Loading...
HomeMy WebLinkAboutR2022-199 2022-09-12DocuSign Envelope ID: 4B36D93D-0991-4E02-BB0B-E43104F5AD7D RESOLUTION NO. R2022-199 A Resolution of the City Council of the City of Pearland, Texas, renewing a contract for overhead door services (maintenance and repairs) associated with City facilities, with DH Pace, Inc., in the estimated amount of $60,000.00, for the period of October 1, 2022 to September 30, 2023. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That competitive bids for overhead door services were previously obtained. Section 2. That the City Council hereby renews a contract with DH Pace, Inc., in the estimated amount of $60,000.00. Section 3. The City Manager or his designee is hereby authorized to execute a contract for overhead door services (maintenance and repairs) associated with City facilities. PASSED, APPROVED and ADOPTED this the 12th day of September, A.D., 2022. DocuSigned by: �t VLE MAYOR ATTEST: DocuSigned by: Trott Gs aSar FR KiEfnbUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ,-DocuSigned by: DAWTIF4tOKER CITY ATTORNEY Bid # 0621-48 Title Overhead Door Maintenance and Repair Services LINE ITEMS Exhibit A. ABC Doors (ABC Steel D.H. Pace Company, Inc Overhead Door Company # Description UOM QTY Unit Extended Unit Extended Unit Extended 1 QUARTERLY MAINTENANCE EA 1 $41,600.00 $29,036.00 $35,200.00 1.1 FS # 1 - 1571 Old Alvin Rd. EA 4 $1,800.00 $ 7,200.00 $1,428.00 $ 5,712.00 $1,300.00 $ 5,200.00 1.2 FS # 2 - 6050 Fite Rd. EA 4 $1,800.00 $ 7,200.00 $1,428.00 $ 5,712.00 $1,300.00 $ 5,200.00 1.3 FS # 3 - 3207 Yost Rd. EA 4 $1,800.00 $ 7,200.00 $1,428.00 $ 5,712.00 $1,300.00 $ 5,200.00 1.4 FS # 4 - 8333 Freedom Dr. EA 4 $1,000.00 $ 4,000.00 $595.00 $ 2,380.00 $1,500.00 $ 6,000.00 1.5 FS # 5 - 3100 Kirby EA 4 $800.00 $ 3,200.00 $357.00 $ 1,428.00 $1,200.00 $ 4,800.00 1.6 FS # 8 - 12255 Shadow Creek Parkway EA 4 $1,800.00 $ 7,200.00 $952.00 $ 3,808.00 $1,500.00 $ 6,000.00 1.7 Fire Admin - 2703 Veterans EA 4 $400.00 $ 1,600.00 $238.00 $ 952.00 $300.00 $ 1,200.00 1.8 PSB 2555 Cullen Blvd EA 4 $1,000.00 $ 4,000.00 $833.00 $ 3,332.00 $400.00 $ 1,600.00 2 REPAIRS EA 1 $3,425.75 $5,462.50 $7,250.00 2.1 HOURLY LABOR RATE PERPERSON EA 1 $78.25 $ 78.25 $142.50 $ 142.50 $250.00 $ 250.00 2.2 EMERGENCY RESPONSE CALLS perspec 1.03 EA 10 $234.75 $ 2,347.50 $357.00 $ 3,570.00 $500.00 $ 5,000.00 2.3 MATERIALS COST PLUS PERCENTAGE(%) MARKUP per spec 1.02.2 (estimated materials cost $5,000) EA $ 5,000.00 20.0% $ 1,000.00 35.0% $ 1,750.00 40.0% $ 2,000.00 Total Total W/Markup $44,025.75 $ 45,025.75 $32,748.50 $ 34,498.50 $40,450.00 $ 42,450.00 DocuSign Envelope ID: 1 FA731 CC-D75B-4B37-A5F2-F8A8B7559167 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. 0621-48 Overhead Door Maintenance and Repair Services THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home - rule municipal corporation ("City") and Contractor ("Contractor"), and consisting of the following parts: I. Summary of Contract Terms II. Signatures III. Standard Contractual Provisions IV. Special Terms and Conditions V. Additional Contract Attachments I. Summary of Contract Terms. Contractor: Description of Services: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures ,ClicKQ dP„EARLAND DH Pace Company, Inc. 8618 West Little York Rd. Ste 200 Houston, TX 77040 Overhead Door Maintenance and Repair $60,000.00 October 1, 2022 September 30, 2023 1 Remaining R2022-199/Bid #0621-48 9/27/2022 I 3:52 PM L0tltLCCl.o4Go... Purchasing Officer DocuSigned by: Ctati Pou, 9/28/2022 I 7:28 A aeaGoartoyw.v0U... *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: I\pet,e` 9/22/2022 Superintendent/Manager — up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + City Council Resolution over $50,000 Service Contract Standard Form Page 1 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for Bid/Proposal or Quote No. 0621-48 ("Solicitation"), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Contract is for one year, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to two (2) additional one-year periods ("Option Period(s)"), provided, the parties do so by written amendment prior to the expiration of the original term or the then -current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Contract is for an amount not to exceed $60,000.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated, in its entirety, by reference into this Contract. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be emailed to the following email address with a copy provided to the Contract Administrator: City of Pearland Attn: Accounts Payable Email: accountspayable@pearlandtx.gov 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Contract, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Contract is as follows: Name: Tiffany Stodder Department: Engineering and Public Works Phone: 281-652-1756 Email: tstodderpearlandtx.qov 5. Insurance; Bonds. (A) Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance ("COI"), as proof of the required insurance coverages, to the City's Contract Administrator. Additionally, the COI must state that the City shall be provided no less than thirty (30) days' advance written notice of cancellation, material Service Contract Standard Form Page 2 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within ten (10) days of the City Manager or his designee's written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B) Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Contract. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C, and such content, the entirety of which, shall be incorporated into this Contract. 6. Purchase Release Order. For multiple -release purchases of Services provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Services shall not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re -worked immediately at no charge to the City. If immediate correction or re- working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, shall be paid by the Contractor within thirty (30) days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Contract including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non -Appropriation. The continuation of this Contract after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Contract as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Service Contract Standard Form Page 3 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 1 FA731 CC-D75B-4B37-A5F2-F8A8B7559167 Contract. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor shall perform all work required by this Contract as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors unless the subcontractors were identified in the bid/quote/proposal or approved by the Contract Administrator. 13. Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Contract waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Contract must be given by hand delivery, or certified mail, postage prepaid, and is deemed received on the day hand -delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Pearland Attn: Jack Enochs Title: Facilities Services Manager Address: 2016 Old Alvin Rd., Pearland, TX 77581 Phone: 281.652.1914 IF TO CONTRACTOR: DH Pace Company, Inc. Attn: Juan Venegas Title: Administrative Support Representative Address: 8618 W. Little York Rd., Ste 200, Houston, TX 77040 Phone: 281.765.8355 17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR'S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF Service Contract Standard Form Page 4 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 1 FA731 CC-D75B-4B37-A5F2-F8A8B7559167 THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD - PARTY DEFENDANT AS ALLOWED BY LAW. 18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator's fees. 19. Attorney's Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney's fees or other costs relating to the suit. 20. Termination. (A) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City's own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all services rendered in accordance with this Contract to the date of termination. (B) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default shall provide the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract pursuant this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. 21. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Contract. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 22. Limitation of Liability. The City's maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Contract by the Contractor is of the essence of this Contract, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 24. Severability. Each provision of this Contract is considered to be severable and, if, for any reason, any provision or part of this Contract is determined to be invalid and contrary to Service Contract Standard Form Page 5 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 applicable law, such invalidity shall not impair the operation of nor affect those portions of this Contract that are valid, but this Contract shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Contract (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Contract if required by said statute for items approved by the City Council. 27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Contract. The applicable law for any legal disputes arising out of this Contract is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Brazoria County, Texas. 28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory executing this contract on behalf of company verifies that the company does not boycott Israel and will not boycott Israel during the term of this contract. This clause is subject to companies with ten or more full time employees and the contract value is $100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 29. Public Information Act Requirements. This paragraph applies only to Contracts that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, regarding certain entities requirement to provide contracting information to governmental bodies in connection with a public information request, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 30. Entire Agreement. This Contract constitutes the entire agreement between the parties concerning the subject matter of this Contract and supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. IV. Special Terms and Conditions. None V. Additional Contract Documents Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Service Contract Standard Form Page 6 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 Incorporated by Reference Only: Exhibit 1: RFB/RFP/Quote No. 0621-48 Exhibit 2: Contractor's Bid/Proposal Response Service Contract Standard Form Page 7 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 ATTACHMENT A - SCOPE OF WORK The following requirements and specifications shall be in addition to the other requirements contained herein and shall supersede the other requirements where applicable. 1.01 Quarterly preventative maintenance inspection: Contractor shall provide quarterly preventative maintenance inspections for each site to include, but not be limited to the following: 1.01.1 All overhead doors, power systems, drives, springs, electronic eyes and remote controllers; 1.01.2 Includes greasing of fittings and adjusting limits on door as needed including all applicable components and routine adjustments to ensure proper operation. 1.01.3 Includes all labor and materials required to complete the maintenance inspection. 1.02 Repairs: Compensation for repairs other than the quarterly maintenance inspections will be based on a time and material basis as follows: 1.02.1 Hourly labor rate: The hourly labor rate shall be for a two -person crew and include all necessary tools, including scissor lift rental, required for the installation and repair of overhead doors. In the event a three -person crew is required, the rate shall be one and a half times the normal hourly labor rate. The hourly rate for a one or two -person crew shall be the same and shall be included in the quarterly inspection cost. 1.02.2 Material cost: Materials pricing shall be based on a percentage markup over the Contractor's procurement cost. The Contractor must submit itemized material receipts or invoices with each request for payment. 1.02.3 Response time: Response time for non -emergency repairs during normal business hours shall be no greater than four hours. 1.02.4 Response repairs (Non-emergency/Emergency): Required response repairs that have been longer than 90 days after last quarterly preventative maintenance shall be charged as a quarterly preventative maintenance inspection, and not charged at the hourly labor rate. If repair is needed within ten calendar days of a completed quarterly inspection labor fees will be waived. 1.03 Emergency Response: The City will pay a set, per -incident emergency response fee for two hour(s) or less responses, on -call service 24 hours per day, seven days a week to all facilities with overhead doors to get the door(s) to a position that will allow for the continued operation of emergency equipment housed at that facility. 1.04 Silence of Specifications: The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 2.0 1.05 Contractor is expected to perform Any damage to a City or Citizens either direct or indirect, resulting repaired fully and completely at the and any litigation fees that may be repaired or not repaired in a workmanlike 1.06 Contractor must communicate and respect to any of the services required. LOCATION LIST all work in a competent and professional manner. building/facility that is not included in the project, from the Contractor, or their employees must be cost to the Contractor, including work, materials, incurred to recover the cost of such damages not manner. work effectively with City of Pearland staff with Station # Location # of Doors Size Powered By Elec-Eyes 1 1571 Old Alvin Rd 12 13' x 14.5' Lift Master Yes 2 6050 Fite Rd 12 13' x 14.5' Overhead Door Yes 3 3207 Yost 12 13' x 14.5' Overhead Door Yes 4 8325 Freedom 6 13' x 14.5' Lift Master Yes 5 3100 Kirby 3 13' x 14.5' Various Yes 8 12255 Shadow Creek Pkwy 8 13' x 14.5' Overhead Door Yes Fire Admin 2703 Veterans 2 16' x 14.5' Yes PSB 2555 Cullen 7 13' x 14.5' Yes DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 ATTACHMENT B - BID/PRICING SCHEDULE Description UOM QTY Unit Extended Quarterly Maintenance FS #1 - 1571 Old Alvin Rd. EA 4 $ 1,428.00 $ 5,712.00 FS #2 - 6050 Fite Rd. EA 4 $ 1,428.00 $ 5,712.00 FS #3 - 3207 Yost Rd. EA 4 $ 1,428.00 $ 5,712.00 FS #4 - 8325 Freedom Dr. EA 4 $ 595.00 $ 2,380.00 FS #5 - 3100 Kirby EA 4 $ 357.00 $ 1,428.00 FS #8 -12255 Shadow Creek Parkway EA 4 $ 952.00 $ 3,808.00 Fire Admin - 2703 Veterans EA 4 $ 238.00 $ 952.00 PSB - 2555 Cullen Blvd EA 4 $ 833.00 $ 3,332.00 Repairs Hourly Labor Rate per Person EA 1 $ 142.50 $ 142.50 Emergency Response Calls per Spec 1.03 EA 10 $ 357.00 $ 3,570.00 Materials Cost Plus Percentage (%) Markup per Spec 1.02.2 (estimated materials cost $5,000) EA $ 5,000.00 35.0% $ 1,750.00 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 Attachment City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 e bi ds{cipea rf andbc_ gov Contractor Insurance Requirements & Agreement Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS 1. Workers' Compensation Employers' Liability (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION. CGL and BAL, City to be listed as additional insured and provided 30- day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change in coverage. CGL will include a non - contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a) Premises/Operations b) Products/Complet ed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. Certificate of Insurance forms may be emailed to: Purchasing Departmentatebids@pearlandtx.gov. Question regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov. This form must be signed and returned with your bid/quotation. You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order will not be issued without evidence of required insurance. Agreement I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 subcontractors performing work on the project. Project/Bid # Company: Signature and Printed Name: DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 ATTACHMENT D - WARRANTY Labor - One year limited workmanship warranty as long as there are no extenuating circumstances. Disqualifying circumstances will be noted on service form when applicable. Materials/Supplies - One year or manufacturer's warranty, whichever is longer. DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 Page 1 of 2 R�� A CERTIFICATE OF LIABILITY INSURANCE kir DATEY) 08/31/2022 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(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). PRODUCER Willis Towers Watson Midwest, Inc. c/o 26 Century Blvd P.O. Box 305191 TN 372305191 USA CONTACT an D.H. Pace Company Inc. NAME: P y (A/C, No, Ext): 888-643-3667 Ext. 1069 (A//C, No): E-MAIL ace.com insurance@dh ADDRESS: insurance@dhpace.com INSURER(S)AFFORDINGCOVERAGE NAIC# INSURER A : Zurich American Insurance Company 16535 INSURED D.H. Pace Company, Inc. (See Attached Named Insured Schedule) 1901 East 119th St Olathe, KS 66061 INSURER B : INSURER C : INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: W25766007 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. INSR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y GLO 0274505-04 01/01/2022 01/01/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES INT- PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y BAP 0274502-04 01/01/2022 01/01/2023 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENT ON $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N No N/A Y WC 0274503-04 01/01/2022 01/01/2023 X O STATUTE ER TA E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) This Voids and Replaces Previously Issued Certificate Dated 08/30/2022 WITH ID: W25753584. Project: Service City of Pearland is included as Additional Insured as required by written contract. Additional Insured status applies to General Liability (CG 2033) and Automobile Liability coverages with limits as CERTIFICATE HOLDER CANCELLATION City of Pearland 3519 Liberty Dr Pearland, TX 77581 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 23006368 BATCH: 2652091 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 AGENCY CUSTOMER ID: LOC #: ACC)RO® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY Willis Towers Watson Midwest, Inc. POLICY NUMBER See Page 1 CARRIER See Page 1 NAIC CODE See Page 1 NAMED INSURED D.H. Pace Company, Inc. (See Attached Named Insured Schedule) 1901 East 119th St Olathe, KS 66061 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance shown on certificate or amount required in executed contractual agreement, whichever is less, subject to the insurance contract. Blanket Waiver of Subrogation is included on General Liability, Automobile Liability and Workers Compensation if required by contract and as permitted by law, subject to the insurance contract. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 23006368 BATCH: 2652091 CERT: W25766007 DocuSign Envelope ID: 1 FA731 CC-D75B-4B37-A5F2-F8A8B7559167 D.H. Pace Company, Inc. ABC Doors of Dallas, a D.H. Pace Company, Inc. Adams Door, a D.H. Pace Company, Inc. Ameridock, a D.H. Pace Company, Inc. Ankmar, a D.H.Pace Company, Inc. Bi-State Loading Dock Specialists, a D.H. Pace Company, Inc. Carolina Industrial Systems, a D.H. Pace Company, Inc. D.H. Pace Company, Inc. D.H. Pace Compliance Services D.H. Pace Construction Services, a D.H. Pace Company, Inc. D.H. Pace Door Services, a D.H. Pace Company, Inc. D.H. Pace Facilities Group, a D.H. Pace Company, Inc. D.H. Pace National Accounts Group, a D.H. Pace Company, Inc. D.H. Pace Systems Integration, a D.H. Pace Company, Inc. Door Control Services, a D.H. Pace Company, Inc. E. E. Newcomer Enterprises, Inc. EEN Leasing, Inc. EEN Real Estate, Inc. EEN Tempe EAT 2021 LLC HBD Technology, a D.H. Pace Company, Inc. K&B Garage Doors, a D.H. Pace Company, Inc. King Door, a D.H. Pace Company, Inc. Montgomery Door Controls, a D.H. Pace Company, Inc. Norm's Doors, a D.H. Pace Company, Inc. Overhead Door Company of Albuquerque, a D.H. Pace Company, Inc. Overhead Door Company of Atlanta, a D.H. Pace Company, Inc. Overhead Door Company of Blue Springs, a D.H. Pace Company, Inc. Overhead Door Company of Central Arizona, a D.H. Pace Company, Inc. Overhead Door Company of Central Missouri, a D.H. Pace Company, Inc. Overhead Door Company of Colorado Springs, a D.H. Pace Company, Inc. Overhead Door Company of Columbia, a D.H. Pace Company, Inc. Overhead Door Company of Des Moines, a D.H. Pace Company, Inc. Overhead Door Company of Four Corners, a D.H.Pace Company, Inc. Overhead Door Company of Greater Hall County, GA, a D.H. Pace Company, Inc. Overhead Door Company of Greenville, a D.H. Pace Company, Inc. Overhead Door Company of Jefferson City, a D.H. Pace Company, Inc. Overhead Door Company of Joplin, a D.H. Pace Company, Inc. Overhead Door Company of Kansas City, a D.H. Pace Company, Inc. Overhead Door Company of Manhattan, a D.H. Pace Company, Inc. Overhead Door Company of Nashville, a D.H. Pace Company, Inc. Overhead Door Company of Northeast Georgia, a D.H. Pace Company, Inc. Overhead Door Company of Northeast Kansas, a D.H. Pace Company, Inc. Overhead Door Company of Pueblo, a D.H. Pace Company, Inc. Overhead Door Company of Santa Fe, a D.H. Pace Company, Inc. Overhead Door Company of South Central Kansas, a D.H. Pace Company, Inc. Overhead Door Company of Southeast Wisconsin, a D.H. Pace Company, Inc. Overhead Door Company of Southwest Illinois, a D.H. Pace Company, Inc. Overhead Door Company of Springfield, a D.H. Pace Company, Inc. Overhead Door Company of St. Joseph, a D.H. Pace Company, Inc. Overhead Door Company of St. Louis, a D.H. Pace Company, Inc. Overhead Door Company of the High Country, a D.H. Pace Company, Inc. Overhead Door Company of Topeka, a D.H. Pace Company, Inc. Overhead Door Company of Wichita, a D.H. Pace Company, Inc. Pasek Security, a D.H. Pace Company, Inc. Pinnacle Door Company, a D.H. Pace Company, Inc. Total Quality Services, a D.H. Pace Company, Inc. Wade Door Services, a D.H. Pace Company, Inc. 1 of 1 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 POLICY NUMBER: GLO 0274505-04 COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. CG 20 33 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 33 12 19 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. 01/01/2022 WC 0274503-04 Insured Premium $ E.E. NEWCOMER ENTERPRISES, INC. Insurance Company Countersigned By ZURICH AMERICAN INSURANCE COMPANY WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 POLICY NUMBER: BAP 0274502-04 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: E . E . NEWCOMER ENTERPRISES, INC . Endorsement Effective Date: 01-01-2022 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 Commercial Auto Insurance Endorsement ZURICH Insurance for this coverage is provided by: Policy Number: BAP 0274502-04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U -CA -388-A (7/94) DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 POLICY NUMBER: BAP 0274502-04 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: E . E . NEWCOMER ENTERPRISES, INC . Endorsement Effective Date: 01- 01-2022 SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 Blanket Notification to Others of Cancellation or Non -Renewal ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0274505-04 Effective Date: 01/01/2022 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.1. or Paragraph B.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U -GL -1521-B CW (01/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 1 FA731 CC-D75B-4637-A5F2-F8A8B7559167 D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. of this endorsement is amended to indicate the following number of days: 10* The total number of days for mailing or delivering with respect to Paragraph B.2. of this endorsement is amended to indicate the following number of days: 30** * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. All other terms and conditions of this policy remain unchanged. U -GL -1521-B CW (01/19) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 1 FA731 CC-D75B-4B37-A5F2-F8A8B7559167 Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'l Prem. Return Prem. G LO 0274505-04 01/01/2022 01/01/2023 01/01/2022 $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925-B CW (12/01) Page 1 of 1 DocuSign Envelope ID: 1 FA731 CC-D75B-4B37-A5F2-F8A8B7559167 Endorsement ZURICH PolicyNo. Eff. Date of Pol Exp. Date of Pol. Eff Date of End Producer Add'1Prem Return Prem WC 0274503-04 01-01-2022 01-01-2023 01-01-2022 WORKERS COMPENSATION AND EMPLOYERS LIABLITY INSURANCE POLICY Endorsement #: Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non -renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non -renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non -renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non -renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non -renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non -renewal date; b. Negate the cancellation or non -renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. UWC332A (7/94) Page 1 of 1