Loading...
10-0007 New Hanover County Contract # 10-0007 NORTH CAROLINA AGREEMENT NEW HANOVER COUNTY THIS CONTRACT, made and entered into this day of 2009, by and between NEW HANOVER COUNTY, a political subdivision of the State of North Carolina, hereinafter referred to as "County"; and JOE MOORE & COMPANY, INC., a North Carolina corporation, hereinafter referred to as "Contractor"; WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: 1. Scope of Services. Contractor shall perform refractory and boiler services at the New Hanover County WASTEC Facility for fiscal year 09/10 in accordance to Exhibit "A", attached hereto and incorporated herein. A safety briefing will be held with WASTEC Project Manager and the Environmental Management Safety Officer prior to the start of any work, and a daily progress report will be given to Jerome Parker, Project Manager. The work is to be performed at New Hanover County WASTEC, 3002 U.S. Hwy. 421 N., Wilmington, NC. 2. Time of Performance. Contractor shall commence work July 1, 2009 and all work shall be completed by June 30, 2010. 3. Payment. County hereby agrees to pay for the cost of the contract not to exceed Two Hundred Thousand ($200,000.00) Dollars. No overtime will be paid for any reason without prior approval of the WASTEC Project Manager. The dollar amount stated in the contract is for the sole purpose of allocating funds for this type of service. It is not a guarantee that this amount will be spent during the term of the contract. 4. Extra Work. County and Contractor shall negotiate and agree upon the value of any extra work prior to the issuance of a Change Order covering said extra Pagel of 17 70080600-700000 dm ORIGINAL New Hanover County Contract # 10-0007 work. Such Change Order shall set forth the corresponding adjustment, if any, to the Contract Price and Contract Time. 5. Indemnity. Contractor shall indemnify and hold New Hanover County, its agents and employees, harmless against any and all claims, demands, causes of action, or other liability, including attorney fees, on account of contract or personal injuries or death or on account of property damages arising out of or relating to the work to be performed by Contractor hereunder, resulting from the negligence of or the willful act or omission of Contractor, his agents, employees and subcontractors. 6. Insurance. Contractor shall maintain insurance from companies licensed to write business in North Carolina, with an A.M. Best rating of "A" or higher, and acceptable to County, of the kinds and minimum amounts specified below. 7. Certificates and Notice of Cancellation. Before commencing work under this contract, Contractor shall furnish County with certificates of all insurance required below. Certificates shall indicate the type, amount, class of operations covered, effective date and expiration date of all policies, applicable deductibles, self- insured retentions and shall contain the following statement: The insurance covered by this certificate will not be canceled or materially altered, except after thirty (30) days written notice has been received by County. The Certificate of Insurance, naming New Hanover County as an additional insured, shall be further evidenced by an actual endorsement furnished to the County from the insurer within thirty (30) days of the signing of the contract between the Contractor and the County. 8. Workers Compensation and Employers Liability Insurance. Covering all of the Contractor's employees to be engaged in the work under this contract, providing the required statutory benefits under North Carolina Workers Compensation Law, and employers' liability insurance providing limits at least in the amount of $1,000,000/$500,0000/$100.0000 applicable to claims due to bodily injury by accident or disease. Page 2 of 17 70080600-700000 dm New Hanover County Contract # 10-0007 9. Commercial General Liability. Including coverage for independent contractor operations, contractual liability assumed under the provisions of this contract, products/completed operations liability and broad form property damage liability insurance coverage. The policy shall provide liability limits at least in the amount of $1,000,000 per occurrence, combined single limits, applicable to claims due to bodily injury and/or property damage. New Hanover County shall be named as an additional insured under this policy. 10. Umbrella Liability Insurance. Providing coverage as excess above the underlying Commercial General Liability Insurance, Automobile Liability Insurance, Employers Liability Insurance and Insurance policies required by this Contract. This coverage shall provide excess liability limits at least in the amount of $4,000,000 per occurrence, combined single limits, applicable to claims arising from bodily injury, personal injury and/or property damage. The parties named as additional insureds under the primary underlying policies are to be included as additional insureds under the Umbrella Liability Insurance coverage. 11. Automobile Liability Insurance. Covering all owned, non-owned and hired vehicles, providing liability limits at least in the amount of $1,000,000 per occurrence combined single limits applicable to claims due to bodily injury and/or property damage. 12. Independent Contractor. It is mutually agreed that Contractor is an independent contractor and not an agent of the County, and as such the Contractor shall not be entitled to any County employment benefits, such as, but not limited to, vacation, sick leave, insurance, workmen's compensation, or pension and retirement benefits. 13. Warranty. The Contractor warrants County that any and all labor furnished to progress the work under this contract will be competent to perform the tasks undertaken, in a workmanlike manner, so as to meet the standards of workmanlike quality prevailing in North Carolina at the time of construction, that any and all materials and equipment furnished will be of good quality and that the work will be of Page 3 of 17 dm New Hanover County Contract # 10-0007 good quality, free from faults and defects and in strict conformance with this contract. All work not conforming to these requirements may be considered defective. All work shall conform to applicable Federal, State and local laws and regulations. Contractor shall be responsible for all costs, damages and expenses including, but not limited to, penalties, fines and fees, that the County may incur as a result of Contractor's failure to perform under this Agreement. 14. Default and Termination. If Contractor fails to prosecute the work with such diligence as will insure its completion within the contract time, or if Contractor breaches any of the terms or conditions contained in this contract and fails to cure said breach within two (2) days of County's mailing of Notice of Default, or otherwise fails to perform the work hereunder to the County's reasonable satisfaction, County may terminate this contract forthwith. Upon termination, County may, without prejudice to an action for damages or any other remedy, take the prosecution of the work out of the hands of Contractor. County may enter into another contract for the completion of the contract, or use such other methods as may be required for the completion of the contract. County may deduct all costs of completing the contract from any monies due or which may become due to Contractor. In the event this project is terminated prior to completion of the services by the Contractor, the Contractor shall be paid for services performed to the date of termination. In no event will the amount due Contractor in the event of termination exceed that amount set forth in paragraph 3 of this Contract. Nothing contained herein shall prevent the County from pursuing any other remedy which it may have against Contractor, including claims for damages. 15. Termination For Convenience. County may terminate this Contract for convenience at any time and without cause upon thirty (30) days prior written notice. Upon receipt of notice, Contractor shall immediately discontinue the work and placing of orders for materials, facilities and supplies in connection with the performance of this Contract. Page 4 of 17 dm New Hanover County Contract # 10-0007 16. Non-appropriation. All funds for payment by the County under this contract are subject to the availability of any annual appropriation for this purpose by the Board of Commissioners. In the event of non-appropriation of funds by the Board of Commissioners for the services provided under the contract, the County will terminate the contract, without termination charge or liability, on the last day of the then-current fiscal year or when the appropriation made for then-current year for the services/items covered by this contract is spent, whichever occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Professional on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the County shall not be obligated under this contract beyond the date of termination. 17. Non-waiver of Rights. It is agreed that either party's failure to insist upon the strict performance of any provision of this Contract, or to exercise any right based upon a breach thereof, or the acceptance of any performance during such breach, shall not constitute a waiver of any rights under this Contract. 18. Conflict of Interest. No paid employee of the County shall have a personal or financial interest, direct or indirect, as a contracting party or otherwise, in the performance of this Contract. 19. Subcontracts. The Contractor shall utilize no subcontractors for carrying out the services to be performed under this Contract without the written approval of the County. 20. Entire Agreement. This agreement constitutes the entire understanding of the parties. 21. Binding Effect. This contract shall be binding upon the parties hereto, and their heirs, successors, executors, administrators and assigns. 22. Further Actions. The parties will make and execute all further instruments and documents required to carry out the purposes and intent of this contract. Page 5 of 17 dm New Hanover County Contract # 10-0007 23. Inclusive Terms. Use of the masculine herein shall include the feminine and neuter, and the singular shall include the plural. 24. Governinq Law. All of the terms and conditions contained herein shall be interpreted in accordance with the laws of the State of North Carolina. 25. Notices. All notice required hereunder to be sent to either party shall be sent to the following designated addresses, or to such other address or addresses as may hereafter be designated by either party by mailing of written notice of such change of address, by Certified Mail, Return Receipt Requested: To County: New Hanover County WASTEC Attention: Jerome Parker, Project Manager 3002 U.S. Hwy 421 N. Wilmington, North Carolina 28401 To Contractor: Joe Moore & Company, Inc.. Attention: Frances Moore PO Box 6531 Raleigh, NC 27628 26. Assignability. It is mutually agreed by the parties hereto that this contract is not transferable and shall not be assigned by either party without the written consent of the other party to this contract. 27. Amendments. This Contract shall not be modified or otherwise amended except in writing signed by the parties. IN WITNESS WHEREOF, the parties have hereunto set their hands and seals, the day and year first above written and by authority duly given. `ti cNEW HANOVER COUNTY E 9 VIA Z a2 Bruce T. Shell, Count ana r Page B dm New Hanover County Contract # 10-0007 ATTEST: - f. \ , L Clerk to the Board JOE MOORE & COMPANY, INC. [CORPORATE SEAL] 1, 1 President ATTEST: law, A Mwv, Secretary This instrument has been pre- audited in the manner required by the Local Government Budget and Fiscal Control Act. Approved as to form: 4 C ty Finance Director County Attorney NORTH CAROLINA NEW HANOVER CO~INTY I~ ~ • crowd( I, , a Notary Public of the State and County afores id, rtify that Sheila L. Schult acknowledged that she is Clerk to the Board of Commissioners of New Hanover County, and that by authority duly given and as the act of the Board, the foregoing instrument was signed in its name by its Manager, sealed with its corporate seal and attested by herself as its Clerk. '23 WITNESS my hand and official s al, this day of l ~L1 , 2009. 6 No ary blic My commissiQj Page 7 of 17 _ ,A, Comm. _ dm Expires _ 312412011 PUBLIC.,.*, ~ Nanovec New Hanover County Contract # 10-0007 NORTH CAROLINA NEW HANOVER COUNTY I, maR 11 cap n Y7 rr~ a Notary Public of the State and County aforesaid, certify that ICY- t`t`)C=s-P . , came before me this day and acknowledged that (s)he is Secretary of JOE MOORE & COMPANY, INC., and that by authority duly given and as the act of the corporation, the foregoing instrument was signed in its name as its President, sealed with its corporate seal and attested by him/herself as its Secretary. WITNESS my hand and official seal, this day of JSc l l y 2009. G \ No ary blic My commission expires: 16 3c inr9oKj Page 8 of 17 dm New Hanover County Contract # 10-0007 Exhibit A TFUINICAL SPECIFICAIIONS FURNACE REFRACTORY BOILER RrPAiR SERVICrS Scups: To securo a writruk:ctn-w lrcuti•ide rurnatx ieliaetory and builcr repair sctviccs during shaLd{gums and special projects on an as need basis. Requirements; The emitmtor shall proF•ide the following; ASME certified w-cldcrs to perform cod c builcr ruptkirs • rxpcricnccsl rcfrzutc~ry rcpFtir anal inslAilatinrl percxmnel [c perl'arm refractory rcp+ars C:oAraol shall ssyrply matelots, tuniy, w+ I&Lg equipment, and personal safety equipment mgvjTcd Lo perform tike casks WASTLC reserves the right to purchase ill or some of the mquirCd ruatarials ii inn sow+oes udrer than the installation contractor. Mrmtory materials must be discussed with the WASTEC Project Manager mid an rsthmicd east prow ided pri or ro the start of each repair tusks for materials and Libor. The mmatcrials will be broken out on a separate puchasc order in order not to dcplctc this labor ctrmraat. CQntriCt personnel must be aviilablc wilh in hours when gi yen n+}Lice of a tmsk. AL the start of arch task, the numbm of porsontiel FrAlnirEll per projmL will bn agreed upon by the WASTF.{: Pttytzi L•Txnae r mxl tbo { Amlraclor. The amirmuior shall waive all Charges for FyriJ4tifiigmed employw ifwnirautor ifi notified by WASTIi(: tvlddik four h:iu:F aftOT the employCC TelxUi s to work that the ar signed employm is dclorminrd by tiUSTEC Sri be uniL=pfablu. Daily time shrell will be reynirCll Find given to llie WMTFC N)jmL Manaor. AbhuilitleN-. no overtime will he paid for any reason w•ithnul lrrier approval of the WrASTF{: PrnfeCl M1tanager. 411 contractors must be pre-qualified to perform work witli New f Ianover County. All contract personnel must have a current WAG'SC card or contractors must have submitted a eomplctc copy of their company's safety mamial. The Cuntraclnr shall suixmil work refertmms with [lie pmpowl. Rekrences shall include UIC tollming! + Name of 1+Lrm C;onmct Person • Telcphonc Number '1• • 1 42 Page 9 of 17 dm New Hanover County Contract # 10-0007 ITC:HNICAT. SFE;CIFICATLONS p[iRNAC,Ii i EP'FAC'T0RY BO Tf.YRREPAIIt SERVT(TS Anions t of Contract. be underr rood there in Ise amount cif, the cor&act mi oll not exceed $200,000.UU. Ii is to nor gur,reniee of using the full .raluo of the contrast. Tt:rm of Con tract: 't'he contract shall hegin on theclAte OfLMCCULiflnacid Wndnue for 4yenrterm. Contrselor L'amplialnee Requirx:rnents: Contractor shall oornply With Lill "NCIN 11==-z C mirhty }'nvirnniruental Management Contractor C,urrrl)lianoeRv(luireair-Lets" w attaohQd IL) the Sid Pnrp,wi Scciionof the bid package. Dyntractor must sign page I8 a of the policy as pat of the bid responw. 2 20V Page 11 of 17 dm New Hanover County Contract # 10-0007 COUNTY ov NE RA t ~ , NOR H CAROLINA Bw L FORM gilder Information plewc check as appmpnaLe gud complrm tho hems beluw. The bidder' is: An Individual A Partw4up p7~uitGes<<tur~utusi~lingvC - - - A Wrparation orpunirmd under Lhe laves of the StIlk of - (list Mme of dItre ap{x`t nne VO ORn Cexparalc SHI31L4 AFfx YCaI hl6:v IMI:![C iod1L' LItdJ BY: - NAME AND '['I'I'LF.: COMPANY: ADDRESS; PHONE, us SERI : 1F BI V IS By A C.010MATION ATCL-'S7': F New Hanover County Contract # 10-0007 COUNTY OF NEW JRANOVER, NORTH CAROUNA BID PROPOSAL FORM fNFURMAL ISID 409.""FURNA(T. REFRAt`AURY BOILE=R REPAIR SERVICE5 Propmal dve by'rucaday, June 9, 2009 at 4:30PM I certify that this bid is made velthou[ prior understanding, %n-te rteni ur oulmecrion with arty corporation Firm; or person submitting n bid fnrthe xame services and is in all ruapeets fair and w'I[hout collusion of fmud_ [ undesstend collusion bidding is a vk0atiad of stmo and fedsaal law and can result in fines, prison sellxGrioes, and ci v it dwnagr awurdh- I agree to abide by all conditions oftMs hid and eertif,- that 1 am gnthorind in sign fbrthe bidder. Bid Propaea[ LiSL each applicable job Dlassificatirms wauld be utilimd un&r this comact, JOR CLASSIFICATION REGULAR DOURLY PAY OVF.RTIMR HOURLY PAY TRUCK DRIVER $35.30 SS 2. S0 JOURIZY.IAN 3 533.3U 545-00 JOlQINRYVIAN 2 535,00 552.50 JOUJRNF.Yt41AN I 536,00 557.00 C.013F. WELDER $45.00 $67.50 BUILER MAK" S40.410 56t1.30 BIt1C.K uASON 545.00 S67.51) JOB 5UFT. S55.00 582.511 L'IZC}JL~C7E1~'t'*IItiF.F.R 575.30 - NA ENGINEER $100.00 IVA The shove tabor prices are baaod on the faJlow[ng cundilioos: 1. Our emp[oyw' tim be(,irc and ends at cnu Ralcigl; Narkh Carolina Wmehouse, 2. Any wurkperfurmed after a normal S-Im workday, on a weekend, or on a holidzy will be cliargad at the ovcrlimc pay rate of cne and untArdf ihr srrx'ighl time ]sourly rate. 3_ Our labor ratz9 include all mcs; nctimincat, and hcnefita. Wo do not add any addkimaJ charge` to [ha Owe hourly rates, dm Page 13 of 17 New Hanover County Contract # 10-0007 Joe NTaorc dt {.=paay, Jbc. E+q pmcm ReVUI schedule per Shift (lygaip n o+n aW by Joe MOM & Catnpsny, Inc.) L•' UTPME,N'r PER SIM RATf•. Alt( COMPRESSORLML-LUDEN tiAS $150_fl11 Alit RAMMIRR LARGE TEAR ou"r, OUN $15.90 COPPING F{AMhlEL 15.QD SMALL JACK HAMMER WAD BOII EK KhYAJR'1'()0LS 5190.00 VAACLJtJMTbSTERKIT _ %77.00 AIR T[I1RDM- 1295.00 YACUMAX $150.10 MA%nNRY SAW WITH P31AM(]ND FiLADE $160.00 MQRTARMI%ER _ $70.00 LARGE MORTAR MEKER S12 AD HKAT GUN 595.00 AIR NIONTrOk $65.00 GMERALMAINTENANCE TOOLTMALLBR _ $150.00 PI Ph MAC] WE $95.00 WaDlNG MAI:HINI-: BIG 40 OR IIAL 51 MAO lit?R(;q'[ WELD ROII IJAI, $100.00 STUI> WELEUL 390.00 HOT STOP Pt J tAp $21 O.W P'YROBL C. CTS $95.00 GUNNITE MA.CIRW $395.00 BURNM of 1-rFIT $45.00 RKMACTORY EQ [PMEN'I- r&AdLER 5150.Q0 THIS Y}4yH4 NOT INCLUDE SPECIAL TOOLS • SCANMr?I BIND fA *S(:AFfI0LDIN''G RLliNI' VARIES ACCORDING TO 17 F. SCAFFOLD PFFCES AND QUAN-A Y U SM ON T[IE, JOD. CldrCe EAaWFpiLIp-m--'rt If it is ncccwm7 we taut any oyuipmcnt for dm job, 0mm will he a 15°1G handling ei atge in Mdi itm to Lbe ISIVQko Total. F New Hanover County Contract # 10-0007 Haul Trunks at $1.20 per mile Picdmp Trucks al $0.65 per mile Van st S41s0 per mile Towcd Equipment 7 Ymilcr at $0.95 pCr mile 'Travel ft~ Cott of the motel plus a $20,00 per day uml chap. Kmjierials Most of the mmcriile aged in refractory workatzd link linings arc special items that we maintain iq our Raleig i, North Cwrolina Warehouse. Alf milerials will be charged at list price. A rNeoriaed lrtspt:u[0[ All impeetion fiecs wil I be bailed to euAamcr at cost plus I S%. Cade Wcldina If repair work to Your boiler roquim an "R" Stump or "ti" Stamp Report, shaft will he a $280.00 procuasmg fir 4bup per ►epom t m Ta4[jdg Any extra charges residting fsum drag tmin$ or mediate exams odwr than those normally gixen to our employax will be added to dro invoice. Sifcty Eouipmont Any addiiiurwl ankly oquipmcni, oll wr than whea is required by our Safety Pm am, will be added w dM iuvoiCZ. Ifyou prefer, Your plmrt may provide as whh the required additiomil safety equirmons. dm Page 15 of 17 New Hanover County Contract # 10-0007 CONTRACTOR AOREEIWFNT TO COMPLY IfIcka.-I `4k1. , a mprasentatnre of , 1 to o hereby i, acknowledge that my company has received a copy of the guidelines 91. - ing aanbract work being performed on New Hanover County, Department of Environmental management property. It is agreed that as part of die contract my company and its employees will comply with these guidelines and all the written programs which apply to the work being pwforTMned Signed: Contractor Date: U"I Le - nq Please return this signed page along with a copy of the records requested, on page B of this docurrant and Include a copy of the past 2 years OSHA 3d0,A log. Rewm with to the designated NHC Department of Environmental Management Project Manager or bid co- ordinator. 18 F New Hanover County Contract # 10-0007 Jue Moar~w Coanpatnf, inc. 'roml Apwnmt Lif &Wntmarwe invtybmd fix the yearwas.01,U614 4. Doaantar mo m1lamene Road Ben eft&Vla, SC 29512 Mr. MAge Auntons SU-4794 363 ext. 461 We did the Yearly outage work cm flu"Feel )?oilers and RR wvm laoilews. Thor indtides relininP b[AW flours attd instal ling new bumer rdractory. Tntal A=unt of mid1bWna= invoiced for flue vearwas $92,739,05 5. Bowater sim Curewn Yerey Road Catawba. 9C 29704 Mr, Kenny Cato 8(13-961-8169 Work: Remvfr} Boilers and ConAik rtion $uikis- We tmkalled ref -aciory in the Burners mid doors. We installed new rehactory in the 1xZ4r floats and smur+d the pmts. We performed other varkm3 rdrack" repaim during t1le yearly ou# %im Total Amunt of mawdenwm imiced ff r the veal was $7k3Z,90,69 Lei dm Page 17 of 17 From: 919-467-4987 To: Margaret Page: 1/2 Date: 7/16/2009 1:50:33 PM ID DW DATE (MMIDDfYfM _C0 RD =CERTIFICATE OF LIABILITY INSURANCE OPJoFMO-1 07/16/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION TriSure Corporation-TR ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4325 Lake Boone Trail HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 200 Raleigh NC 27607 NAIC # Phone: 919-469-2473 Fax:919-467-4987 INSURERS AFFORDING COVERAGE 10677 INSURED INSURERA The Cincinnati Insurance Co. INSURERB Cincinnati Casualty Co. 28665 Joe Moore & Company, Inc. INSURER C Frances G. Moore P O Box 6531 INSURER D Raleigh NC 27628 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS FFECT[W LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MIDDrYY) DATE MMIDDIYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CPP 087 90 68 12/31/08 03/31/10 PREMISES (Eaoccurence) $100,000 CLAIMS MADE FK OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE s2,000,000 PRODUCTS - COMP/OP AGG s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER'. PRO- LOC POLICY JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000 12/31/08 03/31/10 (Ea accident) A ANY AUTO CPP 087 90 68 X ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS 3{ HIRED AUTOS BODILY INJURY $ (Per accident) X NON-OWNED AUTOS PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT $ GARAGE LIABILITY EA ACC $ ANY AUTO OTHER THAN AUTO ONLY AGG $ EACH OCCURRENCE $ 4 , 000 , OOO EXCESSNMBRELLA LIABILITY A X OCCUR CLAIMS MADE CPP 087 90 68 12/31/08 03/31/10 AGGREGATE $4,000,000 DEDUCTIBLE $ X RETENTION $ 0 X TORY LIMITS X ER WORKERS COMPENSATION AND B EMPLOYERS' LIABILITY INC 8997384-07 07/01/09 07/01/10 E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE- EA EMPLOYEE $1,000,000 OFFICER/MEMBER EXCLUDED? It yes, describe under E.L. DISEASE - POLICY LIMIT $1,000,000 SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES. EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS Re: Operations of the above named insured as referenced in the above policies. New Hanover County is named as an additional insured with respect to the General Liability CERTIFICATE HOLDER CANCELLATION NEW320X SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN New Hanover County NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Suite 125 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 230 Government Center Drive lmmu~~ Wilmington NC 28403 cu~ CORD CORPORATION 1988 ACORD 25 (2001108) nt with GFI's FAXmaker FAX Server - For more information, visit: http:/twww.gfi.com This fax was se From: 919-467-4987 To: Margaret Page: 212 Date: 7/16/2009 1:50:33 PM 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). 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). 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 (2001108) This fax was sent with GFI's FAXmaker FAX Server - For more information, visit: http://www.gfi.com Y - n Z p z z y NEW HANOVER COUNTY WANDA M. COPLEY County Attorney KEMP P. BURPEAU SHARON J. HUFFMAN Deputy County Attorney Assistant County Attorney July 24, 2009 Joe Moore & Company, Inc. Attn: Frances Moore PO Box 6531 Raleigh, NC 27628 RE: New Hanover Contract # 10-0007 Dear Ms. Moore: Enclosed please find your copy of the above referenced contract. Thank you for your assistance in this matter. If you have any questions please give us a call. Sincerely, ,1 Za,Wcet J?. Owd ap Margaret R. Dunlap Administrative Support Specialist Office of the County Attorney Enclosure 230 Government Center Drive - Suite # 125 - Wilmington, NC 28403 Phone: 910-798-7153 - Fax: 910-798-7157 www.nhcgov.com r. New Hanover County Routing Slip Contract # Department Acct. # Initials Date To: Risk Manager Grants Coordinator Finance Director County Manager% 1'12 3 Commission Chairman Clerk to the Board County Attorney From: Legal Dept. Date` Re: Contract for/D pt.