No preview available
HomeMy WebLinkAboutC21-151 DGH ProductionsAGREEMENT FOR SERVICES BETWEEN EAGLE COUNTY, COLORADO AND DGH PRODUCTIONS THIS AGREEMENT (“Agreement”) is effective as of __________________, by and between DGH Productions (hereinafter “Contractor”) and Eagle County, Colorado, a body corporate and politic (hereinafter “County”). RECITALS WHEREAS, the County desires to engage Contractor to provide video recordation and production services as well as use and operation of a video scoreboard at the 2021 Eagle County Fair and Rodeo (the “Project”) to be held at the Eagle County Fairgrounds located at 426 Fairgrounds Road, Eagle, Colorado (the “Property”); and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the Services as defined below in paragraph 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as follows: 1.Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the services or work described in Exhibit A (“Services” or “Work”) which is attached hereto and incorporated herein by reference. The Services shall be performed in accordance with the provisions and conditions of this Agreement. a.Contractor agrees to diligently provide all services, labor, personnel, equipment and materials necessary to perform video recordation and production services for four (4) rodeos scheduled to take place on July 21, 22, 23 and 24, 2021, at the 2021 Eagle County Fair and Rodeo (the “Services”). The Services shall include: Live video feed as well as replays of each of the rodeos. The exact time of rodeos will be determined by the County; and Contractor will be responsible for providing a video scoreboard, timing equipment and all personnel necessary for operation of the scoreboard and timing devices during the four (4) rodeos. The scoreboard shall be installed and operational no later than two (2) hours prior to the evening rodeo scheduled for July 21, 2021, and shall stay in place through the conclusion of the rodeo scheduled for July 24, 2021; and The Services shall be performed in accordance with the provisions and conditions of this Agreement. b.In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 5/12/2021 C21-151 2. County’s Representative. The Facilities Management Department’s designee shall be Contractor’s contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 11 hereof, shall continue in full force and effect through the 25 day of July, 2021. 4. Extension or Modification. This Agreement may be extended for up to three additional one year terms upon written agreement of the parties. Any amendments or modifications shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services in accordance with County’s internal policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor’s rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 5. Compensation. County shall compensate Contractor for the performance of the Services in a sum computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement shall not exceed $15,987.84. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. a. Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks performed, who performed each task and such other detail as County may request. b. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the Services for which payment was made were not performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. c. 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. d. 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 of any year, without an appropriation therefor 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). 6. Subcontractors. 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 subcontractor agreements for the performance of any of the Services or additional services 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 DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, 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. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. i. Workers’ Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined bodily injury and property damage liability insurance, including coverage for owned, hired, and non-owned vehicles. iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit B. ii. Contractor’s certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and volunteers. v. Contractor is not entitled to workers’ compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 8. Indemnification. 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 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 reasonable attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. 9. Ownership of Documents. All documents (including electronic files) and materials 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. 10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days prior written notice of such change to the other party. COUNTY: Eagle County, Colorado Attention: Tanya Dahlseid 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-8892 E-Mail: tanya.dahlseid@eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 Facsimile: 970-328-8699 E-Mail: atty@eaglecounty.us CONTRACTOR: DGH Productions Casey Harp 504 Dogwood Trail Forney, TX 75126 Telephone: 214-980-2222 E-Mail: harp.casey@gmail.com DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination. 12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121. 14. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. c. To the extent possible, Contractor has correlated the results of such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or discrepancies. e. Contractor shall be responsible for the completeness and accuracy of the Services and shall correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 g. This Agreement constitutes an agreement for performance of the Services by Contractor as an independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture or any other relationship between County and Contractor except that of independent contractor. Contractor shall have no authority to bind County. h. Contractor represents and warrants that at all times in the performance of the Services, Contractor shall comply with any and all applicable laws, codes, rules and regulations. i. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. j. Contractor shall not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. l. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. m. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. n. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. o. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. 15. Prohibitions on Government Contracts. As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement 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 Agreement. a. Contractor shall not: i. Knowingly employ or contract with an undocumented individual to perform Services under this Agreement; or DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement 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: https://www.uscis.gov/e-verify c. 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. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required to: i. Notify the subcontractor and County within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; 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 undocumented individual; except that Contractor shall not terminate the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. e. 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). f. If Contractor violates these prohibitions, County may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to County as required by law. g. County will notify the Colorado Secretary of State if Contractor violates this provision of this Agreement and County terminates the Agreement for such breach. [REST OF PAGE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANAGER By: ______________________________ Jeff Shroll, County Manager DGH Production Casey Harp: By:________________________________ Print Name: _________________________ Title: ______________________________ DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 Casey Harp General Manager EXHIBIT A SCOPE OF SERVICES, SCHEDULE, FEES DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 D G H P R O D U C T I O N S , L L C Office 504 Dogwood Trail [p] 2149802222 Forney, Texas 75126 [e] harp.casey@gmail.com Eagle County Fair & Rodeo Tanya Dahlseid Fairgrounds Coordinator/Fair Manager Eagle County Facilities Management 970-328-8892 RE: 2021 Eagle Rodeo Video Screen April 5, 2021 Tanya, Thank you again for taking my call earlier today to discuss the scope of work for this year’s rodeo video screen. I have included our proposal to serve as your production firm for the 2021 Eagle County Fair & Rodeo. In addition, I am including the information we discussed regarding available on-screen real estate for sponsor graphic placement. This information will be a big asset to help you guys with your sponsor packages, either as a value added or even a whole new line of potential sales avenues. As I stated, typically I like to wait until we have a formal agreement to send this information because frankly, I don’t want to help my competitors! However; I feel confident in visiting with you that I’m sure we can reach a deal. In addition, I have already made contact with a couple of video directors in our network to ensure we have the best crew available for your event. To reiterate our call, the best way I can help with our pricing is for your staff to help with sourcing and coordinating local camera operators. If I were to include operators with our pricing obviously it would send our numbers much higher because I have to allow for compensation, lodging, per diem etc. Also, working with local hotels to provide sponsor trades for our crew lodging is also another way to help control your costs. With the attached proposal you will note that I have offered some discounts, like a preferred partner discount through our friends at Cervi Championship Rodeo, as well as a substantial discount to execute a multi-year agreement. Further, we typically charge $500 per feed for streaming to the Cowboy Channel. I will waive that extra cost for streaming for 2021 as a thank you for a multi-year contract. I’m happy to work with you anyway I can to tailor your package. Again, thank you so much for considering DGH for your Rodeo and I look forward to visiting with you soon to formalize an agreement. I am available anytime via cell phone, 214.980.2222 or email, harp.casey@gmail.com. Best Wishes, Casey Harp DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 Event:Eagle County Fair & Rodeo Date:April 5, 2021 Contact:Tanya Dahlseid Valid For:30 days Phone:970.390.3657 Prepared by:Casey Harp Address:Phone:214.980.2222 Address:Email:harp.casey@gmail.com City, State, Zip Eagle, Colorado Email:tanya.dahlseid@eaglecounty.us Performances Venue Load-In Dates 4 Eagle County Fair Grounds July 20 July 21-24 426 Fairgrounds Rd, Eagle, CO 81631 Days/Perfs Description Unit Price Line Total 4 10'x18' 3.9mm Screen 2,000.00$ 8,000.00$ Assume Single feed for video screen; hung in arena 4 Video Production $ 1,505.00 $ 6,020.00 *Includes equipment rental, Director, Replay, Live Stats, Min 2 Cameras 4 Stats 795.00$ 3,180.00$ *Stats Director, Equipment, including OmniSport Console, Judges handhelds, FarmTek Timer 1709 Freight 0.58$ 991.22$ Mileage Digital copy of program feed included CLIENT AGREES TO PROVIDE Camera Locations platforms, power All screen ready graphic elements, commercials and other media 24 hours prior to load in. Video Content - 1080I/P or 720P or H264 in .mov or .mpg or .mp4 formats Graphic Content - JPG or PNG with recommended resolution of at least 1280x720. NO .PDF FILES All rigging crews and suport structure or forklift Power at screen location: 200a service, tie for CamLok tails or Camlok Direct Secure/weather proof location for video/stats production, or location for production trailer Bonded/certified crane with operator, telescopic forklift or stable screen rigging location Stable secure internet connection, minimum 15mbps upload speed, not WIFI, hard wire Min (2) Camera operators for each performance, (1) for all slack perfomances (if required for streaming) (2) single occupancy hotel rooms from night prior to load-in thru load-out Additional livestreaming feeds, $500 per feed Total Retail Cost 18,191.22$ Preferred Partner (Cervi Rodeo) $ (1,000.00) 7% 3-year contract discount (1,203.38)$ Total 15,987.84$ Invoice DGH agrees to provide the Client with the equipment and labor as specified. Client is responsible for all permits and licenses. Client is responsible for providing reasonable security for equipment & personnel. Client agrees to immediately imburse DGH for any and all stolen, lost or damaged equipment at current new replacement value costs, with daily rental rates ac cruing until such reimbursement is made. Interest of 10% per month shall be added to past due balances. Client shall pay all costs of collection, including attorney and court costs. 504 Dogwood Trail⎹Forney,Texas 75126 ⎹214.980.2222 Signature:_________________________Title:_________________________ Print: _________________________Date: ____________ DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 S C O R I N G /T I M I N G Up-to-second live scoring and timing statistics for fans and production personnel. Broadcast quality graphics to make your event state-of-the-art Capable of customizing sponsor graphic packages for greater activation. High-defintion, multi-angle playback within seconds of each ride or run. A diverse network of industry professionals with experience in rodeo and professional sports broadcasting. Fully equipped to livestream to virtuallyany platform. Offering the highest definition video screen in the Rodeo and Western Sports industy. (1) ABSEN PL3.9mm, 10’x18’, LED Video Screen (1) ABSEN PL.2.9mm, 10’x18’, LED Video Screen *LED walls are rated by mm. Lower mm=higher defintion 504 Dogwood Trail, Forney, Texas 75126 (c) 2149802222 (e) harp.casey@gmail.com Liv e e v e nt so l utio ns for t he Wes t e r n S p orts I ndustry. H I G H D E F I N I T I O N V I D E O W A L L S V I D E O /I N S T A N T R E P L A Y DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 EXHIBIT B INSURANCE CERTIFICATE DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134 CERTIFICATE OF LIABILITY INSURANCE 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, subejct 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 endorsements(s). PRODUCER INSURED CONTACT NAME: PHONE ! (A/C, No, Ext): E-MAIL! ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: INSURER B: INSURER C: INSURER D: 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. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. FAX! (A/C, NO): INSR! LTR TYPE OF INSURANCE ADDL! INSR SUBR! WVD POLICY NUMBER POLICY EFF! (MM/DD/YYYY) POLICY EXP! (MM/DD/YYYY)LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-! JECT LOC EACH OCCURRENCE DAMAGE TO RENTED! PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP $ $ $ $ $ BODILY INJURY (Per person) BODILY INJURY (Per accident) $ $ $ $ $ COMBINED SINGLE LIMIT! (Ea accident) PROPERY DAMAGE! (Per accident) AUTOMOBILE LIABILITY ANY AUTO ALL OWNED! AUTOS HIRED AUTOS SCHEDULED! AUTOS NON-OWNED! AUTOS UMBRELA LIAB EXCESS LIAB DED RETENTION $ OCCUR CLAIMS-MADE EACH OCCURRENCE AGGREGATE $ $ $ WORKERS COMPENSATION! AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/ EXECUTIVE/OFFICE/MEMBER EXCLUDED? If yes, describe under! DESCRIPTION OF OPERATIONS below Mandatory in NH Y/N N/A E.L. EACH ACCIDENT E.L. DISEASE - EA E.L. DISEASE - POLICY LIMIT $ $ $ $ WC STATU-! TORY LIMITS OTH-! ER PEP10017 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE DATE (MM/DD/YYYY) ORIGIN BANK ISAOA P.O.BOX 390127 MINNEAPOLIS, MN 5543 ACORD 25 (2010/05)(C) 1988-2010 ACORD CORPORATION. All rights reserved.The ACORD name and logo are registered marks of ACORD ERVIN INSURANCE CONCEPTS, INC. P.O.BOX 372 FORNEY, TX 75126 A 1,000,000 100,000 5,000 $1,000,000 2,000,000 2,000,000 x x x 05/11/2021 MESA UNDERWRITERS SPECIALTY INSURANCE Beckie Ervin 972-357-7298 beckieervin@gmail.com DGH PRODUCTIONS LLC306 BORDER ST.FORNEY, TEXAS 75126 MP0042028001993 05/11/2021 05/11/2022 EAGLE COUNTY COLORADO0426 FAIRGROUNDS ROADP.O.BOX 850EAGLE, COLORADO 81631 DocuSign Envelope ID: F6F67437-808C-4E7B-9F93-4D9149602134