Loading...
Contracts Signed by Mgr Dli~~E ~ck~ MEMORANDUM August 28, 2006 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Contracts I have recently signed the following contracts: 1. Roadway Maintenance Agreement 2. Encephalitis Monitoring Memorandum of Understanding with the Iowa Department of Public Health Amendment rtJl L(~ ~tJ/ Micj{ael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager r- '. ) - --.., . ~L' \.., DU~~E ~~~ MEMORANDUM August 2, 2006 TO: Michael C. Van Milligen, City Manager Don Vogt, Public Works Director ~ SUBJECT: Roadway Maintenance Agreement FROM: INTRODUCTION The purposes of this memorandum are to provide information and recommend your endorsement of the attached Roadway Maintenance Agreement between the City of Dubuque and the Iowa Department of Transportation (lOOT). BACKGROUND In February, City staff met with lOOT regional and local representatives to discuss the City's concerns regarding insufficient road cleaning and weed-cutting efforts by lOOT crews along highways within Dubuque's corporate limits. At the meeting, lOOT acknowledged its own lack of satisfaction with its efforts, but ascribed the shortcomings to repeated road maintenance budget cuts in the two noted areas. The lOOT representatives said the City was free to cut weeds and grass along its urban highways, but it would/could not compensate us for such work. However, the lOOT representatives said that they would consider compensating us for any street sweeping we might do to supplement its twice-per-year schedule. After additional discussions regarding method of operations and compensation, lOOT's Gretchen Gresslin said that a supplementary highway cleaning agreement could not be signed until the City and State signed new five (FY07-FY11) and one year (FY07) highway maintenance agreements. Those agreements were signed in July. DISCUSSION A cover letter from Ms. Gresslin and a Roadway Maintenance Agreement providing for one sweeping of Dubuque's urban highways is attached. Compensation is for the agreed amount of $1 ,500. ACTION STEP I recommend that you sign the agreement and return it to me. I will then forward it to Ms. Gresslin. Attachments .. 11~ Iowa Department of Transportation .. c8: Cedar Rapids Maintenance Office (319) 365-3558 ~ 5455 Kirkwood Blvd. SW, CedarRapids,IA 52404 Fax (319) 365-2317 July 28, 2006 Ref:S32 City of Dubuque Don V ogt, Manager Operations and Maintenance Department City of Dubuque 925 Kerper Blvd. Dubuque, IA 52001 Deaf Mr Vogt: Per our conversation, enclosed is the Roadway Maintenance Agreement between the City of Dubuque and the Department of Transportation. This agreement concerns sweeping Priority 1 highways in Dubuque including the Julien Dubuque Bridge, Wisconsin Bridge and all ramps one time between August 1,2006 and November 1,2006. Please review the document and if in agreement, please have the appropriate authority sign their approval. It will then need to be returned to this office for approval by our district office. A final copy will be returned to you for your files. Please call if you have any questions. Sincerely, , retchen Gresslin District Maintenance Manager GG/dh Enclosure ~ " ; " ( , L,rr;ri~,""(";":'.., . F-."~~"; ~'ji.':,I'.. -r::;G;~:~'t,>fJ~:> fj,.n"~f';' "t,.T . - il-J/:~j;-~P';; y'~~r;;.i~',:.;q~o -i'wI: V,j~. f'.V'l::' J1 :(";~' f:~,r;~:L ~->~:~! !-';-;:,~q u> p~; L,-::~;JL'>' : ~..: :;::' :) ,"!'~;_., ~V~;{,rJ.t~~ -, ~"', :', ..-. :"'.'-;n.~, ;'-, '" ,; ~~,-....,- '~' ': ':,F' [,:>,.....,. 3. PAYMENT A. It is agreed that payment for the routine maintenance operations will be made after the work has been completedfo! the fiscal year ending June 30, and payment for maintenance operations will be made after the work has been completed. It is also understood and agreed that the right is reserved by both Parties to review, adjust, or terminate this Agreeinentat any time;:.provided howeverthatwritterrnotice.be given 'either. Party atleast thirty daysprior.to such review,~ adjustm~nt,ol'terminatioJf.~ ~:' - r ,,', B. Payment for routine inaintenance at the rate of $ mum per lane mile per year. Total lane miles ==-at $ m__m per lane mile = $ ------------ C. Payment for special maintenance shall be made as follows: $1500 for one time sweeping of primary highway in the City of Dubuque. City of Dubuque to invoice Iowa Depaliment of Transportation. 4. AGREEMENT TIME PERIOD Beginning Date: August L 2006 Ending Date: November L 2006 5. If any section, provision or part of this Agreement shall be found to hi invalid or unconstitutional, such judgment shall not affect the validity of the Agreement as a whole or any-section; provision, or part thereof not found to be invalid or unconstitutional: 6. Party of the First Part will follow all federal and state laws and regulations with regard to worker safety and the handling and disposal of hazardous waste and/or substances in performing any maintenance task. 7. Any subsequent change or modification to the terms of this Agreement shall be in the form of a duly executed addendum or amendment to this Agreement. RECOMMENDED FOR APPROVAL: (> {f { tJLi ~v- (CITY) BY J/}Jo6 (DATE~ c < ry /l10--t~/-v- IOWA DEPARTMENT OF TRANSPORTATION TITLE BY District Engineer (DATE) Form8]0056wd 3.0] I;~ Iowa Department of Transportation ~ ROADWAY MAINTENANCE AGREEMENT AGENCY COUNTY CITY Dubuque BOARD This written agreement made and entered into by and between the (f,GHJCY) (COUNTY) (CITY) (BO.\RD) ofDubuaue, Party of the First Part, and the Iowa Department of Transportation, Party of the Second Part. 1. ROUTINE MAINTENANCE A. It is understood that routine maintenance shall include, but is not limited to snow and ice control, spot ACC overlays, ACC and PCC crack/joint/spot filling and patching, leveling of transverse joints, strip sealing, edge sealing, application of granular materials, blading of granular surfaces, shoulder repair, roadside mowing and herbicide applications, maintenance of clear channels through and adjoining drainage structures, repair or replacement of safety appurtenances and traffic control devices, and replacement of inadequate traffic signs and markings. B. Party of the First Part will perform the following routine maintenance: C. Party ofthe Second Part will perform the following routine maintenance: Routine maintenance not applicable with respect to this agreement. 2. SPECIAL MAINTENANCE f.. It is lffiderstood that special maintonance shall iHshlde, eat is Hot limited te apjllicatioH of gI"illlular slH"face materials to whole sections of roadway, crack1joiHt sealing, full or partial dejltB. patching, eiturnrnOllS seal eoating, stmctuFal paiHtiHg, major structlH"al rejlaiFs, replaeeffieHt onridges or ealyerts, installatioH of traffic eowol signs, maflBlIgs, and safety appartenances at Hew locations and apjllieatieR ef ffilst palliati'le. B. Party of the First Part will perform the following special maintenance: The City of Dubuque will provide a street sweeper and operator for sweeping Priority 1 highways in Dubuque not limited to but including the Julien Dubuque Bridge, Wisconsin Bridge and all ramps. C. Party ofthe Second Part will perform the following special maintenance: Provide traffic control for the sweeping operation, provide haul truck for sweeper to dump into and pay landfill fees. ~ 5ii~~E ~~~ MEMORANDUM August 9, 2006 FROM: Michael C. Van Milligen, City Manager Mary ~~rigan, RN, Public Health Specialist TO: SUBJECT: Encephalitis Monitoring Memorandum of Understanding (MOU) with the Iowa Department of Public Health (IDPH) Amendment Attached is an amendment to the annual Arboviral Surveillance (mosquito monitoring) contract with the Iowa Department of Public Health. You recently signed the original contract, but because the State made a mistake in the dates, they had to amend that contract. This amendment allows us to claim an extra $60. Please sign and return to me. MRC/cj .Iowa Department of Public Health -.J Mary Mincer Hansen, R.N., Ph.D. Thomas J. Vilsack Director Governor Sally J. Pederson Lt. Governor PROJECT TITLE: Arboviral Surveillance CONTRACT #: MOU-2007-ELC04 CONTRACTOR City of Dubuque AMENDMENT: #1 This contract is amended to increase the budget from $1,180 to $1,240 to allow for a $60 reimbursement for sentinel chicken bleeding for the week-ending June 3, 2006. All other conditions and terms of the contract remain in effect. The parties hereto have executed this contract amendment on the day and year last specified below. For and on behalf of the Department: For and on behalf ofthe Contractor: By Mary Jones, Director Division of Acute Disease Prevention and Emergency Response By. (21J ~~ Michael C. Van Milligen, Manager City of Dubuque Date: Date: rr/9(vt; Promoting and protecting the health of Iowans Lucas State Office Building, 321 E. 12th Street, Des Moines, IA 50319-0075.515-281-7689. www.idoh.state.ia.us n~AI= DI=I AV li.lt:I~ri"n nr e.""l:::u:~,..h IMr'\o::r.ir.o.n\ 711 nr 1 s:lntL7~~_?aA? i5~B~E ~ck~ MEMORANDUM August 29, 2006 TO: FROM: Michael C. Van Milligen, City Ma~n Gus Psihoyos, City Engineer A\6 Asbury Road Culvert and Garfield/and Street Manhole Repairs SUBJECT: INTRODUCTION The purpose of this memo is to present a contract between the City of Dubuque and Visu-Sewer Clean & Seal Inc. to perform the repairs to the 60" culvert under Asbury Road just east of Harvest View Subdivision and a manhole in the area of Garfield and Ann Street. DISCUSSION The repair work involves sealing and patching of eight joints in the 60" diameter culvert under Asbury Road. Visu-Sewer proposed fee for this work is $13,500. The second part of the project is to realign a brick manhole using a strong seal system. The fee proposal for this work is $160 per vertical foot, or $2,400. RECOMMENDATION I recommend that the City hire Visu-Sewer Clean & Seal Inc., to repair the culvert under Asbury Road and the manhole near Garfield and Ann Street. ACTION I respectfully request execution of the attached contract for the storm sewer repairs. DD~~E ~~~ City of Dubuque Engineering 50. W. 13th Street Dubuque. fA 52001 (563) 589-4270 (563) 589-4205 FAX CITY OF DUBUQUE, IOWA SHORT FORM IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the 28th day of July, 2006, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and Visu-Sewer Clean & Seal, Inc. of the City of (Contractor Name) W230 N4855 Betker Drive, Pewaukee, WI 53072 (Contractors Address - City and State) For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for (the Proiect): Site#l: Joint sealing and concrete restoration of 60-inch culvert under Asbury Road near Harvest View Estates Subdivision. This work will eliminate the sink holes around the sidewalk along the north side of Asbury Road that pose a threat to public safety and the integrity ofthe roadway PER THE PROPOSAL DATED 5/01/2006. Site#2: Seal junction chamber and eliminate settlements in the area of Garfield and Aun Streets. PER THE PROPOSAL DATED 7/24/2006. . The work described above shall be completed at the following location(s): Site#l: The north side of Asbury Road near the Harvest View Sub. Site#2: Garfield and Ann Streets. The Project shall be constructed to the existing grades and to any revised grades as described in this Project contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Documents which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detailed statements thereof were repeated herein. Page 1 of 4 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Contractor's Proposal; and the conditions described in the Contract, including any Special Conditions, Plans and Specifications and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5%) of the Contract price may be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Manager to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the City of Dubuque Standard Specifications including General Requirements and has examined and understands the project description described in Section 1 and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. The Contractor shall guarantee for a period two years and make good any other defect in any part of the Project due to improper construction or material performance notwithstanding the fact that said Project may have been accepted and fully paid for by the City. The guarantee shall commence on the date that the City pays full compensation for the complete performance of this contract. 8. The Contractor shall fully complete the Project under this Contract on or before September 15.2006 (DATE) 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Page 2 of 4 10. Unless otherwise provided in the Contract Documents, the Contractor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule for General Contractors or Artisan Contractors. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the contract, special conditions and contractors proposal is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT ESTIMATED AMOUNT $15,900 THE MAXIMUM CONTRACT AMOUNT SHALL BE LIMITED TO AN INCREASE OF 10% OF THE ABOVE LISTED ESTIMATED AMOUNT. By: CITYOF ~A M' hael C. Van Milligen City Manager PRINCIPAL: 0-:/ )/(oG Date \/,~....- Se",er Ct..", -t s~J rho. Contractor By: rJ ttA (Jt{~ Signature ke,-h 4Iex..'~<r Printed Name 9/1< /"L<A Date Qro;t,,+ Title ACKNOWLEDGEMENT OF ATTACHED SPECIAL CONDITIONS: By: Signature Date Printed Name Title Page 3 of 4 Visu-Sewer Clean & Seal, Inc. W230 N4855 Betker Drive Pewaukee, WI 53072 262-695-2340 Proposal To: Deron Muehring City of Dubuque 50 West 13th ST. Dubuque,IA 52001-4845 563-589-4201 From: John Nelson, Jr. V isu-Sewer Clean & Seal, Inc. Date: 05/0112006 Project: 60" Joint Repair and Sealing Visu-Sewer is pleased to offer the following service: Sealing and misc. mortar patching of 8 - 60" RCP joints. Project to consist of application of Strong Seal patching material to exposed rebar areas and installation of 8 Cretex Pipe Joint Seals. Price - $13,500.00 lump sum The City of Dubuque is asked to provide access to the pipe inlet and outfall along with water for our equipment from near by hydrants. Sealing of active leaks, if necessary, will be charged at T &M rates. Thank you for the opportunity to quote on this project. If you have any questions please do not hesitate to contact us at 800-876-8478. All material guaranteed to be as specified. All work to be completed in a substantia! workmanlike manner according to specifications submitted, per standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon ~trikes, accidents or delays beyond our control. Owner to carry tire, romado and other necessary insurance. Our workers are fully covered by Workmen's Compensation Insurance. This proposal may be withdrawn if not accepted within 30 days ofisslle. Tenns - Net 30 days. Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. VSC&S, Inc. is authorized to do the work as specified. Date: Signature: Please sign and return to sender 07/24/2006 MQN 15~ 1.9 FAX. 1;!]~~1/~~1 Visu-Sewer Clean & Seal, Inc. W230 N4855 Betker Drive Pewaukee, WI 53072 262-695-2340 Proposal To: Bill Meyers City of Dubuque 50 West 13th Street Dubuque,IA 52001 563-589-4270 From: John Nelson, Jr. Visu-Sewer Clean & Seal, Inc. Date: 7/24/2006 Project: Manhole Lining - Strong Seal Visu-Sewer is pleased to offer the following service: Reline one 4' ;<. 5' ;<. 15' brick manhole in the City of Dubuque nsing the Strong Seal System. All work will be in accordance with manufactures specifications. The price to complete this work is as follows: Price - $160.00 per vertical foot (Based on completion with the pipe joint repair project) The City of Dubuque is asked to provide access to all manholes and water for our equipment from near by hydrants. Sealing of active leaks, if necessary, will be charged at T &M rates. Thank you for the opportunity to quote on this project. Tfyou have any questions please do not hesitate to contact us at 800-876-8478. AIl material guaranteed to be as specified. All wotk 10 be completed in a subsltlnUal workmanlike manner according to 5pecificaocDJi 5Ubmittcd., pC" :rtcmda.td prnctit:t:S. Any nllCI;1lion or deviation from .above :;pt:CifiCl1tion~ involving extIa co!>ts wilJ be executed only upon wri~ (IrdCr:I, and will bccoll1e an extra cll~tge OVe1' and above Ute estimate. All agreements COI1LiugertL upon slrike:l', accidents Or delays beyond Our cOnlIol. OW1l.er lo ctIny fire, tornado and other neC~<Iry insur.ux;e. Our worken> lire fully covcn:c.l by WorkmCl1ls CompCl'lSD.[jon In.''ltmlIlcc.. This proposal may be: withdrnWll if nor "c~epted wirh.i.u 30 da)'s of issue. TetJ.n:s. Nel 30 dtl)'s. Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. VSC&S, Inc. is authodzed to do the work as specified. Date: Signature: Please sign and return to sender i.te: 1';1ZZ/Z00o Time: 11:Z0 AM Page: 002 TO: NiCOle wurster M Y,lZoZoY~-Z0~Y ACORD CERTIFICATE OF LIABILITY INSURANCE I DATE {MM/DDiYYYY} ,. 08/22/2006 PRODUCER (800) 566 7007 FAX (262)574-7080 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION R & R Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1581 E Racine Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box 1610 Waukesha, WI 53187-1610 INSURERS AFFORDING COVERAGE NAIC# INSURED Visu Sewer Clean & Seal, Inc INSURER A Valley Forge Ins Co 20508 W230N4855 Betker Rd INSURER B Continental Casualty 20443 Pewaukee, WI 53072-1430 INSURER C Transportation Ins Co 20494 INSURER D Fireman's Fund Insu ranee Company INSURER E COVERAGES 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 POLJCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~~ r~~ TYPE OF INSURANCE POL.ICY NUMBER PRk~~,v "~~5greE Pg~ill~X:b~~N LIMITS GENERAL. L.IABIL.ITY U2055717470 04/01/2006 04/01/2007 EACH OCCURRENCE $ 1 000 000 ex COMMERCIAL. GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 I ClJl..IMS MADE [8] OCCUR MED EXP (Anyone person) $ 5,000 A X $3,000 GL PO Oed PERSONAL & ADV INJURY $ 1 000 000 X Products/Completed GENERAl AGGREGATE $ 2,000,00C - GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 1,000,000 -l ~OLlCY rxl j~8T fXl LOC AUTOMOBIL.E LIABILITY C2055717498 04/01/2006 04/01/2007 COMBINED SINGLE LIMIT X (Ee accidenl) $ ANY AUTO 1,000,000 - AlL OWNED AUTOS BODILY INJURY - $ SCHEDULeD AUTOS (Per person) B X HIRED AUTOS BODll Y II'-JJURY 'x $ NON-OWNED AUTOS (Peraccidenl) 'x $2,000 Comp Oed PROPERTY DAMAGE 'x $2,000 Coll Oed (Peraccidenl) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ R ANY AUTO OTHER THAN EAACC $ AUTO ONLY AGG $ EXCESSIUMBRELLA LIABiliTY U2055717503 04/01/2006 04/01/2007 EACH OCCURRENCE $ 10 000 000 :8J -OCCUR 0 CLAIMS MADE AGGREGATE $ 10,000,000 B $ ~ ~EDUCTlBLE $ X RETENTION $ 10,OOC $ WORKERS COMPENSATION AND WC255717484 04/01/2006 04/01/2007 X I-rCl!~~; I I O~ EMPLOYERS' LIABILITY 100,000 C ANY PROPRIETORtPARTNERlEXECUTIVE E,L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? EL DISEASE - EA EMPLOYE $ 100,000 If YSs, describe under 500,000 SPECiAl PROVISIONS below EL DISEASE - POLICY LIMIT $ OTHER CH05EXC082680NV 04/01/2006 04/01/2007 $10,000,000 Occurrence Excess Umbrella 0 $10,000,000 Aggregate $10,000 Retention JP..ESCRIPTlON OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS AODEO BY ENDORSEMENT I SPECIAL PROVISIONS roject: Joint Sealing & Structing Rehab C T CATE OLDE C NC LLA N City of Dubuque 50 West 13th Street Dubuque, IA 52001-4845 SHOULO ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAil SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZEO REPRESENTATIVE /) ~. ~./ --"".A . Thomas Scheider BM321 c.:::;;n~?2-:'c. -',-", @ACORDCORPORATION 1988 ACORD 25 (2001/08) i'te :~'I~~/~OOo , Time: 11:~;j AM Page: 003 '1'0: NiCOle Wurster ~ Y,I~o~oY~-~;j~Y IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{s). )f 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08)