HomeMy WebLinkAboutC12-062 Matrix Systems AGREEMENT BETWEEN EAGLE COUNTY AND MATRIX SYSTEMS, INC. THIS AGREEMENT is made this ) day of I' t, r,,a(, {. , 2012, by and between Eagle County ("County"), and, Matrix Systems, Inc. ( "Contractor "), a sole proprietor with a principal p1a e of business at 1041 Byers Rd., Miamisburg, OH 45342. WHEREAS, County desires to enter into an agreement with Matrix based on the agreement to provide phone, hardware, and software support for the Airport. The rate will be for after the software upgrade which should be completed in the first quarter of the year 2012. The location of the work performed will be the Airport (the "Facility"). WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise necessary to provide said product and/or services to County; and WHEREAS, County and Contractor intend by this Agreement to set forth the scope of the responsibilities of Contractor in connection with the services and related terms and conditions to govern the relationship between Contractor and County in connection with this Agreement. NOW, THEREFORE, in consideration of the foregoing premises and the following promises, County and Contractor agree as follows: ARTICLE 1— WORK 1.1 Contractor agrees to provide all services, labor, personnel and materials to perform and complete the services set forth in Exhibit A (hereinafter "Services" or "Work ") which is attached hereto and incorporated by this reference. Contractor and will use its expertise, skill to perform the Services. In the event of any conflict between the contents of this Agreement and Exhibit A, this Agreement shall control. ARTICLE 2 — COUNTY'S REPRESENTATIVE 2.1 The Airport's designee shall be Contractor's contact with respect to this Agreement and the performance of the Services. ARTICLE 3 - TERM OF AGREEMENT 3.1 This Agreement shall commence upon execution of this Agreement by both parties, and, subject to the provisions of Article 11 hereof, shall continue in full force and effect until the Services are satisfactorily completed in accordance with the terms of this Agreement. 3.2 The term of this Agreement may be extended or modified and the scope of Services may be changed upon a written amendment to this Agreement signed by both parties. ARTICLE 4 — COMPENSATION 4.1 For the Services to be provided hereunder, County will pay Contractor the amounts provided in Exhibit "A." The maximum amount of compensation under this Agreement shall not exceed Five Thousand Three Hundred and ninety seven ($5,397) without a signed amendment to the Agreement. 4.2 Payment will be made within thirty (30) days of County's receipt of a proper and accurate invoice from Contractor respecting the Services to be provided during the payment period. Upon request, Contractor shall provide County with such other supporting information as County may request. If, at any time after or during the Term or after termination of this Agreement as hereinafter provided or expiration of this Agreement, County reasonably determines that any payment theretofore paid by County to Contractor was improper because the services for which payment was made were not performed as prescribed by the provisions of this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment to County. 4.3 County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. 4.4 Notwithstanding anything to the contrary contained in this Agreement, no charges shall be made to the County nor shall any payment be made to the Contractor in excess of the amount for any Services done without the written approval in accordance with a budget adopted by the Board in accordance with provisions of the Colorado Revised Statutes. Moreover, the parties agree that the County is a governmental entity and that all obligations beyond the current fiscal year are subject to funds being budgeted and appropriated. 1 Ga -o (a)., ARTICLE 5— CONTRACTOR'S REPRESENTATIONS In order to induce County to enter into this Agreement, Contractor makes the following representations: 5.1 Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder, the Facility, and with all local conditions, and federal, state, and Iocal laws, ordinances, rules and. regulations that in any manner affect cost, progress, or performance of the Services. 5.2 Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. 5.4 To the extent possible, Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. 5.5 To the extent possible Contractor, has given County written notice of all conflicts, errors, or discrepancies that he has discovered in the Agreement. 5.6 Contractor will be responsible for provision of the Services and shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to the operation of our badge and door access system relating to software and hardware maintenance. Further, in rendering the Services, Contractor shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision of its employees to ensure the Services are performed in accordance with this Agreement. ARTICLE 6 — ENTIRE AGREEMENT 6.1 This Agreement represents the entire Agreement between the parties hereto. There are no Contract Documents other than this Agreement Exhibit A. The Agreement may only be altered, amended, or repealed in writing. ARTICLE 7 — MISCELLANEOUS 7.1 No assignment by a party hereto of any rights under, or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Agreement. 7.2 County and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in this Agreement. 7.3 Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. § 29 -1 -101 et seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7.4 Provision Mandated by C.R.S. § 8- 17.5 -101 et seq. PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES 7.4.1 If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. § 8 -17.5 -101, et seq., regarding Illegal Aliens — Public Contracts for Services, and this Contract. By execution of this Contract, Contractor certifies that it does not knowingly employ or contract with an illegal alien . who will perform under this Contract and that Contractor will participate in the E- verify Program or other Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Contract. 7.4.2 Contractor shall not: (i) Knowingly employ or contract with an illegal alien to perform work under this contract for services; or (ii) Enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the public contract for services. 2 • 7.4.3 Contractor has confirmed the employment eligibility of all employees who are newly "hired for employment to perform work under this Contract through participation in the E- verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E- verify program can be found at: http:// www .dhs.gov /xprevprot/programs /ec 1185221678150. shtan 7.4.4 The Contractor shall not use either the E- verify program or other Department Program procedures to undertake pre- employment screening of job applicants while the public contract for services is being performed. 7.4.5 If the Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall be required to: (i) Notify the subcontractor and the County within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (D) the subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 7.4.6 The Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. § 8- 17.5 - 102(5). 7.4.7 If a Contractor violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Contractor shall be liable for actual and consequential damages to the County as required by law. 7.4.8 The County will notify the office of the Colorado Secretary of State if Contractor violates this provision of this Contract and the County terminates the Contract for such breach. 7.5 Invalidity or unenforceability of any provision of this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed as if such invalid or unenforceable provision was omitted. 7.6 Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any sub - consultant or sub - contractor agreements for the performance of any of the Services or without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to perform the Work and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned. Contractor shall require each sub - consultant or sub - contractor, as approved by County and to the extent of the Services to be performed by the sub - consultant or sub - contractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. ARTICLE 8 - JURISDICTION AND VENUE: 8.1 This Agreement shall be interpreted in accordance with the laws of the State of Colorado and the parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in the Fifth Judicial District for the State of Colorado. 8.2 In the event of litigation between the parties hereto regarding the interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit otherwise is brought to recover damages for breach of this Agreement, or an action be brought for injunction or specific performance, then and in such events, the prevailing party shall recover all reasonable costs incurred with regard to such litigation, including reasonable attorney's fees. ARTICLE 9 - INDEMNIFICATION: 9.1 The Contractor shall indemnify and hold harmless County and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County or any of its officers, agents, or employees may become subject to, insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for any and all attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, 3 damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that the County is solely Iiable to such third party for such claims without regard to the involvement of the Contractor. ARTICLE 10 - OWNERSHIP OF DOCUMENTS AND MATERIALS: 10.1 All documents (including electronic files) and materials which are obtained during, purchased or prepared in the performance of the Services shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. ARTICLE 11 -TERMINATION: 11.1 County may terminate this Agreement, in whole or in part, for any reason, at any time, with or without cause. Any such termination shall be effected by delivery to Contractor of a written notice of termination specifying the date upon which termination becomes effective. In such event, Contractor shall be compensated for all Services satisfactorily completed up to the date of termination for such Services. ARTICLE 12 — NOTICE 12.1 Any notice required under this Agreement shall be personally delivered, mailed in the United States mail, first class postage prepaid, or sent via facsimile provided an original is also promptly delivered to the appropriate party at the following addresses: The County: Eagle County Airport P.O. Box 850 Eagle, Colorado 81631 (970) 328 -2680 (p) (970) 328 -2687 (f) and a copy to: Eagle County Attorney • P.O. Box 850 Eagle, Colorado 81631 (970)328 -8685 (p) (970) 328 -8699 (f) The Contractor: Matrix Systems, Inc. 1041 Byers Rd. Miamisburg, OH 45342 (800) 562 -8749 (p) (937) 438 -0900 (f) 12.2 Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted and confirmed received or, if transmitted after normal business hours, on the next business day after transmission, provided that a paper copy is mailed the same date; or three days after the date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service. ARTICLE 13 — INDEPENDENT CONTRACTOR 13.1 It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or be construed as establishing, an employment relationship between County and Contractor or County and Contractor's employees. Contractor and its employees shall be, and shall perform as, independent contractors. No officer, agent, subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the employee, agent or servant of County. Contractor shall be solely and entirely responsible for the means and methods to carry out the Services under this Agreement and for Contractor's acts and for the acts of its officers, agents, employees, and servants during the performance of this Agreement. Neither Contractor nor its officers, agents, subcontractors, employees or servants may represent, act, purport to act or be deemed the agent, representative, employee or servant of County. ARTICLE 14 — INSURANCE REQUIREMENTS 14.1 At all times during the term of this Agreement, Contractor shall maintain insurance on its own behalf in the following minimum amounts: 4 14.1.1 Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in amounts as required by the laws of the State of Colorado, 14.1.2 Comprehensive Automobile Insurance shall be carried in the amount of $1,000,000 for bodily injury and $1,000,000 for property damage, each occurrence. All liability and property damage insurance required hereunder shall be Comprehensive General and Automobile Bodily Injury and Property Damage form of policy. 14.1.3 Comprehensive liability and property damage insurance issued to and covering Contractor and any subcontractor with respect to all Work performed under this Agreement and shall also name County as an additional insured, in the following minimum amounts: Bodily Injury Liability: Each Person: $1,000,000 Each Accident or Occurrence: $1,000,000 Property Damage Liability Each Accident or Occurrence: $1,000,000 14.2 Contractor shall purchase and maintain such insurance as required above and the certificate of insurance is attached hereto as 1xhibit B. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. COUNTY OF EAGLE, STATE OF COLORADO, by its County Manager s By: !fir / _ eith Montag CONTRACTOR: 'Matrix Systems, Inc. By: 4:2-‘-^,___------"`"-- Tide: 0 /C 1` C] CONTRACTOR IS REQUIRED TO HAVE ITS SIGNATURE NOTARIZED STATE OF CI1 i 0 ) ss. COUNTY OF riloi-vme, ) , ... The foregoing instrument was acknowledged before me by ) is die Q.� € i i`t , o£ ,1(ix t11 fat `.5 ill( this l tq day of Mt t�t1 ; i a 20II 22 ,�_ 1 e ENDY t:. bAW 50 WO Public My commission expend for the State of Ohio - My CommIs IOn £spirsa 6s. 23, 2014 .4 i OJj 4$0:417611:". t c ), / \�� f . � 4 /*---.. om • t ;�`. - a 5 EXHIBIT A 6 s 4 Y EAGLE COUNTY AIRPORT Service Agreement Renewal 1/1/12 through 12/31/12 Prior Renewal Contract Price Price Chance Comments Hardware Phone Support $1,000 $1,000 $0 Software Support Higher charge for extended support of $4,397 $3,172 $1,225 current installed version. Total Annual Support Cost $5,397 $4,172 $1,225 OR (2) Bi- annual payments of: $2,698.50 Total of Bi- annual Payments = $5,397 NOTE 1: If Software is upgraded to a current version during the term of this agreement, the price of the ageement will be adjusted and a refund will be received as stated below. Agreement at current version $5,397 Agreement after upgrade $2,973 $2,424 Refund per month after upgrade $202.00 NOTE 2: If software is not upgraded before the renewal next year then the cost of the software support will increase to $7,057 due to age of software. Recap Matrix Systems, Inc. Confidential Page 1 of 1 • A 1 O O Aft -0 CO M O O I. fr t. O r• O O M V) 07 CO M CO 0) 0) AD 0) d N 0. 0 CD N Af) . CO M CD M co s C) O O 6 9 CA H3 r : 69 69 V* - O Q W ID In m > 69 6`T t)} 69 N 64 .L-• U Q E = CP J w a) > C 'O m O ‘'i - cr N N 2 a )-0 C d y F > L U F )3C 3 'U N ° C 0 . - 0 O` WI N E N d N >.- O F ro y ro N N .Q O N O C N ro > v c 2 LO W ° L m d o m m E m On 3 U � � m m a= ° o „„Cr a N 3 y U E a) 7 }- < Z 1L II Q x C G ) N .o " O .. a) CC Q W O H y o y 0 0 o O N vi as m vs o D Q w ` . � t �¢ a) t. 0 0. 2 r ° E O w N Q Q a m 0 E' d = p a) ) Z a 3 o a) E m o 0 0 ¢ Z - d � c ro a m c G Aa VJ C p Z < 7 m > • > o o d o ro m 4F w c 0000 ° o m < Z Q J Z 2 o Q Fo a) ' ° c o ¢ Z Q 0 0 0 0 0 0 = o. ° a) T .O p) 10 U j,[ Q 0 0 0 0 0 0 O O N F.. Q Q ,, C - C . - Q ^ 7 p m fa - o O of •p -° a) O F Co' LL N >, a) c 0 0- Q. J O y 0 I £ C C 0 CC 7 O N a) W J 0 O as o £ d d N E Z� p — I- o Cl ro0 A�a)o 0 O C a) a) 8 y "O •c a) co CO ca W 7 0 0 0 0 0 ID 0 ro CO t ro U L a) N D. .-- E — n LL CCCCCC C > m a 0 0 $ o C S U N aI O C N O U 1 -- .0 Q 6 O C C) m •> z >•. .Q ° O C o C E U Q. ftl n n oonnnn n ___CO .0 m T. E o@ ° o 0 O 5 c ro X > w o o_ a) 0 "Et 01 C d V r - [ r 5 c o r m m a ZF m 0 m 0 -a a a 3 ¢ o o 0) wa '' CO N Q c a Eia = E v o 0 N - E a- ro a O L a) s Q) 3 d 7 Z_ N m 0 00 000 O O vs N d E N 6 As O (1) _ M M MM MM M a a) C r- N �) �� K W 0 000 00 0 _O O A1> a5 N Q Td. -c2 0 0 E > ° c 1 m " o m E ° yro a) 2 Li z ZZZZZZ Z �) EL' o•x m 0 000000 0 3 c m y c ° 0 d al al o c Q S¢¢¢¢¢ ¢ c m U � c 0 Cr.. O 0 N a) > C' 3 Q w 0 00 0 ° - .. y " o �— ° co rD i xxix x y X o D m C /) as 0 a a_ a0.0.O 0 a >, m ` 0 • w n 0W000 o a an d ° Q L° E a) 0 0 > f_- F F F F- F - 1- r) A 2 _: ° O y N •O -c N E a) C C O N • J J J J J J J J • Ca > a1 X E O ro N »Z7» 7 m c 0 N a b O AY ro Q o In i s o .'= w = E Z 13 c W > ` o co ) ` m R ° Q r.... O W >, N 0 •� o 7 a O O m ( 0 • In vi w CC ? S ` o O 0 O U 0 . 0 0 0 • O 0 N Q 1-- C - N.0 R- c • 0 ' O Z 0. 7 d W J - � O �> d N • O W C d C 3 G N C ¢ - N > a E 2 g a)a 0 E ro d ob E 6 Z F ni W Z c T N = z W > O.° N ' O a) 2 X C U '"' I- r 0 ¢ a¢ J w m y Ac U � � O 0 _ Q� US CC E • X p o a O 0 0 o is U d N y N m o N ALI wsLL w = _ m 3 3 a: o m ") E c Z 0 z Q N 0¢ ¢¢¢¢d 10 N a) y C o N O ;-+ Q. N ¢ w C y W W W W W Q O O 3 ro C y- ° O • •,= L O m °� 0 o Q it 8 I ¢ i) zzzzz c7_ o y c 3 0~ ° a ' m 3 v U ¢ y) T p m e n - � Q O • 0 0W O 0 Q E ct , O z ¢¢¢¢¢ =p0 N E >. o_ d O CO N N v 2 c•g 0 v 2 E O LL LL LL U. Jm `L N ro m" d m O E c L m o O. w r ca = 2 W 1 - . 0) CD U C a o > ,c O_ a) y 11-- l m 2 O o - 7 c O o 63 Z d 0 U O. O 6 N N y • a) N a C x w > o � m� I l l 0 >, ' C . c0 T us W Z ` G 0 w =. o N fl 0 0 11 c O m o c � 1L z An Q J > • N T a) • ,_ c ( CO o o) o Q ° a w 2 w a rt E " 1- 6 <oro Qa w ��m 0 N m mmn ° c�1 ro 0 c aim � � N ro O a U p W W d O 0) 0( C A CO C' CO - W O w S C - .. C W U U C cc N 2� R MMMV V CO W l .--• O ) a O m � Q 0 w »(9 N U Z 6 (01 10 1 01 0110 0 0 0 a) ¢ CO a < N 3 0 3 tZ Cr) CO R e m o L .. ro O 0 N c 0 a-"'. T C m0 m N = a _ U 01 co N N C d C U -O m I d co 0, 3- p E L N ro c E ca c Cla_ U ° mm roa omc4o� E a a m N ` m ° n 2 m CD o m E Y E m U m to' = ° v Ill w N a N 0 7 L m C 6 C � p d C . 0 G 0 co N C '7 o o m C N m c a m z L N E a X � ' c m 73 a > a c 0 2 "E N m 7 0 E '- C c and c •C> as n •C 0 y 3- X c ° N !O N ro N al m E >. "° O > L N 0 c g o c o. E ° o_0 I- ,$) m 0 N m U O m o E E N ••- d 0 - O 0 C2 N • X co o 0 ' p N N a N `� N N a o O m N co ' m �'. > T C >. m T U LL U E c 7 a 7 ) a 2 N p CD N L 0 2 0 o m L 1 N Q. 1.- M h a C m a 0 n a 0 L L w O n N N ' a • n D . O) m C L Z T >. U 7 N C N n 3 U U m 0 0 C m N C ro 7 C E cr E c = t O N r C O C U L N 7 E c C s O N aS O X N C C o 3 .N o c— U ' ro E c E o co N N 7 C A U p 3 U O _ b ` o 0 c R1 Q C- co 0) iz ° w 0 m s cy cca a o c o 0 N U 3 '° co C O so N m N c > CC O m m co O N N U .Q co at 8_ c 1) O L C ›...00 p 5 '15, w 0p EE � o a � � Y o mm o- s 0 c. c a c o N 0 0 C c m E N O b m m ` ' c o 7 N C O d N .x 0...c O C CC a .-. ° 0 ° m N ° E 0 c C` m !O °) _ N 0_ c o a. W Q OD U . � Q 0 ', O T O E O "_ N c f6 N C ' Q ° • .Z? m m ? >. C O N u �) c N 0 C 0 j N N '`. L O N .0 al n 0 a N ._ m 0 as m � aU c 0 o -a E co z CL c m C ro T i m U 0. .0 U m X r U 0 ' p• Q ro 7 'O > c n m N 0 F- - O d m 0' 0 m 7 C 0 m w c x E ) '5 m m o a ; cc m 3 0 o cnd C No°c CL cE � '0 om U -0¢ m� °c cflC 0 LCOma ° c T . m -0 m > o) aE� $x � ce c�E 3 tc � a x i c E S U p n a` co d O V 0 n > . O m 0_ 1r- m c E g-- m ca - & - s CL c 0 57< X 0 >- • 2 c mnac a U a N f6 �? U } ro c .4 O C` 'p n a a N U C a ') a m d 0) d7 N7 " mac -pro �� p .1* >. roa)ma m Q !O • � � �m a ro- � � e, �m °' 3 a Ec oomN 0 v c in m T N _ 7 N N 0. a (6 l4 >` m 0 a N 0)) y . 0 _ › U 0 �>.. V U O Y °. L ro Z ° .ro > N N - - T L l YO O ° ,� •C C C A 'N o y r (c4 m co ro C ° a R m 9 C m C /4 ( V 01-7,- d c co v a co o 3 .� a) - °� 000. m c RI z M O 0 .m• o al N m o a N A m ro > co U n 0 R C a �'Y n C or • w J N Y 0 C m U p Q 7 O C C L 3 `p N 0 ro T 7 E " '13. -- > m :°- ° v f° - E O v E m ro ocrE° - ` m m N r` N ° nn° a N m_a no a n a) >. Z N N m N m 0 a O C ° m o • N m E ro m _. E c a O c0 CO CO O fi C fi E L (I5 m a) c U m m 11 .) 3 3 ' o o ? c m al m� d m N 0 ' o ° E' aa a o N a 0 C c 3 m d o a o N o c ° c_ ) > e m 7 m m m El N E o N a v a m n '= - c m ca 0_E o o c d m 0 = O . 0 m c IC R m U o ' o 'p N 2 2 c p 0 C . Q Q. m a m >. CI U N L W O> N N 0 CL C p 0 L al CD 0. 0 U O m es a a. O E N cc, O C a ` ) c o N N td E Q > a , , 0 o = c 80. � n � m o w o ' x m 5 . _ o Do L 4 � �L a as E m Q O b N O O • c' --. m 7 =_ ?',C-' 0•° 2 L 0 N 3 C E 2 2 7 Q 0 c= nib maw (0 c Q °0 Q . t° ' 2 . 7 a m V 0 C 00 0 - p ) N m m m 7 0. a 0 a >. 0 O O N m m O • �N • oro o do �a oro EN L' E 0.._ Q Y s o U co L C O /a N m C' j U U .0 ( N m m c N 0 C a •- L .O N 0 f2 _ 0 °) E m 7 O m 0 `) ° C' D ro C C !) m E N N 0 C 3 y 2 2 o m O N ° m V E N U ' o L m— m D o 0 p m X° > n E m C3) `) n > m m i- . x 0 '° _ , N � 0 O C 0 0 p L o 0 a ° O — L ' Ci) O U dm cm _C0 c 0, ' �'�ro a ° 0 - 0 CD .....= - }- ro C N L m . al a U >. E '� c Vs a _ ° i m ' 7 `� E rn C p — C 'a ccl (r T 7 ° . , 7 � a co as • '> ro N a 7 C O) 0 3 N 0 0 c To 0 U n V m N c N'O O�N;�0 Zc C' C N p- m 'Do my g- o L L [ • a y am 0 - 3� E mm 0 ° _ °m c m 0. a 7 m cn o N nc c` L 0 V O CO CO 3 U m 16 c ° m ro m C E C c E .° c 0 co 7 0 0) N — 5 m c "° Cn N °- n L a ca m CO C7 v . c m e n _ m L ca. m 3 c .. a m ° '9 2 Z 0. w e . O N o c d E C N o) L . O N CD 7 CD m E m 0' Cr 0 m }' N a r m O 4 C m y L„ O a N co l� 17 m - ° L p •C m m co O �-- ° - o Q. 0 co m `° m L E 61 m LO G) G p °) "- Cl- CL = Ui c 7 n co •• N E E CC °. m t o c.) 0 0. 0 m . c '" 0 ci c 1- m ro 7 0 a •- - O 3 m 0 0. .c c m i • o 1.1.1 CC Q a w CO N n U U T •c m 7 7 U 0 c O 0 7 n 50 °_ co 5 m m -0 O O C N " 0 x p a o 7 N ca .45 ro E v 3 �m �� mE N ooE Y wE R/ Nr w d zE E N mm oo)m c w _2 . 2a U ° m ` ' o ¢ z a R Q m 2� a E TO 0) m0. a, > 0 o moy r1 '5 7 D L ,_ ° o ! ° w '� E o L m ° ° o N a >.'c L o_ ° _ Z c ro c '1= � a N O. r p N L N m a c °) o ° c m� Q. m U ro o d m 3 m- N" m v •- s 0w `° O m —s m c o crc.o ma > 4 E m E m c E.° E d o 0 F. J N Z U O O U ° 0 C N N m 0 m L @ C j o_ • a4 m ro d c W m CO [3QNo, [i • . x o m ro m V N ¢ o)c.nr w° ro E o c n z 3 W .- . W m m C .' C .• .0 > ~ ro 0 n ro 0 0 0 m C U CIS 2 Q 2 N 2. Z - -p j=ma 7 c c 0 0as 0 m an F-- a C Q T 3R O d m w o� ct L-'a E 2' > N 'y O 112 E N. Z m uj c a ro po Cram > m ° ro 7 O c n = ro roro 3 m wN l- 0. o'f3N° mN >-c VUnca U0 0 1 O m 0' o 0 0 ro -o ¢ N 0 U a " c m E " - � m o o ro C 7 ` m 5 ro ( o 5 co w Z m z 0 p 0 a N m _ T m 3 < m co .c m •- 3 m° a a i m 7 o a) w g F bo � =c p °c o ~ cQ - C7 c 0o _ CA E c a` W f- ? m !)J 'Q T N 'm0 d° W p n C • . 'n o 7 0 a Q 0. 0 ¢ a4 ° ¢ 4 O Z O N CL o c O ro- CL m e I- c° W U O C N ' 0 m m 0 0 0 2 a U W W O CD Q E -° ` m E 3 V ) o m z m m Oc N N m o 0 c'_ m m c W _ t �w w ' � 7 C Er o V) c E [LE ¢ o 5 m -o E o- 0 - °'i O c c > O W a 0 E i 0 0 0) a w 0 m 0 Q• CL o N CO o c c 1- = m F- " Q . [_*•- U E f - •- 0°-o rn -. O7 Oa a cc co 2 cc N UZG Q T E . ° c O o) c m Q o R CC a) 7 2 n 0 ° a E 0. a oo. 2 a0 Q en x W E. m j 2' 7 / I- • \ tu \ e E • ( \ ) ' k k® D "a" k = E 0 IR 66 LC 0 � Zti t 5 . 0 E . . . Z 7 \ o 0 \ E Eo Lu • // C. \ § § . ; y E / §5 m � = 2 § > L \} 0 t$ ( �� § a) \ \ 2 01 0 \\\ § . / \77 lla CC La \ � V 2 $ 0 / \% EL - C/ 111, ' �u �S § \ ! /\ 2/a § l j ) d k�\ 2 / . § \ O. « b o / 0 z 0 O RE 2 0 55\ Etog@ ~ < { §Gk2 ��au- e t r EXHIBIT B [INSERT INSURANCE CERTIFICATE] 7 �® CERTIFICATE OF LIABILITY INSURANCE OP ID SK DATE 01 /31/12 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 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 CONTACT NAME: PHONE FAX Brower Insurance Agency, LLC (AIC, No, Est): (NC, No): E -MAIL 409 E. Monument Ave, Suite 400 ADDRESS: ton OH 45402 PRODUCER Da MATRS1C 1T CUSTOMERI Phone: 937.228.4135 Fax: 937.228.9108 INSURER(S) AFFORDING COVERAGE NAIC INSURED INSURER A: Federal ma ce. tens. Group) 020281 Matrix Systems Inc INSURER B: Mt. Hawley Insurance Co. 37974 1041 Byers Road Miamisburg OH 45342 INSURER C: on City Fire Insurance Co. 29459 INSURER O INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: 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. NOTMTHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT MATH 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 ADDL SUBR POLICYEFF POUCYEXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MMDD/YYYY) WITS GENERAL LIABILITY EACH OCCURRENCE E 1,000,000 DAMAGE TO RENTED E 100,000 A X COMMERCIAL GENERAL LIABILITY 35836859 02/01/12 02/01/13 PREMISES (Ea oceunence) CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 A X Ohio Employers PERSONAL BADV INJURY E 1,000,000 $1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG E 2,000,000 7 POLICY X ECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) E 1,000,000 A X ANY AUTO 74993725 02/01/12 02/01/13 BODILY INJURY (Per person) E ALL OWNED AUTOS BODILY INJURY (Per accident) S SCHEDULED AUTOS PROPERTY DAMAGE E X HIRED AUTOS (Per accident) X NON -OWNED AUTOS Comp Deduct $1,000 Coll Deduct $ 1,000 B UMBRELLALIAB X OCCUR MXL0414637 02/01/12 02/01/13 EACH OCCURRENCE E 5,000,000 X EXCESS LIAR CLAIMS -MADE AGGREGATE E 5,000,000 DEDUCTIBLE E RETENTION E E C WORKERS COMPENSATION 33WEZN8769 02/01/12 02/01/13 X WCSTATU- OTH- AND EMPLOYERS' LIABILITY TORY LIMITS ER Y/" 02/01/12 02/01/13 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT E 500,000 r OFFICER/MEMBER EXCLUDED? I I N/A (Mandatory In NH) l E.L. DISEASE - EA EMPLOYEE E 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 A Installation Fltr 35836859 02/01/12 02/01/13 $2500 DED $250,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, l! more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE EAGLCOU THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Eagle County AUTHORIZED REPRESENTATIVE P.O. Box 850 Eagle CO 81631 ‘,"" ? ' 4 4 71-5.-1 :: 2) .. 144 © 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD