Loading...
HomeMy WebLinkAbout195-21 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 195-21 File Number: 2021-0511 RFQ 20-01 TREKK DESIGN GROUP, LLC: A RESOLUTION TO AUTHORIZE A CONTRACT WITH TREKK DESIGN GROUP, LLC, PURSUANT TO RFQ 20-01, TO PROVIDE PROFESSIONAL SERVICES RELATED TO THE LUCITY ASSET MANAGEMENT AND WORK ORDER SYSTEM IN AN AMOUNT NOT TO EXCEED $25,000.00 FOR THE REMAINDER OF 2021 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l : That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a Contract with Trekk Design Group, LLC, pursuant to RFQ 20-01, to provide professional services related to the Lucity Asset Management and Work Order System for the remainder of 2021 in an amount not to exceed $25,000.00. PASSED antLAPPROVED on 8/03/2021 Attest: )J�u d JpW, Mayor Lisa Branson, Deputy City Clerk Page i Printed on 813121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2021-0511 Agenda Date: 8/3/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.3 RFQ 20-01 TREKK DESIGN GROUP, LLC: A RESOLUTION TO AUTHORIZE A CONTRACT WITH TREKK DESIGN GROUP, LLC, PURSUANT TO RFQ 20-01, TO PROVIDE PROFESSIONAL SERVICES RELATED TO THE LUCITY ASSET MANAGEMENT AND WORK ORDER SYSTEM IN AN AMOUNT NOT TO EXCEED $25,000.00 FOR THE REMAINDER OF 2021 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a Contract with Trekk Design Group, LLC, pursuant to RFQ 20-01, to provide professional services related to the Lucity Asset Management and Work Order System for the remainder of 2021 in an amount not to exceed $25,000.00. City of Fayetteville, Arkansas Page 1 Printed on 81412021 Keith Macedo Submitted By City of Fayetteville Staff Review Form 2021-0511 Legistar File ID 8/3/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/2/2021 INFORMATION TECHNOLOGY (170) Submitted Date Division / Department Action Recommendation: Staff recommends City Council approval of the attached scope of services and contract with Trekk Design Group LLC, in an amount not to exceed $25,000.00, to provide professional services related to CentralSquare's Lucity Asset Management and Work Order system, pursuant to RFQ 20-01. Budget Impact: 4470.170.8170-5315.00 Sales Tax Capital Account Number Fund 13008.7000.7200 ERP Upgrade/Replacement- Lucity Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 25,043.17 $ 25,043.17 $ 25,000.00 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: ®CITY OF FAYETTEVILLE ARKANSAS MEETING OF AUGUST 3, 2021 TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff CITY COUNCIL MEMO FROM: Keith Macedo, Director of Information Technology DATE: July 2, 2021 SUBJECT: Staff recommends approval of the attached scope of services and contract, with Trekk Design Group LLC, pursuant to RFQ 20-01. RECOMMENDATION: Staff recommends City Council approval of the attached scope of services and contract with Trekk Design Group LLC, in an amount not to exceed $25,000.00, to provide professional services related to CentralSquare's Lucity Asset Management and Work Order system, pursuant to RFQ 20-01. BACKGROUND: City Council approved the purchase and implementation of Lucity on June 18, 2019, to replace the existing Hansen Asset Management and Work Order software application. Over the last two (2) years City staff have implemented Lucity within Facilities Management, Transportation, Recycling and Trash, Airport, Water and Sewer, and Parks departments. The city needs a firm that has in depth knowledge of both municipal operations and Lucity software configuration related to engineering, water, wastewater, parks maintenance, transportation, and GIS to assist with continued configuration needs. DISCUSSION: Many organizations invest a lot of time and money in implementing new software then significantly reduce resources allocated to the software once the software is implemented. The city emphasizes continuous improvement in technology projects and attempts to maintain resources on a project after go -live. This helps staff address post go -live issues and implement new features and functionality that can improve staff efficiency, services to the public, and overall operations. Due to the large scope of Lucity implementation City staff are requesting a 3rd party support to assist with ongoing advanced configuration and support of Lucity. A selection committee was held on June 28, 2021, and selected Trekk Design group to provide professional services support of Lucity. Trekk Design group assisted the City during implementation and has a proven track record in implementing, configuring, and maintaining Lucity software at a number of cities including our benchmark city of Lawrence KS. BUDGET/STAFF IMPACT: The attached scope of work and contract will allow City staff to utilize Trekk professional services for Lucity related support, on an hourly basis, with a not to exceed amount of $25,000.00. Funding is available within the Sales Tax Capital Lucity CIP project budget. Attachments: Staff Review Form, Staff Review Memo, Trekk Design Group SOW/contract. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Please find our contract proposal below for the above mentioned project. Hereinafter, TREKK Design Group, LLC will be defined as the Consultant, and the City of Fayetteville, AR will be defined as the Client. Scope of Services provided by Consultant Article 1 Scope of Services Task 1: EAM Services • Provide technical services to configure new EAM forms, views, data -drills and dashboards as requested • Provide technical services to re -configure existing EAM forms, views, data -drills and dashboards as requested • Training as needed to individuals and/or departments • Consult on report development or assist in developing custom reports • Configure security roles and permissions as requested • Assist in the development of EAM Import/Update scripts for integration to other systems and to improve end -user experience • Assist Water and Sewer with importing CCTV data into the EAM • Assist in the development of Preventative Maintenance Templates • Provide troubleshooting and technical support • Assist in upgrades to future EAM versions Task 2: Miscellaneous Services • Provide consultation to Information Technology Department on EAM technology as requested Task 3: Project Administration • Minimum of monthly progress updates • Monthly Invoicing Article 2 Additional Services All additional work required by the client will be billed on an hourly basis according to the rate schedule attached. Extra work would include, but not be limited to: • Changes in Scope of Services. IMPROVING LIVES. Article 3 Client Responsibilities The Client shall provide information regarding business need for assistance The Client shall provide access to the EAM software, servers, and network to carry out the requested scope. Article 4 Contract Fee and Billing The Client shall compensate TREKK Design Group for Scope of Services described above and in accordance with Terms and Conditions of this Agreement. 1 . For ON -CALL SERVICES compensation shall be based on unit rates and hourly costs, not to exceed the amount of ($25,000) as outlined in the 2021 Compensation for Professional Engineering Services by reference herein, and attached as Attachment A. The 2021 hourly rate for the Asset Management Specialist for this contract is $175/hour. All work shall be performed according to our Standard Terms and Conditions of Contract, incorporated into this contract by reference herein and attached as Exhibit A. Article 5 Schedule The project Schedule is as follows: Task 1: On -Call Services July 2021 Start Date If this Contract Proposal is acceptable and outlines our complete agreement, please signify your acceptance by signing in the space provided and return one copy to our office. Electronic copy is acceptable. This Document will then constitute our complete Agreement. TREKK DESIGN GROUP, LLC Kimberly Robinett Date IMPROVING LIVES. CITY OF FAYETTEVILLE, AR S�3-2, )ate Exhibit A TREKK Design Group, LLC STANDARD TERMS AND CONDITIONS OF CONTRACT 1. RIGHT of ENTRY: The Client will provide for right of entry for Consultant in order to complete the work. While Consultant will take all reasonable precautions to minimize any damage to the property, it is understood by Client that some damage may occur in the normal course of work, the correction of which is not part of this Agreement. 2. CONSTRUCTION SITE INSPECTION: At construction sites, the presence of Consultant field representatives will be for the purpose of providing inspection of only the work with which Consultant has agreed to be involved. Opinion of Consultant as to the contractor's adherence to plans and specifications will be reported. Our work does not include supervision or direction of the actual work of the contractor, their employees, or agents. The Contractor should also be informed that neither the presence of our field representative, nor the observation by our firm shall excuse him in any way for defects discovered in their work. Our firm will not be responsible for job or site safety on this project. Job and site safety will be the sole responsibility of the Contractor. 3. INVOICES: Consultant will submit invoices to the Client monthly and a final bill upon completion of services. Payment is due upon presentation of invoice and is past due thirty (30) days from each invoice date. Client agrees to pay a finance charge of one and one-half percent (1.5%) per month, or the maximum rate allowed by law, on past due accounts. 4. OWNERSHIP of DOCUMENTS: All reports, field data, field notes, laboratory test data, calculations, estimates and other documents prepared by Consultant as instruments of service shall remain the property of Consultant. Client agrees that all reports and other work furnished to the Client or their agents that are not paid for will be returned upon demand and will not be used by the Client for any purpose whatsoever. 5. STANDARD of CARE: Service performed by Consultant under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. No other warranty, expressed or implied, is made. 6. LIMITATION of LIABILITY: In recognition of the relative risks and benefits of the Project to both the Client and the Consultant, the risks have been allocated such that the Client agrees, to the fullest extent permitted by law, to limit the liability of the Consultant and Consultant's officers, directors, partners, employees, shareholders, owners and sub consultants for any and all claims, losses, costs, damages of any nature whatsoever, or claims expenses from any cause or causes, including attorneys' fees and costs and expert -witness fees and costs, so that the total aggregate liability of the Consultant and Consultant's officers, directors, partners, employees, shareholders, owners and sub consultants shall not exceed the Consultant's total fee for services rendered on this Project. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. 7. INSURANCE and INDEMNIFICATION: Consultant and the consultants employed by it are protected by worker's compensation insurance, and Consultant has such coverage under public liability and property damage insurance policies that Consultant deems to be adequate. Certificates for all such policies of insurance shall be provided to Client upon request in writing. Within the limits and conditions of such insurance, Consultant agrees to indemnify and hold Client harmless from and against damage, liabilities, or costs to the extent caused by the negligent acts by Consultant, and consultants employed by it. Consultant shall not be responsible for any loss, damage, or liability beyond the amounts, limits, and conditions of such insurance. 8. ASSIGNMENT: Neither the Client, nor Consultant shall sublet, transfer, or assign any rights or duties under or interest in this Agreement, including, but not limited to, monies that are due or monies that may be due, without the prior written consent of the other party. Subcontracting to sub consultants, normally contemplated by the IMPROVING LIVES. Consultant as a generally accepted business practice, shall not be considered an assignment for purposes of this Agreement. 9. TERMINATION: This Agreement may be terminated by either party upon ten (10) days written notice in the event of substantial failure by the other part to perform in accordance with the terms hereof. Such termination shall not be effective if that substantial failure has been remedied before expiration of the period specified in the written notice. In the event of termination, Consultant shall be paid for services performed to the termination notice date plus reasonable termination expenses. 10. PRECEDENCE: These Provisions and Agreement supersede all prior agreements and understandings and may be changed only by written amendment executed by both parties. 11. REIMBURSABLE EXPENSES: Reimbursable Expenses are in addition to the Design Fee and shall be billed to the Client at 1.0 times our direct cost. Reimbursable expenses shall include, but not be limited to, all shipping and mailing costs, courier services, travel, printing, and photographic reproductions. 12. ATTORNEY'S FEES and EXPENSES: The Client agrees to reimburse the Consultant for all attorney or collection agency fees, expenses, and court costs incurred to collect any amount due under this Contract. 13. ADDITIONAL SERVICES: Any work required in addition to that detailed in this Contract will be billed on an hourly basis according to then current rates or a negotiated lump sum fee. Extra work will include, but not limited to: changes in the Scope of Services; changes made in response to program changes; changes due to revision of site/base information provided by others; changes due to error of contractor during construction; and design modifications requested by the client subsequent to prior approval. 14. HOURLY RATES: Hourly rates are as defined in contract agreement. 15. SCHEDULE: The Consultant shall perform its services as expeditiously as is consistent with professional skill, care and the orderly progress of the Project, but not subject to any firm schedule or completion date unless expressly outlined in the contract documents. The Client acknowledges that Client -directed changes, unforeseen conditions, and other delays may affect the completion of the Design services. Client waives any and all claims for consequential, incidental, and business interruption damages directly or indirectly related to the timeliness of the commencement, undertaking, and completion of design services. In no event shall the Consultant have control over or responsibility for any Contractor's or vendor's performance schedule. 16. STANDARD CLEANING AND CCTV PRICING PROVISIONS: The pricing proposal does not include expenses for prevailing wages or certified payroll reporting, bypass pumping, or pipe plugging unless specifically stated as such. Any costs associated with repairs or extractions that are required due to existing structural system defects or failures will be completed at the expense of Client. Light traffic control is included in the unit rate and is defined as cones and Utility Work Ahead signs. Additional traffic control required will be billed as a Reimbursable Expense. The contract price is for the estimated footage in the proposal; additional work beyond the scope will be compensated at the project unit price or negotiated by addendum. Pricing is valid for sixty (60) days from the date of the proposal. Pipe diameters will be verified at the upstream and downstream manholes; midsection pipe diameter will not be documented. Pricing is valid based on the City/Owner providing adequate access to the work site, water/hydrant access with a meter, and a dump site and that there are no hazardous materials present. IMPROVING LIVES. Attachment A A D/WBE, SBA 8(A), WOSB Certified Civil Engineering Firm 2021 Compensation for Professional Engineering Services' TREKK Design Group, LLC (TREKK) The OWNERS'S payment to the ENGINEER shall be due and payable as follows: I. For Professional Engineering Services, when authorized and agreed upon in writing, an amount based upon hourly billing rates plus expenses, in accordance with Section III below allowable salary range for each position classification and expenses, or a negotiated amount as agreed upon. 11. For Other Services, when authorized and agreed upon in writing, an amount based upon hourly rates plus expenses or unit rates, in accordance with Section III below, or a negotiated amount as agreed upon. 111. Hourly Billing Rates and Expenses: Project Principal $ 198.90 - $ 286.11 Senior Professional Land Surveyor $ 131.58 - $ 188.50 Project Manager $ 119.34 - $ 276.01 Professional Land Surveyor 1 $ 113.22 - $ 164.93 Senior Professional Engineer $ 168.30 - $ 276.01 Professional Land Surveyor II $ 97.92 - $ 141.37 Professional Engineer 1 $ 146.88 - $ 242.35 Professional Land Surveyor III $ 85.68 - $ 124.54 Professional Engineer 11 $ 119.34 - $ 195.23 Survey Technician 1 $ 85.68 - $ 141.37 Professional Engineer III $ 104.04 - $ 151.47 Survey Technician II $ 61.20 - $ 100.98 Senior Project Engineer $ 131.58 - $ 198.59 Survey Technician III $ 52.02 - $ 77.42 Project Engineer 1 $ 110.16 - $ 171.67 Survey Crew (2-3 man crew) $ 162.18 - $ 229.50 Project Engineer II $ 94.86 - $ 141.37 UDAR Crew $ 214.20 - $ 290.00 Project Engineer III $ 79.56 - $ 121.18 Slam Crew $ 107.10 - $ 173.00 Senior Industry Specialist $ 162.18 - $ 259.18 Survey Crew Chief 1 $ 70.38 - $ 117.81 Industry Specialist 1 $ 134.64 - $ 208.69 Survey Crew Chief II $ 55.08 - $ 90.88 Industry Specialist II $ 113.22 - $ 175.03 Survey Rodman $ 48.96 - $ 70.69 Industry Specialist III $ 94.86 - $ 148.10 Senior Utility Coordinator $ 100.98 - $ 168.30 Office Technician 1 $ 70.38 - $ 111.08 Utility Coordinator 1 $ 79.56 - $ 131.27 Office Technician II $ 58.14 - $ 90.88 Utility Coordinator 11 $ 64.26 - $ 100.98 Office Technician III $ 48.96 - $ 77.42 Utility Coordinator III $ 55.08 - $ 80.78 GIS Analyst 1 $ 97.92 - $ 161.57 Senior Construction inspector $ 85.68 - $ 141.37 GIs Analyst 11 $ 82.62 - $ 124.54 Construction Inspector 1 $ 70.38 - $ 111.08 GIs Analyst III $ 70.38 - $ 107.71 Construction Inspector 11 $ 58.14 - $ 90.88 GIS Technician 1 $ 67.32 - $ 104.35 Construction Inspector III $ 48.96 - $ 74.05 GIS Technician II $ 55.08 - $ 87.52 Asset Management Specialist $ 137.70 - $ 212.06 GIS Technician III $ 48.96 - $ 70.69 Innovation Specialist $ 122.40 - $ 175.03 Field Crew $ 131.58 - $ 185.13 Controller $ 116.28 - $ 175.03 Senior Field Technician $ 82.62 - $ 138.01 Accounting Specialist 1 $ 88.74 - $ 134.64 Field Technician 1 $ 64.26 - $ 107.71 Accounting Specialist II $ 64.26 - $ 97.61 Field Technician II $ 55.08 - $ 80.78 Accounting Specialist III $ 48.96 - $ 74.05 Field Technician III $ 48.96 - $ 70.69 Admin $ 48.96 - $ 74.05 Project Designer 1 $ 104.04 - $ 151.47 Administrative Specialist $ 67.32 - $ 100.98 Project Designer 11 $ 91.80 - $ 131.27 Survey Equipment $ 7.50 hr Project Designer III $ 79.56 - $ 114.44 LiDAR Equipment $ 1,000.00 hr CADD Technician 1 $ 73.44 - $ 114.44 GeoSLAM Equipment Charge $ 30.00 hr CADD Technician II $ 61.20 - $ 94.25 Survey Drone Equipment $ 110.00 hr CADD Technician III $ 52.02 - $ 77.42 Mileagel $ 0.56 mi Other Expenses Cost Note 1: The above hourly rates and unit prices are good through December 31, 2021. TREKKDESIGNGROUP.COM 1 816.874.4655 1 1411 E 104th Street, Kansas City, MO 64131 ACORE® CERTIFICATE OF LIABILITY INSURANCE 111*_� 4/30/2022 F.ATE(MMIDD/veyY) 7/6/2021 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 pollcy(ies) must have ADDITIONAL INSURED provisions or 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 Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 NAME T PHONE ac No E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A: The Cincinnati Insurance Company 10677 INSURED TREKK DESIGN GROUP, LLC 1488732 1411 E 104TH STREET INSURER B : Berkle Insurance Company 32603 INSURER C : The Cincinnati Casualty Company 28665 KANSAS CITY MO 64131 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER- 17FRSF4Il RFVISIAN NUMRFR, XXXXXXy 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. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y N EPP0612820 4/30/2021 4/30/2023 EACH OCCURRENCE s 11000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 1,000,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 11000,000 AGGREGATE LIMIT APPLIES PER: POLICY JEo LOC GENERAL AGGREGATE $ 2,000,000 GENT PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY Y N EBA0612820 4/30/2021 4/30/2022 COBINEDaccidentSINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ XXXXXXX ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS ONLY X AUTOS ONLY I ( BODILY INJURY Per accident) $ XXXXXXX X Parr a cidenDAMAGE $ XXXXXXX $XXXXXXX A X UMBRELLA LIAB X OCCUR N N EPP0612820 4/30/2021 4/30/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ S 000 000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ 10,000 $ XXXXXXX C WORKERS COMPENSATN AND EMPLOYERS'LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A N EWC0612825 4/30/2021 4/30/2022 X STATUTE ERH E.L. EACH ACCIDENT $ 1000, 000 E.L. DISEASE - EA EMPLOYEE $ 1,00 000_ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below I I E.L. DISEASE - POLICY LIMIT 1 $ 1.000.000 B PROFESSIONAL LIABILITY N N AEC-9044062-03 4/30/2021 4/30/2022 $3,000,000 EACH CLAIM $3,000,000 AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: TREKK JOB NO.21-0209 FAYETTEVILLE COF CENTRAL SQUARE ON -CALL SERVICES. THE CITY OF FAYETTEVILLE, ARKANSAS IS AN ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, IF REQUIRED BY WRITTEN CONTRACT. ru rv�r� Wr Ww F% tiANt.CLLAIIUN 17685650 CITY OF FAYETTEVILLE, ARKANSAS ATTN: KEITH MACEDO, INFORMATION TECHNOLOGY DIRECTOR 113 WEST MOUNTAIN STREET FAYETTEVILLE AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTA ©1988LI015 ACORD CORPORATION. All riahts reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD