Loading...
HomeMy WebLinkAboutR-2018-014 Janitorial Services Town & Country Building Services RESOLUTION NO. R-2018-014 A RESOLUTION EXTENDING THE CITY OF RIVERSIDE JANITORIAL SERVICES TO TOWN &COUNTRY BUILDING SERVICES AND APPROVING EXECUTION OF A CONTRACT FOR 2018-2019 IN CONNECTION WITH THE PROVISION OF SUCH SERVICES IN AN AMOUNT NOT TO EXCEED$24,360 WHEREAS, pursuant to Resolution R-2016-009 (attached hereto as Exhibit A), the City approved a contract with Town and Country Building Services for janitorial services for the Community Center and Public Safety facilities, including daily, weekly, monthly, and annual cleaning services detailed; and WHEREAS, pursuant to Resolution R-2016-009 the city approved the contract with Town and Country Building Services for a one (1) year term, in an amount not to exceed $27,300 annually; and WHEREAS, pursuant to Resolution R-2016-009 such contract agreement provides for the ability to extend such contract for four (4) additional one year terms as set forth in Exhibit A attached hereto; and WHEREAS, pursuant to Resolution R-2016-009, Exhibit A, Section 3. Payment. The July 1, 2017 thru June 30, 2018 renewal, reflected a contract price adjustment of-$2,940.00 for decreased services in the Fire Department as mutually agreed upon by the Public Works Director and Contractor; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to extend such contract agreement for July 1, 2018 thru June 30, 2019 as set forth herein, authorizing and approving the second extension of the agreement with Town & Country Building Services, North Kansas City, Missouri, to perform such services for the Riverside Community Center and Public Safety Departments, in an amount not to exceed $24,360; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS: THAT the contract agreement between Town & Country Building Services, North Kansas City, Missouri, for janitorial services of the Community Center and Public Safety Department be extended for 2018, a one (1) year term, with the option to renew for up to two (2) additional one year terms, in the revised annual amount of$24,360.00 and such additional years as set forth in Exhibit A attached hereto, is hereby accepted and approved; and FURTHER THAT the City Administrator, Mayor and other appropriate City officials are hereby authorized to execute an agreement in substantially the same form as attached hereto in Exhibit A, along with all other documents necessary to carry out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of dermen of the City of Riverside, Missouri, the (�day of February 2018. ittl' �rf ` A&yw Kathleen L. Ros � K ,Cl Spin-Kincaid, City Clerk 4 1 � . RESOLUTION NO. R-2018-014 EXHIBIT A AGREEMENT THIS AGREEMENT, made and entered into this dayof 20�, (the "Effective Date") by Town and Country Building Services (hereinafter "Contrand the City of Riverside, Missouri (hereinafter"City"). City and Contractor agree as follows: SECTION 1. Term of Agreement. This Agreement shall begin as of July 1, 2018 and shall end on June 30, 2019, with the option to be renewed for up to two (2) additional one (1) year periods upon mutually agreeable terms for 2020 and 2021. SECTION 2. Scope of Services. The Contractor shall provide the Project Services described in and subject to the conditions contained in the Request for Proposals for The City of Riverside Janitorial Services, hereby incorporated by this reference into this Agreement as if set forth in full. The Contractor will hire, train, supervise, direct the work of, and discharge all personnel engaged by them to perform the Project Services. The Contractor is solely responsible for payment of wages, salaries, fringe benefits and other compensation of, or claimed by, the Contractor's personnel in the performance of the Project Services, including, without limitation, contributions to any employee benefit plans and all payroll taxes. Contractor shall be responsible to pay all costs for permits, licenses, fees and insurance which may be required to perform the work required. SECTION 3. Payment. The parties agree that the total annualized cost for Project Services is $24,360.00, which shall be payable upon invoice in twelve monthly and equal installments provided that this Agreement has not been terminated as provided herein. SECTION 4. Federal Work Authorization. Pursuant to RSMo 285.530(1), by its swom affidavit in substantially the form included in the bid documents and incorporated herein, Contractor hereby affirms its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. Furthermore, Contractor affirms that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. SECTIONS. Insurance Requirements. A. General Provisions. Contractor shall file (by the Effective Date) with the City evidence of liability insurance that is consistent with the amounts and endorsements set forth below, and shall maintain such insurance until this contract is terminated. B. Limits and Coverage. 1. Commercial General Liability Insurance: Commercial General Liability Coverage in an aggregate amount of not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident of occurrence. a. The following endorsements shall attach to the policy: (i) The policy shall cover personal injury as well as bodily injury. (ii) The policy shall cover blanket contractual liability subject to the standard universal exclusions of contractual liability included in the carrier's standard endorsement as to bodily injuries, personal injuries and property damage. (iii) Broad form property damage liability shall be afforded. RESOLUTION NO. R-2018-014 (iv) The City shall be listed as an additional insured. (v) The City shall be notified in writing at least 30 days prior to cancellation of the policy. 2. Workers' Compensation Insurance: The Contractor shall obtain and maintain Workers' Compensation Insurance for a limit of$1,000,000 for all of their respective employees, and in case any work is sublet, the Contractor shall require any subcontractors to provide Workers' Compensation insurance for all subcontractors' employees, in compliance with Missouri law. The Contractor hereby indemnifies the City for any damage resulting to it from failure of either the Contractor or any contractor or subcontractor to obtain and maintain such insurance. SECTION 6. General Conditions A. General Independent Contractor Clause. This agreement does not create an employee/employer relationship between the parties. It is the parties' intention that the Contractor will be an independent contractor and not the City's employee for all purposes, including, but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, Missouri Revenue and Taxation laws, Missouri Workers'Compensation and Unemployment Insurance laws. B. Termination. The City shall have the right at any time by written notice to Contractor to terminate and cancel this contract, without cause, for the convenience of the City, and Contractor shall immediately stop work. In such event City shall not be liable to Contractor except for payment for actual work performed prior to such notice in an amount proportionate to the completed contract price. C. Sub-Contracts. The Contractor shall not execute an agreement with any sub-contractor to perform any work under this Agreement until Contractor has the written consent of the City, which may be granted in its sole discretion. D. Indemnity and Hold Harmless The Contractor shall defend, indemnify and save harmless the City, its elected or appointed officials, agents and employees (individual and/or official capacity) from and against any and all claims, liability, suits, damages, costs (including attorney fees), losses, outlays and expenses in any manner caused in whole or in part by Contractor and arising out of services performed by Contractor under this Agreement. E. Conflict of Interest. In accepting this contract, Contractor certifies that no member or officer of its firm or corporation is an officer or employee of the City, or any of its boards or agencies, and further that no officer or employee of the City has any financial interest, direct or indirect, in this contract. All provisions of RSMo. Section 105.450 at seq. shall not be violated. F. Assignment. The Contractor shall not assign in whole or in part any interest in this agreement, and shall not transfer any interest in the same (whether by assignment or novation), without prior written consent of the City. G. Nondiscrimination. The Contractor agrees in the performance of this agreement not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment. H. Nonresident/Foreign Contractors. The Contractor shall procure and maintain during the life of this contract: i) If the Contractor is a foreign corporation, a certificate of authority to transact business in the State of Missouri from the Secretary of State, unless exempt pursuant to the provisions of Section 351.570 R.S.Mo.; ii) A certificate from the Missouri Director of Revenue evidencing compliance with the transient employer financial assurance law, unless exempt pursuant to the provisions of Section 285.230 RSMo. RESOLUTION NO. R-2018-014 I. Notices. Any notice, approval or other communication between the City and the Contractor pursuant to this Agreement shall be made in writing and shall be deemed to be effective upon receipt or refusal of service and may be given by personal delivery, courier, reliable overnight delivery or deposit in the United States mail, postage prepaid, registered or certified, return receipt requested, to the address specified below or to such other address as may later be designated by written notice of the other party: The City: City of Riverside Attn: Robin Kincaid, City Clerk 2950 NW Vivion Road Riverside, Missouri 64150 Contractor: Town &Country Building Services Attn: Asher Phillips,Account Executive 1828 Swift#300 North Kansas City, Missouri 64118 Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and the Contractor. J. Entire Agreement. This agreement contains the entire agreement of the parties. No modification, amendment, or waiver of any of the provisions of this agreement shall be effective unless in writing specifically referring hereto, and signed by both parties. K. Jurisdiction. This agreement and every question arising hereunder shall be construed or determined according to the laws of the State of Missouri. Should any part of this agreement be adjudicated, venue shall be proper only in the Circuit Court of Platte County, Missouri. L. Compliance with All Laws. Contractor shall comply with all applicable federal, state, local, and other governmental laws, ordinances, statutes, rules, regulations. Contractor shall secure all permits from public and private sources necessary for performance of the Project Services. IN WITNESS WHEREOF, the Contractor and the City have executed this Agreement as of the Effective Date. CONTRACTOR:®TOWN& COUNTRY BUILDING SERVICES BY: �.-- NAME: TITLE: oN k 6.4 ,44, DATE: �S' g RESOLUTION NO. R-2018-014 CITY OF RIVERSIDE, MISSOURI: KATHL EN L. ROSE, MAY R DATE: ATTEST; • ��Y s ' AGBI V KINCAID,CITY CLERK „ z , RESOLUTION NO. R-2018-014 WORK AUTHORIZATION AFFIDAVIT PURSUANT TO 285.530,RSMo STATE OF MISSOURI ) )ss. COUNTY OF ) As used in this Affidavit,the following terms shall have the following meanings: EMPLOYEE: Any person performing work or service of any kind or character for hire within the State of Missouri. FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or an equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration Reform and Control Act of 1986 (IBCA),P.L.99-603. KNOWINGLY: A person acts knowingly or with knowledge, (a)with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's conduct or that those circumstances exist;or(b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain to cause that result. UNAUTHORIZED ALIEN: An alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. 1324a(h)(3). BEFORE ME,the undersigned authority,personally appeared who,being duly sworn, states on his oath or affirmation as follows: 1. My name is and I am currently the of (hereinafter"Contractor"),whose business address is and I am authorized to make this Affidavit. 2. I am of sound mind and capable of making this Affidavit, and am personally acquainted with the facts stated herein. 3.Contractor is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the Janitorial Services. 4. Contractor does not knowingly employ any person who is an unauthorized alien in connection with the contracted services set forth above. Affiant Printed Name Subscribed and sworn to before me this day of 2017. Notary Public RESOLUTION NO. R-2017-018 A RESOLUTION EXTENDING THE CITY OF RIVERSIDE JANITORIAL SERVICES TO TOWN &COUNTRY BUILDING SERVICES AND APPROVING EXECUTION OF A CONTRACT FOR 2017-20181N CONNECTION WITH THE PROVISION OF SUCH SERVICES IN AN AMOUNT NOT TO EXCEED$24,880 WHEREAS, pursuant to Resolution R-2016-009 (attached hereto as Exhibit A), the City I approved a contract with Town and Country Building Services for janitorial services for the Community Center and Public Safety facilities , including daily, weekly, monthly, and annual cleaning services detailed; and WHEREAS, pursuant to Resolution R-2016.009 the city approved the contract with Town and Country Building Services for a one (1) year term, in an amount not to exceed $27,300 annually; and WHEREAS, pursuant to Resolution R-2016-009 such contract agreement provides for the ability to extend such contract for four (4) additional one year terms as set forth in Exhibit A attached hereto; and WHEREAS, pursuant to Resolution R-2018-009, Exhibit A, Section 3. Payment. The July 1, 2017 thru June 30, 2018 renewal, shall reflect a contract price adjustment of-$2,940.00 (- $245.00 per month) for decreased services in the Fire Department as mutually agreed upon by the Public Works Director and Contractor, and WHEREAS, the Board of Aldermen find it is in the best interest of the City to extend such contract agreement for July 1, 2017 thru June 30, 2018 as set forth herein, authorizing and approving the fust extension of the agreement with Town & Country Building Services, North Kansas City, Missouri, to perform such services for the Riverside Community Center and Public Safety Departments, in an amount not to exceed$24,360; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI,AS FOLLOWS: THAT the contract agreement between Town & Country Building Services, North Kansas City, Missouri, for janitorial services of the Community Center and Public Safety Department be extended for 2017, a one (1) year term, with the option to renew for up to three (3) additional one year terms, in the revised annual amount of $24,360.00 and such additional years as set forth in Exhibit A attached hereto,is hereby accepted and approved; and FURTHER THAT the City Administrator, Mayor and other appropriate City officials are hereby authorized to execute an agreement in substantially the same form as attached hereto in Exhibit A, along with all other documents necessary to carry out the terns and conditions of such bid award and the City Clark Is authorized to attest thereto. JI# PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri, the day of April,2017. M r Kathleen L. Road — — cJ ohin Kincaid, City rpl*k {�l S;.n RESOLUTION NO. R-2017-019 EXHIBIT A AGREEMENT THIS AGREEMENT, mads and entered into this day of 201Z, (the'Effective Date') by Town and Country Buckling Services (hereinafter 'Co r') and the City of Riverside, Missouri(hereinafter'CW). City and Contractor agree as follows: SECTION 1. Team of Agreemsrt. This Agreement shall begin as of July 1, 2017 and shall and on June 30, 2018, with the option to be renewed for up to throe (3) additional one (1) year periods upon mutually agreeable terms for 2019,2020, and 2021. SECTION 2. Scope of Services. The Contractor shall provide the Project Services described In and subject to the conditions contained in the Request for Proposals for The City of Riverside Janitorial Services, hereby incorporated by this reference Into this Agreement ore if ad forth in full. The ConbvAw will hire, train, supervise, direct the work of, and discharge all personnel engaged by there to perform the Project Services. The Contractor is solely responsible for payment of wages, salaries, fringe benefltt and other compensation of, or claimed by, the Contractor's personnel in the performance of the Project Services, Including, without limitation, contributions to any employes benefit plena and all payroll tames. i Contractor shall be responsible to pay all costs for permits, licenses, fees and insurance which may be required to perform the work required. SECTION 3. Payment. The parties agree that the total annualized cost for Project Services is $24,380.00, which shall be payable upon Invoice in twelve monthly and equal installments provided that this Agreement has not boon terminated as provided herein. SECTION 4. Federal Work Authorization. Pursuant to RSMo 288.530(1), by its sworn affidavit In 1 substantially the forth included In the bid documents and incorporated herein, Contractor hereby affirms its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. Furthermore, Contractor affirms that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. SECTIONS. Insurance Requirements. A General Provisions. Contractor shall file (by the Effective Date) with the City evwence of liability Insurance that is consistent with the amounts and endorsements set forth below, and shall maintain such insurance until this contract Is terminated. B. Limits and Coveraas. 1. Commercial Gene'aI Liability Insurance. Commercial General Liability Coverage In an aggregate amount of not less than$2,000,000 for all claims arising out of a single accident or occurrence and$500,000 for any one person in a single accident of occurrence. a. The following endorsements shall attach to the policy: (I) The policy shall cover personal injury as well as bodily injury. (ii) The policy shall cover blanket co ntractusl liability subject to the standard universal exclusions of contractual Nobility included in the carrier's standard endorsement as to bodily Injuries, personal Injuries and property damage. (III) Broad form property damage Ilabiitty shall be afforded. RESOLUTION NO. R-2017-019 (Iv) The City shall be listed as an additional Insured. (v) The City shall be notified in writing at least 30 days prior to conceffation of the policy. 2. Workers' Compensation Insurance: The Contractor shall obtain and maintain Workers' Compensation Insurance for a limit of$1,000,000 for all of their respective employees, and in case any work is sublet, the Contractor shall require any subcontractpre to provide Workers' Compensation insurance for all subcontractors' employees, in compliance with Missouri law. The Contractor hereby indemnifies the City for any damage resulting to it from failure of either the Contractor or any contractor or subcontractor to obtain and maintain such insurance. SECTION B. General Conditions A General Independent Contractor Clause. This agreement does not create an employee%mployer relationship between the parties. It Is the parties' intention that the Contractor will be an independent contractor and not the City's employes for all purposes, including, but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act. the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, Missouri Revenue and Taxation laws, Missouri Workers'Compensator and Unemployment Insurance laws. S. Termination The City shall have the right at any time by written notice to Contractor to terminate and cancel this contract, without cause, for the convenience of the City, and Contractor shall immediately stop work. In such event City shall not be liable to Contractor except for payment for actual work performed prior to such notice In an amount proportionate to the completed contract Price- C. Sub-Contracts. The Contractor shall not execute an agreement with any subcontractor to perform any work under this Agreement until Contractor has the written consent of the City,which may be granted in its sole discretion. D. Indemnity and Hol! Harmless The Contractor shall defend, indemnify and save harmless is City, Its elected or appointed officials, agents and employees (individual and/or offldal capacity) from i and against any and all claims, liability, suits; damages, costs (including attorney fees), lases, outlays and expenses in any manner caused in whole or in part by Contractor and arising out of services performed by Contractor under this Agreement E. Conflict of Interest In accepting this contract, Contractor certifies that no member or officer of its firm or corporation is an officer or employee of the City, or any of its boards or agencies, and further that no officer or employee of the City has any financial Interest, direct or Indirect in this contract. All provisions of RSMo. Section 105.450 at seq.shall not be violated. F. Assignment The Contractor shall not assign in whole or in part any interest in this agreement and shall not transfer any Interest in the some(whether by assignment or novation), without prior written consent of the City. G. Nondiscrimination. The Contractor agrees in the performance of this agreement not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment H. Nonresident/Foreign Contractors. The Contractor shall procure and maintain during the life of this contract: I) If the Contractor is a foreign corporation, a certificate of authority to transact business in the State of Missouri from the Secretary of State, unless exempt pursuant to the provisions of Section 351.570 R.S.Mo.; ii) A certificate from the Missouri Director of Revenue evidencing compliance with the transient employer financial assurance law, unless exempt pursuant to the provisions of Section 285.230 RSMo. RESOLUTION NO. R-2017-019 I. Nolices Any notice, approval or other communicatlon between the City and the CcnbacW pursuant to this Agreement shall be made in writing and shall be downed to be effective upon receipt or refusal of service and may be given by personal delivery, courier, reliable overnight delivery or deposit in the United States mail, postage prepaid, registered or oertified, return receipt requested, to the address specified below or to such other address as may later be designated by written notice of the other party: i The City: City of Riverside Attn: Robin Kincaid, City Clerk 2960 NW Vmion Road Riverside, Missouri 84160 Contractor: Town&Country Building Services Attn: Asher Phillips,Account Executive 1828 Swig OM North Kansas City, Missouri 84118 Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and the Contractor. J. Entire Agreemepl This agreement contains the entire agreement of the parties. No modification, amendment, or waiver of any of the provisions of this agreement shall be effective unless in writing specifically referring hereto, and signed by both parties. K. Jurisdiction. This agreement and every question arising hereunder shall be construed or determined according to the laws of the State of Missouri. Should any part of this agreement be adjudicated,venue shall be proper only in the Circuit Court of Platte County, Missouri. L. Compliance with AN Laws. Contractor shall comply with all applicable federal, state,local, and other governmental laws, ordinances, statutes, rules, regulations. Contractor shall secure all permits from public and private sources necessary for performance of the Project Services. IN WITNESS WHEREOF,the Contractor and the City have executed this Agreement as of the Effective Date. CONTRACTOR. TOWN&COUNTRY BIJU DING SERVICES j BY: DLyR NAME: &cr TITLE: /fLceuaf &eQL A✓L DATE: �'� �/7 i RESOLUTION NO. R-2017-078 aTY OF DE,MISSOURI: Lt."- KATHL L. ROSE,MAYOR' DATE: 0 Qt�l LT 44i ap I I ATT�S OB1JY KgCAID,tm I I ems• + I I I I I CERTIFICATE OF LIABILITY INSURANCE17/20/2016'" °"Y"' WrF!r-r.41n'Z,, CD ATE IS ISSUED AS A MUTTER OF INFORMATION ONLY AHD COWERS NO MGM UPON TIE CERTIFICATE HOLDER. THIS OES NOT AFFIRYMWELY OR NEGATIVELY AMEID, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES IS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE RIMING INSURER(S1 AUTHORIZED TM OR PRODUCER, AND THE CER71Fl AM NOLOER. ANT: N the esltlBca4 leader b So ADDITIONAL INSURED, the PoHdy(Nis) reuat be endoresd. N SUBROGATION 18 WAIVED, subject to the and cmldSlolM Of the Poesy, cerre61 Policies may require an endomeMnt A sYtesNnt on this certificate does not confer a"to the in Hsu of such ondonKwft). PRO K METRO INSURANCE 86 .3 7!9099 .(816)867-7034 1 SN 3rd St Oma ro EIa ao Loom a Summit, DAA 64063 HE INSURANCE CO INSUR Sohl 6 COMM Minn/uRV INC.--7f8/Ho INIMpegg. THE MUtL9MBD INSURANCE CO KS , NO Carts M .O TY 1828 SMTP, SUITE 300 GRANITE STATE TIFBURATTCC6 COMPANY NORTH KANSAS CITY, NO 64116 THIS TO CERTIFY THAT THE POUCRi DP INEURANCe L Wm MUDW HAVE EIEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 1 TED NOTVATNETANgNO ANY REOWRENENT,TERN OR CONOmON OF ANY CONTRACT OR OTHER DOCUMENT VATH RESPECT TO AWN THIS CER PN:ATE TAY EE OR=OR MAY PERTAIN,THE INSURANCE AFFORCED BY THE POU(M OMMUD HEREIN B SUBJECT TO ALL THE TERMS, AND OONINIONSOF SUCH POWER,UNITS SROM MAY XAVE a REDUCED BYPAIDCINMS. LIN TYPE OF IMRWANCE IN�B COMML-tC" esNBUL WNr1Y RENCE e ROOOOOO r%AIMSMACE ®OCCUR 50.000 W KT ADDL INS 9 ��� A By CONTRAC,P 3ED5932 07/30/1 D7/30/17 tAoviw L ,UUNIT PFA:MX, •T", LOC c A*rOMOIwLEUAMJrY S , 000,000 ANYAUTO sooLYMAW Pparpadm) S Al1DYNEDB WLtiD 8 AUros D 37UZCP067768A 07/30/1607/30/17 eowxilfanr(Pareodl.Iq s MIND AUTOS AUTOS E s EXCESS LLALw $ OCCUR EVU02307325707/30/1607/30/17 °UR E 0000 E Excess UAB 2!000!()00 COMPENSATION AS 2 [local ]RETENTION. ZEROCT A IMPLOYERS UABUry D AN � roRaR�E%RmAewTNE N MIA ME NCO01646121 07/30/1 7/30/17 00 ACCIDENT t MbN) 1000000 H ePeea.rdr r , UNIT I C 0, 9INESS SERVICE RHS 0319615 07/30/1 7/30/17 PER EWP $50,000 OESCRIF aF OPB/ATA)tISrLOCATRRreI VEQCLEB 000RD wt.Admiowill .+.carer,,,NHNee.eN.arma,.eawbragw.4 CITY OP RIVERSIDE SHOULD ANY OF THE AWA DESOMMD FOLIC O BE CANCELLED INFORE 4200 NN RIVERSIDE THE EwmATION DATE THEREOF. NOTICE VALL BE DELIVERED IN RIVERSIDE, NO 64150 ACCOROANCE INTH THE POUCYPROWISIOf6 SAB: 816-746-8349 NS AUTHORIZED REPNEMINTAT O 19"14 AOORD CORPORATION.All rights reserved. ACORg25(2014101) The ACORD nerve and logo are registered made of ACORD