Loading...
Item C30BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: April 15, 2009 Bulk Item: Yes X No _ Division: Administration Department: Project Management Staff Contact Person/Phone #: Ann Riger x4439 AGENDA ITEM WORDING: Approval of an Award Agreement for Art in Public Places to Murals of Baltimore, LLC. for artwork at the Big Pine Key Fire Station. ITEM BACKGROUND: On January 26, 2009 the Art in Public Places Committee recommended Michael Kirby, Murals of Baltimore to provide artwork at the Big Pine Key Fire Station. Murals of Baltimore will be providing a mural of an American flag with a firefighter standing at attention; three decorative murals each with a medallion at one end and one medallion with the image of the Big Pine Key fire Station's patch; and a sculpture of the late fire chief s helmet. PREVIOUS RELEVANT BOCC ACTION: At the BOCC public hearing on 08/20/08, the BOCC approved $20,000 for artwork at the Big Pine Key Fire Station. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval as stated above. TOTAL COST: $15,000.00 COST TO COUNTY: $15,000.00 BUDGETED: Yes X No _ SOURCE OF FUNDS: Fund 308 REVENUE PRODUCING: Yes — No _X AMOUNT PER MONTH Year APPROVED BY: County Atty OMB/Purchasing Risk Management DOCUMENTATION: Included X Not Required DISPOSITION: Revised 1/09 AGENDA ITEM #, MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Murals of Baltimore, Contract # Effective Date: 04/15/09 Expiration Date: Contract Purpose/Description: To provide artwork through Art in Public Places for the Big Pine Key Fire Station Contract Manager: Ann Riger X4549 Facilities Devel/Stop #1 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 04/15/09 Agenda Deadline: 03/31/09 CONTRACT COSTS Total Dollar Value of Contract: $ 15,000.00 Current Year Portion: $ 15,000.00 Budgeted? Yes® No ❑ Account Codes: 308-26006-560620-CP0802-530340 Grant: $ N/A - - - - County Match: $ N/A - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e . maintenance, utilities, janitorial, salaries, etc.) I Division Director Risk Manag ment P�ti �) O.M.B./Purchasing I County Attorney I Comments: CONTRACT REVIEW Changes Date In Needed Yes❑ Non ; ,� r q Yes❑ No[r 3 i Yes❑ No� *00k Yes[-] Noa Form Revised 2/27/01 MCP #2 10, Date Out Pr�� BAR 2� Monroe Coanty Art in Public Places Award A reement QFCE! -D BY: I> This AGREEMENT dated the ,day of April, 2009, is entered into by and between the BOARD OF COUNTY COMMISSIONERS FOR MONROE COUNTY, hereinafter "County", and MURALS OF BALTIMORE, LLC. hereinafter "Artist', WHEREAS, the Art in Public Places Ordinance #022-2001, codified at MCC 52- 322(A), provides for an appropriation of 1 % of the construction costs for new construction exceeding $500,000 and renovations exceeding $100,000; and WHEREAS, the Ordinance established an Arts in Public Places (AIPP) Committee to advise the County Commission regarding art to be acquired and installed in each public construction project subject to the AIPP allocation; and WHEREAS, the AIPP Committee has selected and recommended to the BOCC one or more artists for this project; and WHEREAS, the Board of County C.ominissioners of Monroe County have determined that it is in the interest of the promoting the understanding and awareness of the visual arts to contract for the creation and installation of artwork at the Big Pine Key Fire Station. NOW, THEREFORE, in consideration of the mutual covenants and payments contained herein, the parties have entered into this agreement on the terms and conditions as set forth below. I. AGREEMENT PERIOD: This agreement is for the period April 15, 2009 through 120 days subsequent to date of issuance of Certificate of Occupancy or Certificate of Completion for building. This agreement shall remain in effect for the stated period unless one party gives to the other written notification of termination pursuant to and in compliance with paragraphs 7, 12, and 13 below. All work for which AIPP funds are to be expended must be completed by the stated termination date. 2. SCOPE OF AGREEMENT. The Artist shall provide Three main parts: Main Murals Decorative Murals, and Statue, The Main .Mural has an American Flag with a firefighter standing at attention to the left; Behind the firefighter will be an architecturf tromp Poeil design that will help set off`' the firefighter. Potassium silicate -based paint from Germany wilt be used for all mural The Decorative Murals will be three images placed through out the exterior surface of the fire station. Each design has a medallion at one end that shows one aspect of the job of firefighting and its history. One medallion will have an image of the Big Pine Key Fire Station's patch. The Statue will be a sculpture of the fire chiefs helmet in honor of the recently- deceased fire chief. This will be the center point of the artwork 41� A more detailed scope of work can be found on the "Description of Proposal" attached and made part of this contract Artist shall confer with and coordinate activities with the construction contractor on the job in order to insure that there is as much cooperation and cohesiveness in the incorporation of the art into the building under construction, and so that there shall be the least amount of interference between the Artist and the Contractor. 3. AMOUNT OF AGREEMENT AND PAYMENT: The County shall provide an amount not to exceed $15,000.00 for materials and services used to create and install the project. The Board of County Commissioners assumes no liability to fund this agreement for an amount in excess of this award. Monroe County's performance and obligation to pay under this agreement is contingent upon an annual appropriation by the BOCC. Pursuant to Florida's Prompt Payment Act, upon receipt by County of an Invoice for each of three (3) phases, and documentation to satisfy the Clerk that the appropriate phase has been completed, payment shall be made for the following phases at the referenced rates: I) Design Phase: 33.3% of total payment; 2) Materials: 33.3% of total when artist submits receipts for materials and eligible costs equal to or greater than 33.3% of the contract total; and 3) Completion: 33.3% final payment due when installation is deemed complete and contractual agreement specifications are verified by the Monroe County Purchasing Department or designee. Eligible costs and expenditures for the p oiect and the total award include, but are not limited to: A. Artist's design fee B. Labor, materials, contracted services required for production and installation C. Artist's operating expenses related to the project D. Travel related to this project, pursuant to statutory limitations E. Transportation of the work to the site F. Installation to the site G. Permits and fees necessary for the installation (applicable for exterior projects which also require HARC review) H. Legal costs directly related to the project 1. Liability costs of artist Payment shall be made upon presentation of an original invoice and documentation necessary to support the completion of the work. Artist shall also provide a release of lien if applicable. Final payment request must be submitted no later than 60 days after the completion of the project. 4. OWNERSHIP and RIGHTS: Upon the installation of the artwork, County shall own the artwork and all rights related thereto fully and completely. VtIL. 5. RECORDS: The Artist shall keep such records as are necessary to document the performance of the agreement and give access to these records at the request of the County, the State of Florida, or authorized agent and representative of said government bodies. The Artist understands that it shall be responsible for repayment of any and all audit exceptions which are identified by the Auditor General for the State of Florida, the Clerk of Court for Monroe County, the Board of County Commissioners for Monroe County, or their agents and representatives. 6. MODIFICATIONS AND AMENDMENTS: Any and all modifications of the terms of this agreement shall be only amended in writing and approved the Board of County Commissioners for Monroe County. 7. INDEPENDENT CONTRACTOR: At all times and for all purposes hereunder, the Artist is an independent contractor and not an employee of the Board of County Commissioners of Monroe County. No statement contained in this agreement shall he construed as to find the Artist or any of its employees, contractors, servants or agents to the employees of the Board of County Commissioners of Monroe County, and they shall be entitled to none of the rights, privileges or benefits of employees of Monroe County. &. COMPLIANCE WITH LAW: In carrying out its obligations under this agreement, the Artist shall abide by all statutes, ordinances, rules and regulations pertaining to or regulating the provisions of this agreement, including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this agreement and shall entitle the County to terminate this agreement immediately upon delivery of written notice of termination to the Artist. 9. HOLD HARMLESS/INDEMNIFICATION: The Artist hereby agrees to indemnify and hold harmless the BOCC Florida Keys Council of the Arts, AIPP Committee and Monroe County and any of their officers and employees from and against any and all claims, liabilities, litigation, causes of action, damages, costs, expenses (including but not limited to fees and expenses arising from any factual investigation, discovery or preparation for litigation), and the payment of any and all of the foregoing or any demands, settlements or judgments arising directly or indirectly under this agreement. The Artist shall immediately give notice to the County of any suit, claim or action made against the County that is related to the activity under this agreement, and will cooperate with the County in the investigation arising as a result of any suit, action or claim related to this agreement. 10. ANTI -DISCRIMINATION: The Artist agrees that they will not discriminate against any of their employees or applicants for employment or against persons for any benefit or service because of their race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and to abide by all federal and state laws regarding non-discrimination. T1 Y 11. ANTI -KICKBACK: The Artist warrants that no person has been employed or retained to solicit or secure this agreement upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the County has any interest, financially or otherwise, in the said funded project, except for general membership. For breach or violation of this warranty, the County shall have the right to annul this agreement without liability or, in its discretion, to deduct from the agreement price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 12. TERMINATION: This agreement shall terminate pursuant to Paragraph 91. Tennination prior thereto shall occur whenever funds cannot be obtained or cannot be continued at a level sufficient to allow for the continuation of this agreement pursuant to the terms herein_ In the event that funds cannot be continued at a level sufficient to allow the continuation of this agreement pursuant to the terms specified herein, this agreement may then be terminated immediately by written notice of termination delivered in person or by mail to Artist. The County may terminate this agreement without cause upon giving 90 days written notice of termination to Artist. The County shall not be obligated to pay for any services or goods provided by Artist after Artist has received written notice of termination. 13. TERMINATION FOR BREACH: The County may immediately terminate this agreement for any breach of the terns contained herein. Such termination shall take place immediately upon receipt of written notice of said tennination. Any waiver of any breach of covenants herein contained to be kept and performed by Artist shall not be deemed or considered as a continuing waiver and shall not operate to bar or prevent the County from declaring a forfeiture for any succeeding breach either of the same conditions or of any other conditions. 14. ENTIRE AGREEMENT: This agreement constitutes the entire agreement of the parties hereto with respect to the subject matter hereof and supersedes any and all prior agreements with respect to such subject matter between the County and the Artist. 15. CONSENT TO JURISDICTION: This agreement, its performance, and all disputes arising hereunder, shalt be governed by the laws of the State of Florida, and both parties agree that the proper venue for any actions shall be in Monroe County. lb. ETHICS CLAUSE: Artist warrants that he has not employed, retained or otherwise had act on his behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of the provision the County may, at its discretion terminate this agreement without liability and may also, at its discretion, deduct from the agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former or present County officer or employee. r� 17. PUBLIC ENTITY CRIME STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on an agreement to provide any goods or services to a public entity, may not submit a bid on an agreement with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub -contractor, or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Artist represents that Artist is not on the Convicted Vendor list. 18. AUTHORITY: Artist warrants that it is authorized by law to engage in the performance of the activities encompassed by the project herein described. Each of the signatories for the Artist below are authorized to contract Artist's services. 19. LICENSING AND PERMITS: Artist warrants that he or she shall have, prior to commencement of work under this agreement and at all times during said work, all required licenses and permits whether federal, state, County or City. 20. INSURANCE: Artist agrees that it maintains in force at its own expense a liability insurance policy which will insure and indemnify the Artist and the County from any suits, claims or actions brought by any person or persons and from all costs and expenses occurring during the agreement or thereafter that results from performance by Artist of the obligations set forth in this agreement. At all times during the term of the agreement and for one year after acceptance of the project, unless the requirement is waived by the Monroe County Risk Manager, Artist shall maintain on file with the County a certificate of the insurance of the carriers showing that the aforesaid insurance policy is in renewal, material change or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. Acceptance and/or approval of Artist's insurance shall not be construed as relieving Artist from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Inured" on all policies except worker's compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County form titled "Request for Waiver of Insurance Requirements" and must be approved by Monroe County Risk Management. The following coverages shall be provided prior to commencement of work governed by this contract: 1. Workers Compensation if, and as required by Florida Statutes 2. General Liability Insurance. Coverage shall be maintained through out the life of the contract and include, as a minimum: • Premises Operations • Products and Completed Operations • Blanket Contractual Liability • Personal Injury Liability • Expanded Definition of Property Damage The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 per Occurrence $ 50,000 Property Damage An Occurrence Fortis policy is preferred_ If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. 21. NOTICE: Any written notice to be given to either party under his agreement or related hereto shall be addressed and delivered as follows: For Artist Michael Kirby Murals of Baltimore, LLC I I South Ann Street Baltimore, MD 21231 For County: Florida Keys Council of the Arts 1100 Simonton Street Key West, FL 33040 and County Attorney P.O. Box 1026 Key West, FL 33041-1026 IN WITNESS WHEREOF, the parties hereto have caused this agreement to be execu he -i z day and year first above written. 00 (n Cr F a. O (SEAL) BOARD OF COUNTY COMMISSIONERS ATTEST: DANNY L. KOLHAGE, CLERK OF MONROE COUNTY, FLORIDA L D 0 4 0w use C > By: By: o 0 d t Deputy Clerk Mayor/Chairman z. S = < m WITNESSES: �i --J U ARTIST: MURALS OF BALTIMORE, LLC Michael W. Kirby o Revised: Description of Proposal for Monroe County Big Pine Key Fire Station from Murals of Bah nnorelMichael Kirby This proposal from Murals of Baltimore can be located at any of the designated sites that are apart of the fire station. Theme are three main parts to the proposal: Main Mural, Decorative Murals, and Statue. Each part of the proposal will be described below. The idea for the proposal is based on the patriotism and volunteerism of Firefighters as well as the flora and fauna of the Florida Keys which frame the actions of the Firefighters. The proposed murals for the project can be seen in the enclosed CD. Please note that all designs are in black and white excluding the American Flag. This does not mean that the art work will be black and white. The art work will be colored according to the coloring of the building to fit in properly with its surrounding. Main Mural: This is the mural with the American Flag. To the left is a firefighter standing in attention. Behind the firefighter will be are architectural tromp l'oeil design that will help set off the firefighter. To the right are a number of portraits of firefighters that have been tinted to form the American Flag. Potassium silicate -based paint from Germany will be used for all the nun -As. The pigments used are absolutely lightfast, and the paint is not affected by air pollution or acid rain. Murals painted with potassium silicate paint in the late 1800s in Germany and Switzerland has survived handsomely to the present day. This design could also be created on cement panels that could be attached to the wall. Decorative Murals: These murals would be placed through the surface of the fire station and would be used as decorative elements for the overall project. There are three images that show what some of these decorative elements could be. Each design has a medallion at one end that shows one aspect of the job of firefighting and its history. Photographs of current firefighters from the Keys performing their duties would be incorporated into these medallions. Around the medallions are decorative designs of various branches from different Palm Trees located Through out the keys. Leading away from the medallion am phurts that are also located in the Keys. On the opposite end from the medallions are "birds of the sea." The idea of these decorative elements is to show the different elements of the earth, Fire, Wind, Water, Earth. Again these mums would be created using potassium silicate paint. The revised part of the murals include the Firemen's patch instead of fireman_ Statue: The image is of a design for a 4 x 6 x 5 statue of a fireman's helmet, a symbol of Firefighters. This would be the center point of the art proposal. It would be sculpted to be life like and monumental. The revisal statue includes a firemen's helmet versus a conch shell. This is a general description of the art proposal. If the committee for this project wishes to pursue these ideas further, a more detailed description can be supplied. qr- Coconut Palm Old Firefighters and Engine 4-U 't 5ej Pine Y Ar f F VIC__ . 0 7 - Egret 1 qK- 4-4 ct W N -4 • to r .�-.a..,,Ix qj z rs v ireHetnnet manue Location is to be determined by project manager Front View Back. View My-MARM-4. Side View - _ � �llt�Cl�.S .��jt'1��I1tlt`I�l' 4, At,-, M." 4 LLC i 1-5-ut4,Ar- St 5Ai-�, MD 2 1 z5 1 TA(-+vo,).iz2-3115 Fax (+1o) 3zz-"s Letter of Interest From Michael Williwn Kirby Dear Art in Public Places Monroe County, With this letter I would like to have ft opportunity to introdum my company to your organizatiom I ant the owner of "Murals of Bahknore� LLC-- Mwals of Baltimore was started to bring together a team of artists to rdt the needs of various clients that I haw across the country. Together we travel across the country creating fivscos, Kem murals, Marouflage, Mosaics, sculptures, ornamental plastering , and other kwm of public sit "Morale of Babinuxe was cmewd it 2005 and has been subcontracted by ronjor coos, Vivamnents, contracoom wid conpom for resiorabon, mw*L-,, and other decorative works. We haw over 2D yews experience in a rhtl®ahls and public art wound the world. Our artuft have stisdied at variow academes in Europe and Nordi America. With our wide range of experience and expertise we we abL- SD g=vufte longetivity for A of yew creative needs. Whether your needs we for a decorative tramp toed eft or a rnonarnmW fresco;, we will be " to a -ate the highest quality work with die most effixtive nuterial avail". Our artists have completed work for various climb around the world and have worked a such counhies as Mexico, haly, Gennany, Colombia, and nany mom As weft as bring*ig a tam of alists to in - we also him at limm one local artist to work with us on our pn*x*L So once we we finished and leave = area, the local artists will stay in the racer Of the public work and will conqgav any � upknp. The kxW artist also beneft ftm working with our studio and leaning our kchmques to continue work in the wca, International Clienb- McDonald's Rester Corp. City of GuKwajwa, Mexico City of Gumajualo, Mexico Chnsa son POOK NOPIM Italy Vmice, Italy City of Koblenz, Germany Red Crow Honda Frj- "T W �TT City of Bakimore Henderson's but Wharf Maritime Museum Fell's Point CSX Transportation (Railroad CVMPMY) Fffe Department of Baltimore FArddink Johns Hopkins University When we are contruAcd to create a work for the public, Murah of Baltimore Wks to solve problems and issum in time am we we working in. Our goal is to educate and insptre the public at large duvugb the visual utL Murals of Bakunion uses modern Itchaklues to acknowledge problems and use visual images to solve dim proMemL We take great pride in le" our Cheats know that the majority of our materials for our projects am had inade in our shohm Our points such as oils, waawcokirs, and frescos are made in sfiKho us" the hqhest quality pignients on the nutlet. With this letter I hope dud you can have a better ides of who Murals of Baltunare are and our goals to work for yaL I U* wish your organization all the success in the world and I hope to beer from you soon Pleat fed live to contact me at any time via phone or e-mail. ff you are Uderested in knowing more about Murals of Baltimore pkase fed fice to conw us. Sincerely, tdhaeI William President, Murals, of Baltimore, LLC Revised: PubUc Art for Fire Stattioni from Murals of Sallnor+e(HUMNst) Title: Public Art Actual Days on She: months Mural Tom: Firefighbers Prep Days: days Date: 117/2009 Crew Work Days: months Size: ERuip. Rental Days months Dasariptlon: Corstraction of carious -0cmn painted murals and painbsd concrabe statue. Aunt* Category Quantity 100 Equipment and Mat rhift Kelm Pak#s (this is as 1 61 1d Coat and SUbJSa to change) 102 Keim Mineral Paints 25 Liters 103 Keim Dilution 20 Liters 104 Keim Misc. Coins n/a 105 Keim Grob Equipment 105 Brushes 106 Scalfolding 107 Concrete and other 108 Tools and Mist. 109 Drawing Materiais 110 Rebar 111 Misc. Equipment 200 Assistant Expenses 201 Head Assistant 202 Assistants 203 Travel 300 Head Arty Expenses 301 Head Artist Fee 302 Travel 303 Proposal Mtaquette 400 Insurance K11 n/a Days Budget n/a 1,500.00 n/a $ 1 C%00 n/a $ 5W.00 1,004,00 TOTAL S 4,000.00 1 r ] 4,000.00 TOTAL _ 4,......... _; 1 3-4 Months $ 5,100,00 n/a 1 NO TOTAL 5100.00 n/a 4 Months 750.0(} TOTAL ' 7S0.00 Subtotal 15,004.00 Artist's Fees n/a TOTAL 1S 0"-00 sic 1996 Edition MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL WAIVER OF INSURANCE REQUIREMENTS There will be times when it will be necessary, or in the best interest of the County, to deviate from the standard insurance requirements specified within this manual. Recognizing this potential, and acting on the advice of the County Attorney, the Board of County Commissioners has granted authorization to Risk Management to waive and modify various insurance provisions. Specifically excluded from this authorization is Me right to waive. • The County as being narned as an AddWwai insured —if a ie#ter from the Insurance Company (not the Agent) is presented, suing that they are unable or unwilling to name the County as an Addhtional Insured, Risk Marrugement has been granted the authority to waive this provision. and • The fnderrtniftcation and Hold Harmless provisions Waiving of insurance provisions could expose the County to economic loss. For this reason, every attempt should be made to obtain the standard ranee requirements. If a waiver or a modification is desired, a Request for Waiver of Insurance Requirements form should be completed and submitted for consideration with the proposal_ After consideration by Risk Management and if approved, the form will be returned, to the County Attorney who will submit the Waiver with the other contract documents for execution by the Clerk of the Courts. Should Risk Management deny the Waiver Request, the otter party may file an appeal with the County Administrator or the Board of County Commissioners, who retains the final decision -making authority. Administrative Instruction WAtVER.DOC 94709.3 1996 Edition MONROE COUNTY, FLORIDA Request For Waiver Of Insurance Requirements It is requested that the insurance requirements, as specified in the County`s Schedule of insurance Requirements, be waived or modified on the following contract: Contractor: �� t� r A5y �� t � �- LC Contract for: i 5 eVN' C h' i. -s i cr ,1 A t' t t.a 0 r �� Address of Contractor: III> Qt a- 3 Phone: Scope of Work: �p N_ Az inc 5 /� r-'l +,j V�e Reason for Waiver: I&be i 5 r,A-AtJ Policies Waiver wiff apply to. - Signature of Contractor�,.F`) Approved Not Approved Risk Management Date: County Administrator appeal: Approved Not Approved Date: Board of County Commissioners appeal: Approved Not Approved Meeting Date: Administrative Instruction WAIV_REQ.DOC #4709.3 ACORD. CERTIFICATE OF LIABILITY INSURANCE D ATE 03/04/2009 PRODUCER 770467-0662 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION KUHLKE INSURANCE SERVICES" ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2189 SEAMAN CIRCLE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. CHAMBLEE, GA 30341-1661 (770)457-0662 INSURERS AFFORDING COVERAGE NAIC# INSURED SALI LIABILITY GROUP INSURER A: SCOTTSDALE INSURANCE CO.(A+,XV) INSURER B: P.O. BOX 888257 INSURER C: ATLANTA, GA 303566 INSURER D: INSURER E: SEE "DESCRIPTION OF OPERATIONS" BOX COVERAGES Serial # 100152 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. m �� TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDNY) POLICY EXPIRATION DATE (MMIODNY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 AMAGE TORaoENTEDn DPR $ 50000 A X COMMERCIAL GENERAL LIABILITY CLS1522578 11/1/2008 11/1/2009 CLAIMS MADE a OCCUR VIED EXP (Anyoneperson) $ 1,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 3,000,000 POLICY PROT- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Per person) $ BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ WORKER'S COMPENSATION AND BONNIE OTH- TNRY LIMIT EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE EL EACH ACCIDENT $ EL DISEASE - EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? If yes, describe under EL DISEASE - POLICY LIMIT $ SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLEStEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CTIBLE STENCILING, FAUX FINISHING, DECORATIVE PAINTING. LOSSES SUBJECT TO BODILY INJURY/PROPE$ AlA%6rbtD OF #250, CARE, CUSTODY AND CONTROL AT $10,000. AGGREGATE $25,000. t INSURED MEMBER: MICHAEL KIRBY DBA MURALS OF BALTIMORE MAR O. CERTIFICATE HOLDER IS ADDITIONAL INSURED. TIME: CERTIFICATE HOLDER CANCELLATION SHOULD 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 DO SO SHALL BOARD OF MONROE COUNTY COMMISSIONERS C/O ANN RIGER, CONTRACT ADMINISTRATOR IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR FACILITIES DEVELOPMENT REPRESENTATIVES. 1100 SIM ONTON STREET #2-216 AUTHORIZED REPRESENTATIVE KEY WEST. FL 33040 1 ACORD 25 (2001/08) — ' © Ac6RD I RPORATION 1988