Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Same Day Express LLC dba Signature Sculpture; 2021-10-15; PSALCA-22014CA
PSALCA-22014CA City Attorney Approved Version 6/12/18 1 AGREEMENT FOR SCULPTURE RESTORATION AND PUBLIC ART MAINTENANCE SERVICES SAME DAY EXPRESS, LLC DBA SIGNATURE SCULPTURE THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2021, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Same Day Express, LLC d.b.a. Signature Sculpture, a California limited liability company, ("Contractor"). RECITALS A. City requires the professional services of a Contractor that is experienced in sculpture restoration and conservation in providing services for the City’s public art inventory. B. Contractor has the necessary experience in providing professional services and advice related to the ongoing maintenance efforts of the City’s public art inventory. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed a total of fifteen thousand dollars ($15,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed fifteen thousand dollars ($15,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 Debbie Jo McCool Tonya Rodzach Richard SchultzDebbie Jo McCool Suzanne Smithson Ed Garbo 15th October PSALCA-22014CA City Attorney Approved Version 6/12/18 2 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 3 recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 4 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. /// /// /// /// DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 5 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Richard L. Schultz Name Brett Fiore, Signature Sculpture Title Cultural Arts Manager Title Owner “Contractor” Department Library & Cultural Arts Address P.O. Box 111 City of Carlsbad Palm Desert, CA 92260 Address 1775 Dove Lane Phone No. 760-275-2779 Carlsbad, CA 92011 Email signaturesculpturepd@yahoo.com Phone No. 760-602-2086 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes No 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 6 City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 7 County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 8 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) SUZANNE SMITHSON Library & Cultural Arts Director As Authorized by the City Manager BRETT FIORE, Owner (print name/title) ATTEST: By: (sign here) For FAVIOLA MEDINA City Clerk Services Manager (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: For CELIA A. BREWER, City Attorney BY: _____________________________ Deputy/Assistant City Attorney DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 9 EXHIBIT “A” SCOPE OF SERVICES City requires the professional services of a Contractor that is experienced in sculpture restoration and conservation in providing services for the City’s public art inventory. Contractor has the necessary experience in providing professional services and advice related to the ongoing art restoration maintenance efforts of the City’s public art inventory. City has identified initial projects as well as identified the need for additional restoration services for the agreement term. 1) PROJECTS IDENTIFIED A. Public Art Inventory - Coastal Helix, by Artist Roger Stoller Routine maintenance of the Coastal Helix, a sculpture created by Artist Roger Stoller. The sculpture is located at the Coastal Trail Roundabout, at the north entrance to Carlsbad within the area encompassed by the corner of Carlsbad Blvd. and State Street. The Coastal Helix requires restoration and ongoing maintenance to retain and preserve the sculpture. Maintenance: Coastal Helix, by Artist Roger Stoller Perform follow up maintenance at 6-month intervals after the completion of the initial restoration. Maintenance costs will be billed at an hourly rate of one hundred fifty dollars per hour ($150/hour). Annual Maintenance Cost Not-to Exceed: $1,200 Image of Site Location Photo of Coastal Helix DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 10 B. Public Art Inventory - Caballeros Gates, by Artist Paul Hobson Restoration, Caballeros Gate, by Artist Paul Hobson Prepare work surface by taping, masking and protecting the surroundings. Clean/remove rust and oxidation from the outdoor metal sculpture by sanding and spot blasting. Apply a protective coat of zinc primer in various areas and then apply two coats of auto grade flat black primer to the entire gate. Lastly, apply two coats of auto grade flat black paint. All work will be conducted during closed hours of operation and on-site at the Caballeros Gate, located at 2955 Elmwood Street, off of Laguna. Restoration Cost: $2,900 Maintenance, Caballeros Gate, by Artist Paul Hobson Perform follow up maintenance at 6-month intervals after the completion of the initial restoration. Maintenance costs will be billed at an hourly rate of one hundred fifty dollars per hour ($150/hour). Annual Maintenance Cost Not-to Exceed: $1,000 Image of Site Location Images of Caballeros Gate DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 11 2) CITY PERMANENT PUBLIC ART INVENTORY – RESTORATION PROJECTS Ongoing Restoration and Maintenance of City’s Permanent Art Collection Perform ongoing restoration and maintenance work on public art pieces within the City’s collection as identified by the City’s Cultural Arts Manager or his designee. Costs will be billed at an hourly rate of one hundred fifty dollars per hour ($150/hour). All work will be discussed and planned between Contractor and City’s Cultural Arts Manager in advance and confirmed in writing prior to work proceeding. 3) CONTRACTOR REQUIREMENTS The Contractor shall perform to the standards required in this jurisdiction and will be expected to work closely with Cultural Arts Manager or designee throughout the duration of this Agreement. The Contractor bears the sole burden for ensuring that all legally required licenses and permits are obtained and renewed as specified by the regulating agency. This information is provided as a guide only. The Contractor must verify and comply with all Federal, State, and Local requirements, whether listed here or not. 4) HEALTH & SAFETY During the COVID-19 health-related pandemic, all activities occurring at City facilities, all parties must adhere to the guidance from the state, county, and local authorities on health and safety protocols. City staff will inform Contractor what the current guidelines are prior to their arrival and entering any City facility. Safety protocols may include, but are not limited to, hand washing, temperature testing, requiring face covering, maintaining physical distancing of six (6) feet. The safety protocols may be modified at any time due to changing rules, regulations or circumstances. 5) PAYMENT SCHEDULE Task 1 – Coastal Helix Maintenance Not-to-Exceed $1,200 Perform ongoing maintenance as needed and requested by Cultural Arts Manager or designee. Maintenance costs will be billed at an hourly rate of one hundred fifty dollars per hour ($150/hour). All invoices shall be submitted at the conclusion of each required maintenance session to the Cultural Arts Manager or designee. Task 2 – Caballeros Gate Restoration Not-to-Exceed $2,900 An amount of $2,600 will be paid upon the completion of the restoration of the public art piece, in a manner acceptable to the Cultural Arts Manager or his designee. After notification to the Cultural Arts Manager or his designee that the restoration on the public art piece is complete, the Cultural Arts Manager or his designee will make a site visit within 30 days of notification to ensure that the work meets the city’s conservation efforts. After the onsite visit has been completed and deemed acceptable, then the Contractor will receive the balance of $300. DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 PSALCA-22014CA City Attorney Approved Version 6/12/18 12 Task 3 – Ongoing Restoration and Maintenance Not-to-Exceed $150 per hour Perform ongoing maintenance as needed and requested by Cultural Arts Manager or designee. Maintenance costs will be billed at an hourly rate of one hundred fifty dollars per hour ($150/hour). All invoices shall be submitted at the conclusion of each required maintenance session to the Cultural Arts Manager or designee. 6) INVOICING / PAYMENT All invoices shall be submitted to City’s Cultural Arts Manager or his designee and shall be sufficiently detailed to include related activities and costs for approval by the City. Final invoice approval will be completed by City's Library & Cultural Arts Director or designee. DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 06/23/2021 Desert Cornerstone Insurance Service, Inc. CA License #0F15709 81713 Hwy 111, Ste E Indio CA 92201 Tina Eads (760) 347-7723 (760) 347-7725 tina@desertcornerstoneins.com Same Day Express, LLC, DBA: Dba: Same Day Express; dba: Signature Sculptures Restoration P.O. Box 111 Palm Desert CA 92261 Century Surety Company 36951 21-22 GL A Y CCP994645 07/01/2021 07/01/2022 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 The City of Carlsbad, its agents, officers, directors and employees are named as additional insured per form CGL1816 0216 when required by a written contract. City of Carlsbad 1200 Carlsbad Village Drive Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 &*/ 7+,6 (1'256(0(17 &+$1*(6 7+( 32/,&< 3/($6( 5($' ,7 &$5()8//< $'',7,21$/ ,1685(' ± 2:1(56 /(66((6 25 &2175$&7256 ±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± :KR LV DQ ,QVXUHG LV DPHQGHG WR LQFOXGH DV DQ DGGLWLRQDO LQVXUHG WKH SHUVRQV RU RUJDQL]DWLRQV VKRZQ LQ WKH 6FKHGXOH EXW RQO\ ZLWK UHVSHFW WR OLDELOLW\ IRU ³ERGLO\ LQMXU\´ ³SURSHUW\ GDPDJH´ RU ³SHUVRQDO DQG DGYHUWLVLQJ LQMXU\´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³ERGLO\ LQMXU\´ RU ³SURSHUW\ GDPDJH´ RFFXUULQJ DIWHU $OO ZRUN LQFOXGLQJ PDWHULDOV SDUWV RU HTXLSPHQW IXUQLVKHG LQ FRQQHFWLRQ ZLWK VXFK ZRUN RQ WKH SURMHFW RWKHU WKDQ VHUYLFH PDLQWHQDQFH RU UHSDLUV WR EH SHUIRUPHG E\ RU RQ EHKDOI RI WKH DGGLWLRQDO LQVXUHGV DW WKH ORFDWLRQ RI WKH FRYHUHG RSHUDWLRQV KDV EHHQ FRPSOHWHG RU 7KDW SRUWLRQ RI ³\RXU ZRUN´ RXW RI ZKLFK WKH LQMXU\ RU GDPDJH DULVHV KDV EHHQ SXW WR LWV LQWHQGHG XVH E\ DQ\ SHUVRQ RU RUJDQL]DWLRQ RWKHU WKDQ DQRWKHU FRQWUDFWRU RU VXEFRQWUDFWRU HQJDJHG LQ SHUIRUPLQJ RSHUDWLRQV IRU D SULQFLSDO DV D SDUW RI WKH VDPH SURMHFW &*/ ,QFOXGHV FRS\ULJKWHG PDWHULDO RI ,QVXUDQFH 6HUYLFHV 2IILFH ,QF XVHG ZLWK LWV SHUPLVVLRQ3DJH RI 3ROLF\ &&3994645 DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 DocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59 &*/ &7KH LQVXUDQFH SURYLGHG IRU WKH EHQHILW RI WKH DERYH VFKHGXOHG DGGLWLRQDO LQVXUHGV VKDOO EH SULPDU\ DQG QRQ FRQWULEXWRU\ EXW RQO\ ZLWK UHVSHFW WR OLDELOLW\ IRU ³ERGLO\ LQMXU\´ ³SURSHUW\ GDPDJH´ RU ³SHUVRQDO DQG DGYHUWLVLQJ LQMXU\´ FDXVHG LQ ZKROH RU LQ SDUW E\ <RXU DFWV RU RPLVVLRQV RU 7KH DFWV RU RPLVVLRQV RI WKRVH DFWLQJ RQ \RXU EHKDOI LQ WKH SHUIRUPDQFH RI \RXU RQJRLQJ RSHUDWLRQV IRU WKH DGGLWLRQDO LQVXUHGV DW WKH ORFDWLRQV GHVLJQDWHG LQ WKH 6FKHGXOH DERYH ':LWK UHVSHFW WR WKH LQVXUDQFH DIIRUGHG WR WKHVH DGGLWLRQDO LQVXUHGV WKH IROORZLQJ LV DGGHG WR 6HFWLRQ ,,,±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ocuSign Envelope ID: B582C881-E658-4425-BDDD-519CA361CF59