to L in e �a co • ti C pp J' iJ... • � a l c S Sc YE: s. �E e o (0Oc, _ r -5= s � 4 ,S 3 - 0 g 04 h CD N 5 a O > $ LL_ - - $ O $ l0 N p W @ LL: O (0 • - Qi 5 y a g d J @ U) a 3 co ; y Z a W K � 84. N $ m m e LL d jN •• e. • m �' a ' U ��/1 N > n w 0 4co O W • m 9 3 � Z p W M „' a m q'a3W &mgE h e" > }F- W `5 n R > W C U > rc aZ �. w 'ti a 4 .� (p -4 m W a �' d crn CLia Z 2 U _s`o8� 8v v'. W ion� QE E IDSOS Viewing Business Entity IDAHO SECRETARY OF STATE Viewing Business Entity Page 1 of I Ben Ysursa, Secretary of State [ New Search ] [ Back to Summary ] [ Get a certificate of existence for SPF WATER ENGINEERING, LLC ] [ Monitor SPF WATER ENGINEERING LLC business filings ] SPF WATER ENGINEERING, LLC 300 E MALLARD DR STE 350 BOISE, ID 83706 Type of Business: LIMITED LIABILITY COMPANY Status: EXISTING, ANREPT SENT 08 Jan 2014 State of Origin: IDAHO Date of 02 Mar 2004 Origination/Authorization: Current Registered Agent: CATHERINE E COOPER 300 E MALLARD DR STE 350 BOISE, ID 83706 File Number: W28961 Date of Last Annual Report: 28 ]an 2014 Original Filing: [ Help Me Print/View TIFF ] Filed 02 Mar 2004 ARTICLES OF View Image (PDF format) View ORGANIZATION Image (TIFF format) Annual Reports: Report for year 2014 ANNUAL REPORT Report for year 2013 ANNUAL REPORT Report for year 2012 ANNUAL REPORT Report for year 2011 ANNUAL REPORT Report for year 2010 ANNUAL REPORT Report for year 2009 ANNUAL REPORT Report for year 2009 CHNG Vi RA/RO Report for year 2008 ANNUAL REPORT Report for year 2008 CHANGE ADDRESS [ Help Me Print/View TIFF ] View Document Online View Document Online View Document Online View Document Online View Document Online View Document Online ew Image (PDF format) View Image (TIFF format) View Document Online View Image (PDF format) View Image (TIFF format) View Document Online ew Image (PDF format) View Image (TIFF format) View Image (PDF format) View Image (TIFF format) Report for year 2007 ANNUAL REPORT Report for year 2006 ANNUAL Vi REPORT Report for year 2005 ANNUAL REPORT Idaho Secretary of State's Main Page State of Idaho Home Page Comments, questions or suggestions can be emailed to: sosinfoCta sos.idaho.gov http://www. accessidaho.org/public/sos/corp/W28961.html 11/4/2014 SPFWA-1 OP ID: JY '4� R" CERTIFICATE OF LIABILITY INSURANCE DATE 01201YYJ 09/10/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER The Hartwell Corporation - Cal PD BOX 490 Caldwell, ID 63606 Jeremy Kroll CONTACT PHONE FAX _ AIC No Exit, A/C No: E41AIL - ADDRESS: _ -INSURERM AFFORDING COVERAGE NAIC It INSURERA:Travelers lndemni Co of Am. 25658 _ INSURED 6756]] SPF Water Engineering, LLC 300 E Mallard Drive, Suite 350 Boise, ID 83706 INSURERS: Idaho State Insurance Fund 36129 INsuRERc:Travelers Indemnity Co 25666 - INSURERD:Catlin Insurance Co 19518 _ INSURERE: X INSURER F: 680.4799X147 COVERAGES CERTIFICATE NUMBER: REVIRICIM HMRFR- 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. TR TYPE OF INSURANCE IM -MM0 -SUB POLICY NUMBER MM/OO/YIFF 16UC/Y YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,009 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X 680.4799X147 02/1912014 0211912015 DAM GETO PREMISES Eaoccunence $ 1,000,000 MED EXP(An one person) $ 10,090 X CGD381 PERSONAL A ADV INJURY $ 1,000,009 GENERAL AGGREGATE $ 2,000,009 GENT AGGREGATE LIMIT APPLIES PER: PRO- LOC POLICY 1XI PRODUCTS - COMP/OP AGO $ 2,000,999 $ C AUTOMOBILE X LIABILITY ANY AUTO BA4803X475 0211912014 02/1912015 EaaccRdeJ INGLE LIMIT $ 1,000,09 BODILY INJURY (Per person) $ AOSCHEDULED AUTOS AUTOS HIREDAUTOS NON -OWNED AUTOS BODILY INJURY Per accident $ ( ) PROPERTYDAMAGE $ PER ACCIDENT x CAT353 $ UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 2,000,009 C X EXCESS LIAR CLAIMS -MADE CUP -004803X101 02/1912014 02119/2015 AGGREGATE $ 2,000,09 DED X RETENTION$ 10.000 $ B WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERVEMBER. EXCLUDED? NIA 593624 0110112014 01/01/2015 WCSTATU- OTH- X ORY LIMITS E. E.L. EACH ACCIDENT $ 1,999,999 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below D Profes Liability ED99388-0215 02126/2014 02126/2015 Ea Claim 2,000,000 $10,000 deductible Ann[Aggr 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) City of Meridian is listed as additional insured as provided by CGD381. CITME-1 City of Meridian Accounting Dept. Meridian City Purchasing Agt 33 East Broadway Ave Meridian, ID 83642 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORRED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD COMMERICAL GENERAL LIABILITY I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART OW27a A. The following is added to WHO IS AN INSURED INSURANCE (Section III) for this Coverage (Section II): Part. Any person or organization that you agree in a B. The following is added to Paragraph a. of 4. "contract or agreement requiring insurance" to in- Other Insurance in COMMERCIAL GENERAL clude as an additional insured on this Coverage LIABILITY CONDITIONS (Section IV): Part, but only with respect to liability for"bodily in- However, if you specifically agree in a "contract or jury", "property damage" or "personal injury' agreement requiring insurance" that the insurance caused, in whole or in part, by your acts or omis- provided to an additional insured under this Cov- sions or the acts or omissions of those acting on erage Part must apply on a primary basis, or a your behalf. primary and non-contributory basis, this insurance a. In the performance of your ongoing opera- is primary to other insurance that is available to tions; such additional insured which covers such addi- b. In connection with premises owned by or tional insured as a named insured, and we will not rented to you; or share with the other insurance, provided that: c. In connection with "your work" and included (1) The "bodily injury" or "property damage" for within the "products -completed operations which coverage is sought occurs; and hazard". (2) The "personal injury" for which coverage is Such person or organization does not qualify as sought arises out of an offense Committed; an additional insured for "bodily injury", "property after you have entered Into that "contract or damage" or "personal injury" for which that per- agreement requiring insurance". But this Insur- _ son or organization has assumed liability in a con- ance still is excess over valid and collectible other tract or agreement. insurance, whether primary, excess, contingent or The insurance provided to such additional insured on any other basis, that is available to the insured `— is limited as follows: when the insured is an additional insured under d. This insurance does not apply on any basis to any other insurance. =' any person or organization for which cover- C. The following is added to Paragraph 8. Transfer age as an additional insured specifically is Of Rights Of Recovery Against Others To Us o- added by another endorsement to this Cover- in COMMERCIAL GENERAL LIABILITY CON - age Part. DITIONS (Section IV): e. This insurance does not apply to the render- We waive any rights of recovery we may have Ing of or failure to render any "professional against any person or organization because of services". payments we make for "bodily injury", "property f. The limits of insurance afforded to the addi- damage" or "personal injury' arising out of "your o= tional insured shall be the limits which you work" performed by you, or on your behalf, under agreed in that "contract or agreement requir- a "contract or agreement requiring insurance" with Ing insurance" to provide for that additional that person or organization. We waive these insured, or the limits shown in the Declare- rights only where you have agreed to do so as tions for this Coverage Part, whichever are part of the "contract or agreement requiring insur- less. This endorsement does not increase the ance" with such person or organization entered limits of insurance stated in the LIMITS OF into by you before, and in effect when, the "bodily CG D3 8109 07 © 2007 The Travelers Companies, Inc. Page 1 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission. OW27a COMMERICAL GENERAL LIABILITY injury' or "property damage" occurs, or the "per- sonal injury" offense is committed. D. The following definition is added to DEFINITIONS (Section V): "Contract or agreement requiring insurance" means that part of any contract or agreement un- der which you are required to include a person or organization as an additional insured on this Cov- erage Part, provided that the "bodily injury" and --•- "property damage" occurs, and the "personal in- jury" is caused by an offense committed: a. After you have entered into that contract or agreement; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 ©2007 The Travelers Companies, Inc. CG D3 81 09 07 Includes the copyrighted material of Insurance Services Office, Inc., with its permission.