Loading...
R-1995 - 01/25/2022 - AGREEMENTS - Resolutions Exhibits •��fLti . REVIEW OF CONTRACTS qAwarded Agency: p eContract: nt: /Account Number: rnlriroontract Price: Amount: Sri Q Under $20,000 [Q $500,001 - $1,000,000 $20,000 - $500,000 [Q Over $1,000,000 Name: C Date: , Name: Date: Name: �'��/'�-__- -- Date: ,7 Name: ;;7 Date: Ll ¢lZ2 Three (3) Originals signed by other party Date/Initials ,,,L�9-A�,;�� Original provided to staff member for other party Date/Initialsr,�. Original provided to Official Files Date/Initials,,-r, ' Village of Oak Brook I Approved by Board of Trustees- Date/Initials: INDEPENDENCE DAY FIREWORKS DISPLAY AGREEMENT THIS AGREEMENT ("Agreement'l is entered into this/ �ay of , iafk/ 2022 and is by and between MIAND INC. DBA MAD BOMBER FIREWORKS PRODUCTI N2 2, Indiana corporation ("Contractor"), and the VILLAGE OF OAK BROOK, an Illinois municipal corporation ("Village"). IN CONSIDERATION OF the recitals and the mutual covenants and agreements set forth in this Agreement, and pursuant to the Village's statutory powers, the Contractor and the Village hereby agree as follows: SECTION ONE: TIME AND PLACE OF DISPLAY. The Contractor shall provide a twenty three (23) minute continuous aerial fireworks display ("Display's at that certain location within the Village's Sports Core designated by the Village ("Site's. The Display shall begin at approximately 9:15 p.m. at the annual Taste of Oak Brook celebration hosted by the Village, scheduled for Sunday, July 3, 2022 ("Display Date"), and shall continue thereafter for no less than twenty three (23) minutes with no lags between firing of the individual fireworks devices ("Time of Performance'. The Contractor shall be responsible for completion of all work within the Time of Performance, notwithstanding any strike or other work stoppage by employees of either Contractor or of the Village. SECTION TWO: CONTRACTOR OBLIGATIONS. The Contractor shall be obligated to perform the following: A. The Contractor shall furnish all labor, equipment, supplies, personnel and supervision necessary to provide the Display, as set forth on the proposal attached as Exhibit A to this Agreement ("Proposal's; provided, however, that the Contractor may, at its discretion, substitute fireworks devices of equal or greater value and duration than those devices set forth on Proposal; B. The Contractor shall, at its sole cost and expense, ensure that all personnel involved in the set-up, operation, removal, and disposal of all fireworks devices involved in the Display be experienced pyrotechnic operators licensed to perform such work under the laws of the State of Illinois; C. The Contractor shall deliver, set up, and execute the Display at the Time of Performance; D. The Contractor shall, upon completion of the Display, cause all equipment associated with the Display to be removed from the Site, and shall remove and properly dispose of all unfired or unexploded material; and E. The Contractor shall conduct the Display in accordance with National Fire Protection Association standards and guidelines for safety. 1 SECTION THREE: VILLAGE OBLIGATIONS. The Village shall be obligated to perform the following: A. The Village shall furnish an area adequate for the parking of automobiles by spectators of the Display; B. The Village shall, at its sole cost and expense, provide personnel for the purpose of establishing crowd control in the general area of the Site; C. The Village shall, at its sole cost and expense, provide a fire guard during the Contractor's clearing of debris from the Site immediately following the conclusion of the Display; D. The Village shall establish a sufficient area for the safe operation of the Display, including, without limitation, establishment of a spectator safety area ("Spectator Safety Area'j, which Spectator Safety Area shall include all points within 700 feet of the Site, and which shall be marked with rope or other suitable materials to prevent spectators from entering the Spectator Safety Area. The Village shall also provide adequate police protection to prevent spectators from entering the Spectator Safety Area; and E. The Village shall conduct a search of the fallout area the morning after the Display is conducted to remove all debris resulting from the Display. SECTION FOUR: INTOXICATED EMPLOYEES. The Contractor shall cause any of its employees who are intoxicated or under the influence of a controlled substance to be removed immediately from the Site, and shall prohibit any such employee from performing any work on the Display or at the Site. SECTION FIVE: TERMINATION RIGHTS. The Contractor shall have the right, but not the obligation, to terminate the Display in the event that unauthorized persons enter the Spectator Safety Area and the Village is unable or unwilling to satisfy its obligations pursuant to Section 3 of this Agreement. SECTION SIX: PAYMENT. The Village shall pay the Contractor the sum of$32,500.00 ("Fee") for the Display within 30 days after the date of performance of the Display. The Fee includes all applicable federal, state, and Village taxes of every kind and nature applicable to the Display. Contractor may charge the Village a service fee equal to 1.5% of the Fee per month if the Village fails to pay the Fee within 60 days after the Contractor conducts the Display. SECTION SEVEN: CANCELLATION; RESCHEDULING OF DISPLAY. A. Cancellation by Contractor. The Contractor shall have, in its sole and absolute discretion, the right to make a determination that the Display should be cancelled due to inclement or unsafe weather conditions. In the event the Display is cancelled by the Contractor due to inclement or unsafe weather conditions, the Display shall be on July 4, 2022 at 9:15 p.m. ("Rain Date'. If inclement or unsafe weather conditions prevent the Contractor from performing the Display on either the Display Date or the Rain Date, the Parties shall confer and agree to a mutually convenient alternate date ("Alternate Display Date"), no later than six months after the original Display Date set forth herein to conduct the Display. In the event the 2 Village does not choose to reschedule another date or cannot agree to a mutually convenient date, Village shall pay to Contractor an amount equal to 40% of the Fee as full payment and settlement for the Contractor's costs, damages and expenses. B. Cancellation by Village. In the event the Display is cancelled by the Village prior to the Display Date, the Village shall pay to the Contractor an amount equal to Contractor's actual expenses incurred in preparation for the Display, including, but not limited to, material purchases, preparation and design costs, deposits, licenses and employee charges. Contractor will provide documentation of such expenses to the Village upon request for payment. Payment of the Contractor's expenses pursuant to this Section 7.6 shall be the Contractor's sole remedy for cancellation of the Display by the Village prior to the Display Date. SECTION EIGHT: INSURANCE. The Contractor, at its sole cost and expense, shall provide liability insurance in the amount of $10,000,000, which insurance shall include, without limitation, protection for the benefit of spectators from the time the Contractor arrives at the Site until the residuals from the Display are removed therefrom. The limit of liability shall be $10,000,000 for bodily injury and $10,000,000 for property damage. The Contractor shall cause the Village to be named as an additional insured on the insurance policy required by this Section. At least one week prior to the Display, the Contractor shall provide the Village with either (a) a copy of the entire insurance policy, or (b) a Certificate of Insurance along with a letter from the broker issuing the insurance policy to the effect that the Certificate accurately reflects the contents of the insurance policy. SECTION NINE: INDEMNITY. The Contractor shall, and does hereby agree to, hold harmless and indemnify the Village and all Village elected or appointed officials, officers, employees, agents, representatives, engineers, and attorneys, from any and all claims that may be asserted at any time against any of such parties in connection with the Display; provided, however, the foregoing indemnity shall not apply to willful misconduct or gross negligence on the part of the Village. SECTION TEN: PERMITS: FEES. The Contractor shall, at its sole cost and expense, obtain all permits, give all necessary notices, pay all license fees, and comply with all applicable local, state, and federal rules, regulations, and ordinances. SECTION ELEVEN: VEHICLES. All vehicles utilized by the Contractor shall be properly identified and licensed as required by the laws of the State of Illinois. SECTION TWELVE: TAXES. The Contractor assumes complete and sole liability for the payment of all applicable federal, state, and local taxes. SECTION THIRTEEN: BIDDING. The Contractor certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. SECTION FOURTEEN: SEXUAL HARRASMENT. The Contractor certifies hereby that it has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2- 105(A)(4). 3 SECTION FIFTEEN: OPTION TO RENEW. The Village shall have four options to renew this Agreement by delivering written notice to Contractor by December 15 of each year for Contractor to provide a Display to the Village in 2023, 2024, 2025, and 2026 on the dates set forth below: Display DateRain Date 2023 Jul 3, 2023 Jul 4, 2023 2024 July 3, 2024 July 4, 2024 2025 July 3, 2025 July 4, 2025 2026 July 3, 2026 July 4, 2026 The Contractor must deliver in writing by October 15 of each year the amount of increase (if any)for the following year. If the Village exercises either of its options to renew this Agreement, all of the terms of this Agreement shall apply, including, without limitation, the updated Fee provision if there is an amount increase, which amount will be included in an Amendment to this contract. The Village shall have no obligation to exercise either of its options to renew this Agreement. SECTION SIXTEEN: GENERAL PROVISIONS. A. Relationship of the Parties. The Contractor shall act as an independent contractor in providing and performing the Display. Nothing in, nor done pursuant to, this Agreement shall be construed (i) to create the relationship of principal and agent, employer and employee, partners, or joint venturers between the Village and Contractor; or (ii) to create any relationship between the Village and any subcontractor of the Contractor. B. Amendment. No amendment or modification to this Agreement shall be effective unless and until such amendment or modification is in writing, properly approved in accordance with applicable procedures, and executed. C. Assignment. This Agreement may not be assigned by the Village or by the Contractor without the prior written consent of the other party. D. Binding Effect. The terms of this Agreement shall bind and inure to the benefit of the Parties hereto and their agents, successors, and assigns. E. Notice. Any notice or communication required or permitted to be given under this Agreement shall be in writing and shall be delivered (i) personally, (ii) by a reputable overnight courier, (iii) by mail, return receipt requested, and deposited in the U.S. Mail, postage prepaid, or (iv) by email. Unless otherwise expressly provided in this Agreement, notices shall be deemed received upon the earlier of (a) actual receipt; (b) one business day after deposit with an overnight courier as evidenced by a receipt of deposit; or (c) five business days following deposit in the U.S. mail, as evidenced by a return receipt. By notice complying with the requirements of this Subsection, each Party shall have the right to change the address or the addressee, or both, for all future notices and communications to such party, but no notice of a change of addressee or address shall be effective until actually received. 4 Notices and communications to the Village shall be addressed to, and delivered at, the following address: Village of Oak Brook 1200 Oak Brook Road Oak Brook, Illinois 60523 Attention: Greg Summers, Village Manager Email: gsummers(a-)oak-brook.org Notices and communications to the Contractor shall be addressed to, and delivered at, the following address: Miand Inc. DBA Mad Bomber Fireworks Productions 3999 E. Hupp Road Building R-3-1 LaPorte, IN 46350 Attention: Andrew James, President Email: and rew(aD-madbomberfireworks.com F. Provisions Severable. If any term, covenant, condition, or provision of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions shall remain in full force and effect and shall in no way be affected, impaired, or invalidated. G. Time. Time is of the essence in the performance of this Agreement. H. Governing Law; Venue. This Agreement and any dispute arising out of or relating to this Agreement shall be governed by and construed in accordance with the laws of the State of Illinois, without reference to its conflict of law rules. All judicial actions relating to any interpretation, enforcement, dispute resolution or any other aspect of this Agreement shall be brought in the Circuit Court of the State of Illinois, DuPage County, Illinois. Any matter brought pursuant to the jurisdiction of the federal courts shall be brought in the United States District Court of the Northern District of Illinois. I. Entire Agreement. This Agreement constitutes the entire agreement between the parties and supersedes any and all previous or contemporaneous oral or written agreements and negotiations between the Village and the Contractor with respect to the services contemplated in this Agreement. J. Waiver. No waiver of any provision of this Agreement shall be deemed to or constitute a waiver of any other provision of this Agreement (whether or not similar) nor shall any such waiver be deemed to or constitute a continuing waiver unless otherwise expressly provided in this Agreement. 5 K. Rights Cumulative. Unless expressly provided to the contrary in this Agreement, each and every one of the rights, remedies, and benefits provided by this Agreement shall be cumulative and shall not be exclusive of any other such rights, remedies, and benefits allowed by law. L. Exhibits. Exhibit A attached to this Agreement is, by this reference, incorporated in and made a part of this Agreement. In the event of a conflict between an exhibit and the text of this Agreement, the text of this Agreement shall control. M. Conflicts of Interest. Contractor represents and certifies that, to the best of its knowledge: (1) no elected or appointed Village official, employee or agent has a personal financial interest in the business of Contractor or in this Agreement, or has personally received payment or other consideration for this Agreement; (2) as of the date of this Agreement, neither Contractor nor any person employed or associated with Contractor has any interest that would conflict in any manner or degree with the performance of the obligations under this Agreement; and (3) neither Contractor nor any person employed by or associated with Contractor shall at any time during the term of this Agreement obtain or acquire any interest that would conflict in any manner or degree with the performance of the obligations under this Agreement. N. Force Majeure. No Party shall be liable or responsible to the other Party, nor be deemed to have defaulted under or breached this Agreement, for any failure or delay in fulfilling or performing any term of this Agreement (except for any obligations to make previously owed payments to the other Party hereunder) when and to the extent such failure or delay is caused by or results from acts beyond the impacted Party's ("Impacted Party") reasonable control, including, without limitation, the following force majeure events ("Force Majeure Event(s)") that frustrates the purpose of this Agreement: (a) acts of God; (b) flood, fire, earthquake or explosion; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot or other civil unrest; (d) government order or law; (e) actions, embargoes or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority; (g) national or regional emergency; (h) strikes, labor stoppages or slowdowns or other industrial disturbances; (i) epidemic, pandemic or similar influenza or bacterial infection (which is defined by the United States Center for Disease Control as virulent human influenza or infection that may cause global outbreak, or pandemic, or serious illness); Q) emergency state; (k) shortage of adequate medical supplies and equipment; (1) shortage of power or transportation facilities; and (m) other similar events beyond the reasonable control of the Impacted Party. 6 i IN WITNESS WHEREOF, the parties hereto have affixed their signatures the date and year first above written. VILLAGE OF OAK BROOK, an Illinois municipal corporation Greg Summerfs, Village Manager ATTE T: Charlotte K. Pruss, Village Clerk MIAND INC. DBA MAD BOMBER FIREWORKS PRODUCTIONS, an Indiana corporation By: A S-T:), its 7 EXHIBIT A Proposal 8 VILLAGE OF OAK BROOK Purchasing Division 1200 Oak Brook Road Oak Brook, IL 60523 (630) 368-5164 REQUEST FOR PROPOSAL Independence Day Fireworks Display November 2021 j:\worddoc\rfp\2021 rfp\independence day fireworks.docx TABLE OF CONTENTS SECTION 1. REQUEST FOR PROPOSALS ...............................................................................................2 A. NOTICE—POSTED ON THE VILLAGE WEBSITE NOVEMBER 2,2021 ........................................................2 B. PROJECT DESCRIPTION......................................................................................................................3 C GENERAL TERMS AND CONDITIONS..................................................................................................... 1 SECTION 2. PROPOSAL INSTRUCTIONS.................................................................................................9 A. DOCUMENTS/INFORMATION TO BE SUBMITTED.....................................................................................9 B. PROPOSAL....................................................................................................................................... 10 C. REFERENCES................................................................................................................................... 11 E. CONTRACTORS CERTIFICATION......................................................................................................... 13 D. SEXUAL HARASSMENT POLICY.......................................................................................................... 15 SECTION 3. REVIEW PROCESS .............................................................................................................16 A. EVALUATION OF PROPOSALS AND SELECTION.................................................................................... 16 B. BASIS OF AWARD ............................................................................................................................. 16 j:\worddoc\rfp\2021 rfp\independence day fireworks.docx Section 1. Request for Proposals A. Notice—posted on the Village Website November 2, 2021 Village of Oak Brook Request for Proposals Independence Day Fireworks Display November 2021 The Village of Oak Brook is soliciting proposals for Independence Day Fireworks Display. Proposals shall be addressed to: Rania Serences Senior Purchasing Assistant Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 The closing date and time for receipt of proposals is Tuesday, November 16, 2021, at 3:00 P.M. prevailing time. Proposals received after the submittal time will be rejected and returned unopened to the sender. A complete proposal package is on file for inspection and may be downloaded from the Village's website at www.oak-brook.org or picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday. There is no charge for the package. The Village of Oak Brook reserves the right to reject any or all proposals, waive all technicalities, errors, omissions, erasures, alterations, and additions not called for, and to make an award which, in its judgment, is the best and most favorable to the interests of the Village and the public. Page 2 B. Project Description 1. Introduction The Village of Oak Brook will be hosting the Taste of Oak Brook followed by an Independence Day Fireworks display on July 3, 2022. The Taste of Oak Brook celebration kicks off in the afternoon and will include food from some of Oak Brook's finest restaurants and children activities. The Taste will conclude with fireworks beginning at approximately 9:15 p.m. The rain date for fireworks only is July 4, 2022. 2. Scope of Services Contractor shall furnish, erect, and fire under Village direction the Village of Oak Brook's July 3, 2022, fireworks display at the Oak Brook Sports Core Field #1 in Oak Brook, Illinois. Contractor shall provide through the field pyro technician, at the contractor's expense, one (1) assistant chief pyro technician, and two (2) additional qualified pyro technician aides to assist in the erection and firing of the display. Each person shall be an employee of the contractor. Contractor's personnel and materials shall report to the Oak Brook Sports Core in Oak Brook, Illinois, (fireworks display site) no later than 9 a.m., July 3, 2022, to begin setting up the fireworks display. The contractor shall have the fireworks display material ready for show by 5 p.m., July 3, 2022. Contractor will have the flexibility to set up July 2, 2022. Cancellation or postponement due to inclement weather will be made at the discrimination of the Village of Oak Brook and the contractor's representative. Contractor shall perform tests before beginning the official program to make sure that the winds aloft will not distort the exhibition nor carry hot or burning matter where it can cause damage to persons or property. Contractor shall provide for at all times in preparation of, during, and immediately after fireworks display, a safe and clean operating environment at the fireworks display site in Oak Brook. Contractor shall provide for a fireworks display lasting twenty-three (23) minutes in duration and fireworks display shall exhibit rapid, constant fire for the entire twenty-three (23) minutes. Rain date shall be July 4, 2022. Times and arrangements shall be the same as outlined in the preceding paragraphs of these specifications. Decision by the Village of Oak Brook to cancel the event will be made by 7 p.m. on the date in question. The closest building to the site of the fireworks display will be no closer than 1,200 feet. The closest residential area to the site of the fireworks display will be no closer than 1,200 feet. The closest spectators to the site of the fireworks display will be no closer than 1,200 feet. The firing location may be subground level; only aerial shells are to be incorporated into show. Pyrotechnic materials may arrive early for the Oak Brook show if they are enclosed and secured in a weather tight motor vehicle stored outdoors. The Village of Oak Brook will not assume the responsibility or liability for the storage of pyrotechnical materials. All pyrotechnic materials shall be top grade and have been factory tested by the manufacturer to assure their individual quality, performance, and safety. Contractor shall provide for his employees' and public safety at all times. Page 3 Contractor shall perform this agreement as an independent contractor and shall not be considered an agent of the Village of Oak Brook, or shall any employees or agents of contractor be considered an agent of the Village. 3. Show Design and Work Contractor shall provide labor, material, and equipment for presentation of an innovative and attractive aerial fireworks display on July 3, 2022, at the Oak Brook Sports Core, Oak Brook, Illinois. Program objective shall be to create a spectacular, continuous fire, aerial display visible to an audience viewing from many area vantage points not immediately adjacent to the discharge site and accompanied to music. At the conclusion of the fireworks display, the William Tell Overture shall be played unless prior written direction is given by the Village Manager. To achieve this objective, the contractor shall allow for appropriate layering and balance of the overall program with no perceptible breaks or gaps in the display. Proposal must include patriotic music selections with corresponding pyrotechnics. The proposed synchronized audio must be provided via audio CD to the Village by July 1". The following general parameters are provided for accomplishment of the objective. Length of Display: 23 minutes continuous firing Pyrotechnics: Total display shall include approximately 2,000 individual shells. Suggested number of shells is provided as a guideline; therefore, innovation and creativity on the part of the contractor is essential. Proposal shall be an aerial display only, which must include a riveting opening, unique body, and dramatic finale (no set pieces). No parachute shells of any type shall be allowed. Substitutions: Contractor must perform show that was proposed. Substitution(s) shall not be made after award of contract unless approved by the Village Manager 15 days prior to July 3, 2022. Failure to provide exact brand, size, and quantity of shell as submitted in final proposal will result in reduction in payment. 4. Conduct of the Display The display shall be conducted in accordance with National Fire Protection Association standard 1123-1995, code for the Outdoor Public Display of Fireworks published by the National Fire Protection Association, Inc. The following modifications apply: A. Construction of Shells In addition to the standard paper mache shells, shells with molded plastic casing shall be permitted. However, mortars firing shells with plastic casings shall not be reloaded. B. Installation of Mortars Mortars shall be installed in mortar racks in accordance with NFPA standards and be properly anchored to the ground. C. Discharge Sites The discharge site shall be limited to the area specified by the Village of Oak Brook. D. General Requirements No aerial display may be fired when winds exceed 20 MPH, when unusually wet weather presents other definite dangers, or when conditions are deemed unsafe by the Village of Oak Brook. The contractor shall be responsible for the complete installation and cleanup of the display and supplying all necessary materials and equipment in connection therewith except as provided for under Village Furnished Items. Page 4 The contractor shall furnish qualified operators for set-up, launch, and take down, and abide by all Federal, State, and Local regulations that apply to handling pyrotechnics. The contractor shall provide necessary safety equipment and materials, transportation, and security for fireworks and launch site. Fire extinguishers shall be in plain view when any live loads are on-site. Numbers of fire extinguishers shall be adequate to the size of the display. The fireworks display is scheduled to commence at approximately 9:15 p.m. The exact firing command shall be given by the Village representatives at the launch site. In the event that the performance provided is delayed through any fault of the contractor, the contractor shall reimburse the Village the amount of $500.00 per each 5 minute delay beyond the scheduled starting time of the performance as noted above. In the event of inclement weather, the display will be rescheduled for July 4, 2022. The decision to postpone displays shall be made by the Village representative. The contractor shall be responsible for cleanup of the safety zone to include: cleanup of shell fragments, bits of fusing, and any hazardous material; gathering any other trash and debris generated by the contractor's personnel in appropriate trash containers. 5. Transportation and Storage of Fireworks The transportation of fireworks shall be in compliance with the regulations of the U.S. Department of Transportation, 41 CFR, Part 170-189 and Part 390-399 and all state and local motor vehicle laws applicable to the area through which fireworks are transported. All fireworks materials shall be packaged and shipped in compliance with all applicable laws and ordinances (Federal, State, and Local) for delivery and storage of fireworks and explosives. Packaging to be in sealed, weather protected, heavy duty containers to completely prevent deterioration or diminution of fire ability due to moisture and/or other contaminations. Vehicle operators will be responsible for the safety of the fireworks and all related equipment, remaining with the vehicle(s) at all times. Supplemental site security will only be provided by the Village of Oak Brook during the evening hours of the event and shall not relieve the contractor of this responsibility. The number of vehicles allowed on site will be kept to a minimum. 6. Notification of Fire Department The Fire Department will be notified of the Village's intent to have the fireworks display and will request the appropriate fire apparatus be on site during the display and to relate the name and address of the contractor. Upon receipt of the contract, the contractor shall contact Chief Barry Liss of the Oak Brook Fire Department and arrange for review of the pyrotechnics set up plan and site inspection on the event day. It is the responsibility of the contractor to provide all required and relevant information. Should the contractor require assistance with contacting the Fire Department, the Senior Purchasing Assistant shall provide assistance in providing a liaison with the Village of Oak Brook Fire Department. 7. Qualification of Operators The person in charge of firing the display(chief pyro technician) and one assistant (assistant chief pyro technician) shall: • Be at least 21 years of age. • Have a minimum of 4 years pyrotechnic experience. • Have fired a minimum of 12 displays of the size and nature of the display proposed herein. • Possess a valid and current explosive permit issued by the State of Illinois. Page 5 The chief pyro technician must be licensed by the Office of the State Marshall. An out of state contractor must have a person licensed under the Pyrotechnic Operator Licensing Act (225 ILCS 227) as the lead pyrotechnic operator supervising the display. All other assistants shall be at least 18 years of age. No other persons are permitted within fenced-off firing area. 8. Village Furnished Items • Protection of the display are by roping-off or similar facility • Adequate police protection to prevent spectators from entering display area 9. Safety Contractor shall submit prior to event a list of assigned employees. The only persons permitted to be within the fenced-off firing area will be the authorized pyrotechnical staff and a Village Representative. No exceptions will be made. Contractor shall submit with his proposal a loss run prepared by his insurance company, or companies, for the period covering 5 years prior to the date of the proposal. This information shall be submitted from any and all insurance companies used by the contractor during this 5-year period. A loss run is defined as an itemization of all paid and reserved occurrences resulting from activities associated with a fireworks display as defined under a general liability policy for the term of the policy, which is the subject of the loss run. The loss run shall distinguish employee injuries from spectator injuries and shall identify pending and closed cases. Loss run shall be accompanied by sufficient evidence to indicate that the loss run is accurate and has been prepared by the insurance company. The Villages hall be the sole judge as to whether the information provided meets the specifications. Failure to submit complete and accurate loss run information may result in rejection of proposal. 10. Contract The successful contractor agrees that upon acceptance of its proposal by the Village of Oak Brook this Request for Proposal, along with all instructions, conditions, and specifications attached thereto, constitute a binding contract which may be enforced by the Village. 11. Contract Extension At the conclusion of the 2022 fireworks display, the Village of Oak Brook reserves the right to award an annual contract extension for each following years, not to exceed 4 years (2023, 2024, 2025, and 2026), to the current contractor. Determination will be made annually solely by the Village of Oak Brook with the concurrence of the contractor and will be determined no later than 12 weeks following the display. Page 6 C General Terms and Conditions 1. Preparation and Submission of Proposals: a) The proposal shall be submitted in an opaque sealed envelope on or before the time stated and shall bear the name of the individual,firm, or corporation submitting the Proposal and the Project Name: "Independence Day Fireworks Display". b) Contractors may attach separate sheets to the proposal for the purpose of explanation, exception, alternate proposal and to cover unit prices, if needed. c) Contractors may withdraw their proposal either personally or by written request at any time before the hour set for the proposal opening, and may resubmit it. No proposal may be withdrawn or modified after the receipt of proposals except where the award of contract has been delayed for a period of more than ninety(90) days. d) In submitting this proposal, the contractor further declares that the only person or party interested in the proposal as principals are those named herein, and that the proposal is made without collusion with any other person, firm or corporation. e) The contractor further understands and agrees that if their proposal is accepted, the individual/company is to furnish and provide all necessary materials and/or equipment and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the Village (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. f) The contractor further agrees to execute all documents within this Proposal Package, obtain a Certificate of Insurance for this work and present all of these documents to the Village within fifteen (15)days after the receipt of the Notice of Award and the Contract by the company. g) The contractor further agrees to begin work not later than ten (10)days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor. h) By submitting a proposal, the contractor understands and agrees that, if the proposal is accepted, and the contractor fails to enter into a contract forthwith, the company shall be liable to the Village for any damages the Village may thereby suffer. 2. Conditions a) The Village is exempt from Federal excise tax and the Illinois Retailer's Occupation Tax. This proposal cannot include any amounts of money for these taxes. b) Any contractor agreement resulting from the acceptance of this proposal by the Village shall be on forms either supplied by or approved by the Village's Legal Department. The Village reserves the right to reject any agreement that does not conform to the Request For Proposal and any Village requirements for agreements and contracts. c) The Village reserves the right to request clarification of information submitted and request additional information as needed. 1 d) The requirements of this RFP shall be included in the contract with the selected firm. 3. Payment The Village authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14) days prior to the second or fourth Tuesday of the month 4. Indemnification The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, employees and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely from any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 5. Insurance Certificates of Insurance and Additional Insured Endorsement shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract nor will the bid guarantee be returned until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village and each permittee working under a permit as required pursuant to the provisions of Title 1, Chapter 8 of the Code of Ordinances of the Village (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: 2 a) General Liability-$10,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $5,000 the required limit shall be $500,000; b) Automobile Liability(if applicable)- $1,000,000 combined single limit per accident for bodily injury and property damage; c) Worker's Compensation and Employer's Liability -Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: d) General Liability and Automobile Liability Coverage - I. The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employee's volunteers or agents. II. The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents. Any insurance or self-insurance maintained by the Village, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. III. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers or agents. IV. The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. e) Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers,officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty(30)days prior written notice by certified mail has been given to the Village. 3 Each insurance policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 6. Safety The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 7. Equal Opportunity The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications. 8. Execution of Documents The Contractor, in signing his Proposal on the whole or on any portion of the work, shall conform to the following requirements: Proposals signed by an individual other than the individual represented in the Proposal documents shall have attached thereto a power of attorney evidencing authority to sign the Proposal in the name of the person for whom it is signed. Proposals which are signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the Proposal a power of attorney evidencing authority to sign the proposal, executed by the partners. Proposals which are signed for a corporation, shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. If such Proposal is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Proposal shall be attached to it. Such Proposal shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. The Contract shall be deemed as have been awarded when formal notice of award shall have been duly served upon the intended awardee. 4 9. Non-Discriminating The Vendor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 10. Negotiations The Village reserves the right to negotiate specifications, terms, and conditions which may be necessary or appropriate to the accomplishment of the purpose of the RFP. The Village may require the entire proposal be made an integral part of the resulting contract.This implies that all responses, supplemental information, and other submissions provided by the contractor during discussions or negotiations will be held by the Village as contractually binding on the successful contractor. 11. Incurred Costs The Village will not be liable in any way for any costs incurred by respondents in replying to this RFP. Contractor agrees to comply with all laws, ordinances, and rules of the Village and the State of Illinois. 12. Contractor Responsibilities The selected Contractor will be required to assume responsibility for all services offered in this proposal. The Village will consider the selected Contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. 13. Prevailing Wage All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. If the Department of Labor revises the wage rates, the revised rate, as made available on the Department's official website, shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. Contractor will comply with the Illinois prevailing wage law, as amended from time to time and made available on the Department of Labor's official website. Not less than the prevailing rate of wages as found by the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Village of Oak Brook. Contractor shall indemnify, defend and hold Village of Oak Brook harmless from any loss, including but not limited to Village of Oak Brook's attorney's fees, resulting from Contractor's failure to comply with this 5 prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, last four digits of their social security number, gender, race, ethnicity, veteran status, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, the starting and ending times of work each day, the worker's hourly rate, the worker's hourly overtime wage rate, the worker's hourly fringe benefit rates, the name and address of each fringe benefit fund, the plan sponsor of each fringe benefit, if applicable, and the plan administrator of each fringe benefit. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the Department of Labor, or to the public body if the Department of Labor has yet to activate the database created by Section 5.1 of 820 ILCS 130. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 7 business days' notice, the contractor and each subcontractor shall make available for inspection and copying at a location within this State during reasonable hours, the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 14. Default The contract may be canceled or annulled by the Village in whole or in part by written notice of default to the Contractor upon nonperformance or violation of contract terms. An award may be made to another contractor with services similar to those so terminated. Failure of the Contractor to deliver services within the time stipulated on his offer, unless extended in writing by the Village, shall constitute contract default. 15. Force Majeure A force majeure occurrence is an event or effect that cannot be reasonably anticipated or controlled and is not due to the negligence or willful misconduct of the affected party. Unless otherwise agreed in the contract between the parties expressly or impliedly, where a party to a contract fails to perform one or more of its contractual duties, the consequences set out in this clause will follow if and to the extent that the party proves: (a) that its failure to perform was caused by an impediment beyond its reasonable control; (b) that it could not reasonably have been expected to have taken the occurrence of the impediment into account at the time of the signing of the contract; and (c) that it could not reasonably have avoided or overcome the effects of the impediment. 6 A party invoking this clause shall be presumed to have established the conditions described in the preceding paragraph in the case of the occurrence including, but not limited to, one or more of the following impediments or other similar causes beyond the control of the contractor or the Village in the performance of the contract where non-performance, by exercise of reasonable diligence, cannot be prevented: • acts of God or natural disaster such as but not limited to violent storm, cyclone, typhoon, hurricane, tornado, blizzard, earthquake, volcanic activity, landslide, tidal wave, tsunami, flood, damage or destruction by lightning, drought; • acts of war (whether declared or not), armed conflict or the serious threat of the same (including but not limited to hostile attack, blockade, military embargo), hostilities, invasion, act of a foreign enemy, extensive military mobilization; • civil war, riot, rebellion, revolution, military or usurped power, insurrection, civil commotion or disorder, mob violence, act of civil disobedience; • acts of public enemies, acts of terrorism, sabotage or piracy; • plague, epidemic, pandemic, outbreaks of infectious disease or any other public health crisis, including quarantine or other employee restrictions; • act of authority whether lawful or unlawful, compliance with any law or governmental order, rule, regulation or direction, curfew restriction, expropriation, compulsory acquisition, seizure of works, requisition, nationalization; • explosion, fire, destruction of machines, equipment, factories and of any kind of installation, prolonged break-down of transport, telecommunication or electric current; • general labor disturbance such as but not limited to boycott, strike and lock-out, go-slow, occupation of factories and premises; • shortage or inability to obtain critical material or supplies to the extent not subject to the reasonable control of the subject Party. The affected party shall provide the other party with written notice of any force majeure occurrence as soon as the delay is known and provide the other party with a written contingency plan to address the force majeure occurrence. Furthermore, the affected party shall use its commercially reasonable efforts to resume proper performance within an appropriate period of time. Notwithstanding the foregoing, if the force majeure condition continues beyond 30 days, the parties to the contract shall jointly decide on an appropriate course of action that will permit fulfillment of the parties' objectives under the contract. Contractor shall not be entitled to an adjustment in contract price or other non-price related items caused by or within the control of contractor. Delay, disruption, and interference attributable to and within the control of a subcontractor or supplier shall be deemed to be within the control of contractor. 7 16. Independent Contractor There is no employee/employer relationship between the Contractor and the Village. Contractor is an independent contractor and not the Village's employee for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the Worker's Compensation Act (820 ILCS 305/1, et seq.). The VILLAGE will not (i) provide any form of insurance coverage, including but not limited to health, worker's compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to Contractor. The performance of the services described herein shall not be construed as creating any joint employment relationship between the Contractor and the Village, and the Village is not and will not be liable for any obligations incurred by the Contractor, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the Village and the Contractor. 17. Governing Law The laws of the State of Illinois as to interpretation, performance and enforcement shall govern this Agreement. The forum for resolving any disputes concerning the parties' respective performance or failure to perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial Circuit, DuPage County, Illinois. 8 Section 2. Proposal Instructions Four (4) copies of the proposal shall be submitted in a sealed envelope to: Rania Serences Senior Purchasing Assistant Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 and clearly marked on the outside of the envelope "Independence Day Fireworks Display" on or before Tuesday, November 16, 2021 at 3:00 p.m. prevailing time. Any proposal received after this date and time will be rejected and returned unopened. Lengthy, detailed proposals are not required. Proposals are intended to be an expression of interest in providing services for the project, as well as background information on the firm and on its professional qualifications. A. Documents/Information to be Submitted Proposal Form (Section C below), Detailed cost Spreadsheet and Narrative References (Section D below) Contractors Certification (Section E below) Sexual Harassment Policy (Section F below) Statement of Qualifications • Provide background information on your firm including, but not limited to, the age of the business, the number of employees, and pertinent financial data that will permit the Village to determine the capability of the contractor to meet all contractual requirements. List the abilities, qualifications, and experience of the persons who would be assigned to the engagement and their experience on similar contracts. Project Approach • Terms and Conditions List any terms and conditions which may apply to this contract and are not included in this RFP. • Additional Information and Comments Include any other information you believe to be pertinent but not specifically mentioned elsewhere. 9 B. Proposal In compliance with this Request for Proposals, and subject to all conditions thereof, the undersigned offers and agrees, if this proposal is accepted, to furnish the services as outlined herein for the Village of Oak Brook at the amount indicated, subject to modification through negotiations. The time and material, not to exceed, cost proposed shall include all anticipated expenses. Perform the 2022 Independence Day Fireworks Display Not-to-Exceed Cost of$ $32,500.00 Please provide a detailed list (size, amount, cost) of mortars and shells, etc. that will be used for the display. Firm Name: Miand In . DBA Mad Bomber Fireworks Productions Address: 399 E Hupp Rd R-3-1 City, State, Z �aPpr , I 350 Signature: Name Print d: ndrew Ta es Title: Preside t Telephone: 21 -393-5051 Date: November 5, 2021 If a Corporation: ATTEST: Randall McCasland ecretary 10 FIREWORKS PRODUCTIONS 3999 E. HUPP ROAD, BUILDING R-3-1 LA PORTE IN 46350 PHONE (219)393-5051 TOLL FREE(877) 623-2662 FAX(219) 393-3177 Mad Bomber Fireworks Productions is in our Thirty-First year of producing professional fireworks displays. In the beginning we quickly earned the reputation as a company who catered to `smaller' clients that other fireworks companies tended to dictate terms to. We were often appreciated as a firm that worked with our clients to ensure expectations were met by both parties. It was always going above and beyond the norm that helped us compete with the big family companies that dominated the fireworks industry. Many of whom had the benefit of generations of loyal customers. We approached growth cautiously; while never losing sight of what had put us above the crowd for our clients, now we enjoy a strong and loyal clientele. Today we produce approximately 500 displays per year throughout the Midwest. Our offerings include traditional displays, electric fired,choreographed to music,computer fired, indoor and close proximity displays. Our clientele ranges from high school homecomings to extravagant displays for summer festivals and of course Independence Day fare. Andrew James, President,started Mad Bomber Fireworks in 1991. Due to his love of fireworks he knew he wanted to build a company that provided the best displays as well as exceptional service. He has produced thousands of displays over the years and has grown the company into the premiere display company in the Midwest. Randy McCasland, Director of Operations started working with his father on displays at a young age. Having grown up in the industry, he provides an insight into display production paralleled by few. He has been the lead operator on well over one thousand displays throughout fourteen states. Randy has designed, produced and worked on displays for many industries, including professional baseball, professional basketball,concert events,air shows,festivals, and cities and towns. Mad Bomber Fireworks currently has eight full time employees. During the summer we bring on ten to twelve college students full time to work preparing for the busy season. Many of whom return season after season to work for the summer. Nearing the Fourth of July,we ramp up for our displays, and we bring on 400-500 workers producing displays throughout the Midwest. We pride ourselves on the extensive training,skill and talent of our operators and crews. C. References Miand Inc. DBA Mad Bomber Fireworks Productions Your Company Name: (Please Print) The Contractor shall list five (5) current references with needs similar to the Village of Oak Brook for whom Contractor has provided comparable services. Please include company name, address, telephone number, year(s) employed by referenced firms, contact person, and type of work you performed for that entity. 1. Company Name/Municipality: Village of Bensenville Address: 12 S Center St Bensenville,IL 60106 Phone: ( 630 ) 697.3439 Contact Person: Gary Thorsen Type of Work and Date Performed: July 4th Fireworks Displays 2. Company Name/Municipality: Westmont Park District Address: 55 E Richmond St Westmont, IL 60559 Phone: ( 630 ) 969.8080 Contact Person: Bob Fleck Type of Work and Date Performed: July 4th Fireworks Displays 3. Company Name/Municipality: Village of Orland Hills 11 Address: 16553 S Haven Ave Orland Hills,IL 60487 Phone: ( 708 ) 349.7211 Contact Person: Glenn Bylina Type of Work and Date Performed: Independence Day Celebration 4. Company Name/Municipality: City of Waukegan Address: 100 N Martin Luther King Jr Ave Waukegan,IL 60085 Phone: ( 847 ) 599.2525 Contact Person: David Motley Type of Work and Date Performed: Juky 4th Fireworks Display 5. Company Name/Municipality: Village of Woodridge Address: 5 Plaza Dr Woodridge IL 60517 Phone: ( 630 ) 719.4705 Contact Person: Peggy Halik Type of Work and Date Performed: July 4th Fireworks Display 12 E. Contractors Certification The undersigned, being first duly sworn an oath, deposes and states that he has the authority to make this certification on behalf of the contractor for the construction, product, commodity, or service briefly described as follows: "Independence Day Fireworks Display" 1) The undersigned certifies that, pursuant to Chapter 720, Section 5/33E of the Illinois Compiled Statutes, 1993,the contractor is not barred from bidding on this contract as a result of a conviction for the violation of State of Illinois laws prohibiting bid-rigging or bid-rotating. 2) The undersigned states under oath that, pursuant to Chapter 65, Section 5/11-42.1-1 of the Illinois Compiled Statutes, 1993, the contractor is not delinquent in the payment of any tax administered by the Illinois Department of Revenue. 3) The undersigned certifies that, pursuant to Chapter 775, Section 5/2-105. of the Illinois Compiled Statutes, 1993, the contractor has a written sexual harassment policy in place including the following information: a) An acknowledgment of the illegality of sexual harassment. b) The definition of sexual harassment under State law. c) A description of sexual harassment, utilizing examples. d) The Consultant's internal complaint process including penalties. e) The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. f) Directions on how to contact the Department or the Commission. This business firm is: (check one) X Corporation Partnership Individual Firm Name: MiaW In BA Mad Bomber Fireworks Productions Address: 9 9 E H4 pp Rd R-3-1 City, State, ZI a t , 6350 Signature: Name Printed: Wrew J mes Title: Presiden Telephone: 219-393-5051 Date: November 5, 2021 13 KELLE7 ANNE HATFIELD TURLEY Notary Public-Sea! La Porte County-State of Indiana ATTEST: Commission Number NP0731082 MY Commission ExCires Jan 18,2029 -SEAL- SUB RIBED A ORN TO b r e his ay 0 a 7bll 14 f re, lo �%f//'/ D. Sexual Harassment Policy Miand Inc. DBA Mad Bomber Fireworks Productions hereinafter referred to as "Contractor" having submitted a bid/proposal for Independence Day Fireworks Display to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4) including the following information: 1) An acknowledgment of the illegality of sexual harassment. 2) The definition of sexual harassment under State law. 3) A description of sexual harassment, utilizing examples. 4) The contractor's internal complaint process including penalties. 5) The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6) Directions on how to contact the Department or the Coissi0n. 7) An acknowledgment of protection of a complaint aglainst taliation as provided in Section 6- 101 of the Human Rights Act. I r , Each contractor must provide a copy of such written polic A the III D artment of Human Rights upon request. 1\ t By: AL horiz d Agent of Contractor Subs ibed and sw to b r e this KELLEY ANNE HATFIELD TURLEY Notary Public-Seal La Porte County-State of Indiana Commission Number NP0731082 No c My Commission Expires Jan 18,2029 15 �`! 1 1c Y? Section 3. Review Process A. Evaluation of Proposals and Selection The proposals received will be evaluated by the Village on the basis of professional qualifications, previous experience on similar projects, key personnel assigned to the project, satisfaction of previous clients on work performed for them, current billing rates of the firm, and the proposal that best meets the needs of the Village. This proposal is not intended to be detailed; it is intended to be an expression of interest in providing services for the project, as well as to provide background information on the firm and its professional qualifications. Firms will be contacted during the evaluation if further information is needed. The Village may choose to interview one or more firms before final selection is made. This Request for Proposal does not commit the Village to award a contract, to pay any costs incurred in the preparation of a proposal based on this request, or to procure or contract for services. All proposals submitted in response to this Request for Proposal become the property of the Village. The Village reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with qualified consultants, or to cancel in part or in its entirety the Request for Proposal, if it is in the best interest of the Village to do so. The Village may require the consultant selected to participate in negotiations concerning contract price or the nature and extent of services to be provided. The results of such negotiations shall be incorporated into the final contract between the Village and its consultant. B. Basis of Award Village staff will perform an evaluation of the proposals received. Appropriate finalist(s) may be interviewed by the Village, after which a selection will be made. The Village reserves the right to reject any or all proposals and to waive any informality or technical error and to accept any proposal deemed most favorable to the interests of the Village. The Village will review proposals based on the following criteria: 1) Compliance with RFP. Adherence to all conditions and requirements of the RFP. 2) Understanding of the Project. The contractor's understanding of the engagement, the Village's objectives, and the nature and scope of the work involved. 3) Services to be Provided. The exact type and nature of the contractor's proposed services and how they accomplish the objectives of the project. 4) Qualifications of the Contractor. The contractor's capability in all respects to perform fully all contract requirements, and the integrity and reliability which will assure good faith performance. This criterion includes: • The experience of the firm and its record on projects of a similar nature. • Personnel to be assigned to the project, their education, qualifications, and experience on similar projects. • The availability of necessary personnel and other resources to successfully complete the project specified herein on a timely basis. 16 5) Costs. Proposed contract price. 6) Ability, capacity and skill to fulfill the contract as specified. 7) Ability to supply the commodities; provide the services or complete the construction promptly, or within the time specified, without delay or interference. 8) Character, integrity, reputation, judgment, experience and efficiency. 9) Quality of performance on previous contracts. 10)Previous and existing compliance with laws and ordinances relating to the contract. 11)Sufficiency of financial resources. 12)Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. 13)Ability to provide future maintenance and service under the contract. 14)Number and scope of conditions attached to the proposal. 15)Record of payments for taxes, licenses or other monies due the Village. 17 AAAU UC,4UU_U R"WORKSPRODUCTIONS 3999 E HUPP RD R-3-1 LAPORTE, IN 46350 PHONE(219)393-5051 Toll Free(877)MAD-BOMB FAX(219)393-3177 OAK BROOK PROPOSAL JULY 3, 2022 MAD BOMBER FIREWORKS PRODUCTIONS IS PLEASED TO PRESENT FOR YOUR CONSIDERATION THIS EXCEPTIONAL PROPOSAL FOR A SPECTACULAR FIREWORKS SHOW TO BE PRESENTED FOR YOUR INDEPENDENCE DAY CELEBRATION. FIREWORKS SHOW $32,500.00 PROFESSIONAL PRESENTATION INCLUDED $10,()00,000 LIABILITY 1NSL.IRANCE INCLUDED POST DISPLAY CLEANUP INCLUDED EARNEST MONEY DEPOSIT $WAIVED BALANCE DUE AFTER PRESENTATION $32,500.00 Mad Bomber Fireworks will also supply the following: 1. We will secure all permits. Buyer will cover cost of permit. 2. CDL driver with a Hazmat endorsement. 3. Registered with the USDOT to haul hazmat. (mandatory by Federal Law) 4. Carry $5,000,000.00 auto insurance to haul hazmat. (mandatory by Federal Law) 5. Haul hazmat material in a properly placarded vehicle. kand Randy MoCasland, Director of Operations MAD BOMBER FIREWORKS PRODUCTIONS AGREEMENT This contract entered into this 5th day of November , 2021 by and between Mad Bomber Fireworks Productions of Kingsbury,Indiana hereinafter referred to as Seller,and Village of Oak Brook Herein after referred to as Buyer,of Oak Brook State:Illinois Illinois Witness: Seller agrees to provide and Buyer agrees to purchase a Fireworks Display in accordance with the program agreed upon. Buyer will pay Seller a sum of $32,500.00 for Display. Upon acceptance of this agreement Buyer will pay Seller a sum of Waived as an Earnest Money Deposit with the Balance due and payable within 30 days after the display date agreed upon. A late charge of 1 ''/2%per month will be assessed on accounts not paid within thirty days of display date. Buyer agrees to pay any and all collection costs, including reasonable attorney's fees and court cost incurred by Seller in the collection or attempted collection of any amount due under this agreement and invoice. Both Seller and Buyer mutually agree to the following terms,conditions,and stipulations: 1. Seller will present said Fireworks Display on the evening of the 3rd Day of Luyl , 2022, it being understood that should there be inclement weather the day of the display the Seller has sole discretion to cancel display. An alternate display date will be given within six months of the original display date agreeable to both the Seller and Buyer. 2. The Fee for cancellation for any reason of the Fireworks Display is 40% of the agreement price if Buyer chooses to not select another display date within six months of the original display date. 3.Buyer will provide a sufficient area for the Display, including a minimum spectator set back of 560' feet at all points from the discharge area. Buyer will provide protection of the display by roping-off or other suitable means. Buyer will provide adequate police protection to prevent spectators from entering display area. Buyer agrees to search the fallout area at first light following a night display. 4. Seller reserves the right to terminate the Display in the event that persons enter the secured Danger Zone and Security is unable to secure the Danger Zone. 5. Seller agrees to provide Qualified Technicians to take charge of and present said Display. 6.Seller agrees to provide Liability Insurance in the amount of$10,000,000.00 for the benefit of both the Buyer and Seller. All individual entities listed on the Certificate of Insurance will be deemed an additional insured per this contract. 7.Mad Bomber Fireworks Productions retains the right to substitute product of equal or greater value in the event of shortages or unavailability of any particular item on the proposal. 8. Seller and Buyer agree to included Attachments, if any. See Attachments: none Both Seller and Buyer hereto do mutually and severally guarantee terms,conditions, and payments of this contract, these articles to be binding upon the parties,themselves,their heirs,executors,administrators,successors and assigns. Mad Bomber Fireworks Productions BUYER By By Randy McCasland (Its duly authorized agent,who represents that he/she has full authority to Bind the Buyer.) Date Date Print Name Address Oak Brook Opening 36 2.5" Color Willows 24 3" Assorted Color Shells 6 4" Assorted Color Shells 2 5" Assorted Color Shells 1 6" Thousand Blooming Flowers Mad Bomber Fireworks Productions Oak Brook SPECIALTY BARRAGES Displayed by pond 300 Shot Color Xsette and Crackling 300 Shot Blooming Stars 200 Shot S & I Coconut w/Turbillion 170 Shot Chrys to Chrys (Crackling Chrysanthemums) 200 Shot Z Brocade Crown Blue Comet 400 Shot Color and Salute 100 Shot Red Dahlia w/Red Tail 100 Shot Fan Red White and Blue Crossette 100 Shot Crackling Chrysanthemum Mad Bomber Fireworks Productions Oak Brook 36 3 INCH SHELLS Three Shot Volleys Coconut Palms Gold Kamuro Purple Sky Mines Yellow Chrysanthemum w/Red Pistil Silver Flying Fish Silver Peony w/Orange Pistil Green Strobe Three Color Changing White Strobe Cyan Peony w/Color Changing Pistil Red White & Blue Ring w/Mine Red White & Blue Rings Red Strobe Violet Chrysanthemums Red White & Blue w/Brocade Mine Blue Chrysanthemums Brocade w/Red White & Blue Mine Purple Peony Turquoise Peony w/Palm Core Mag Green Peony Peach Flying Stars Mag Red Peony Lemon Peony Mag Orange Peony 30 4 INCH SHELLS Three Shot Volleys Red Green Blue Sparkling Rain Color Flying Stars Green White Blue Clustering Strobe Silver Strobe Color Peont w/Sparkling Pistil Hummer Cyan w/Mag Pistil Pixie Dust Willow 1/2 Red 1/2 Silver Glittering Silver Orange Glittering Waterfall White Strobe Waterfall Brocade w/Red Leaves Brocade w/Raind\bow Dahlia Three shells shot simultaneously and spread across sky Mad Bomber Fireworks Productions Oak Brook 24 3" SPECIALTY SHELLS 3" Color Wolfs 3" Assorted Sky Mines 3" Silver Serpent w/Magenta 3" Peach Flying Stars 3" Whistling w/Color Stars 3" Banger Chartreuse 3" Red Sky Mines 3" Blue Comets 3" Blue Sky Mines 3" Diamond Screamer w/Color Stars 3" White Sky Mines 3" White Strobe Waterfall 3" Smile Face 3" Orange Strobe 3" Silver Turbulence w/Report 18 4" SPECIALTY SHELLS 4"Cyan Sky Mine 4" Whirlpool Green Xsette 4" Whistle Red Stars 4" Whirlpool Red Xsette 4"Silver Flying Fish 4" Green Sound Ring 4" Aqua w/Silver Turbulence 4"Tourbillion w/Color Stars 4" Farfalla w/Magenta Stars 4" Diamond Screamer w/Color Stars 4" Assorted Color Wolfs 4" Lemon Xsette w/Time Rain 4" Multi Color Flying Stars 4"Ti Serpent w/Red & Blue to Report 4" Silver Serpents w/Mag Colors 4"Ti Whistle Ring w/Lemon 10 5" SPECIALTY SHELLS 5' Farfalla w/Color 5" Red Wave to Xsette 5" Multi Color Wolf 5" Pixie Dust w/Stain Glass 5' Multi Color Sky Mine 5" Orange Glittering Waterfall w/Red Glitt 5" Multi Color Poinsatte 5' Glittering Xsette 5' Five Arm Cut Glass 5" Whirl w/Blue Pistil 5" White Strobe Waterfall 5' Color Changing Ghost 5" Gold Whirl to Report 5"Tourbillion to Color and Report 5" Silver Wave to Crackling Color 5" Brocade to Thousand Green Mad Bomber Fireworks Productions Oak Brook Specialty Stacks Silver Strobes 12 3" 6 4" 2 5" Red, White and Blue 12 3" 6 4" 2 5" Colorful Falling Leaves 12 3" 6 4" 2 5" Different size shells breaking at multiple heights creating a stack. Mad Bomber Fireworks Productions Oak Brook 3 INCH SHELLS * main body 18 Pheonix Red Peony w/Red Tail Golden Gamboge to Blue Green & Purple Peony w/Tail Golden Gamboge to Green Green & Blue Chrysanthemum w/Tail Silver Strobe Glittering Big Willow Brocade Crown to Red Five Pieces Willow Brocade Crown to Blue Red Stars w/1000Green w/Tail Ripples to Red Yellow to Crackling Ripples to Blue Silver Crown to Red Red Peony w/Strobe Pistil Silver Crown to Yellow Color Flower Rain w/Silver Tail 18 Vulcan Green Peony w/Palm Core & Tail Glitt Silver to Green to Red Red Peony w/Glitt Coco Core & Tail Red and Spangle Chrysanthemum Purple Peony w/Green Pistil & Pur Tail Silver Strobe w/Strobe Tail Vareigated Chrysanthemum w/Blue Tail Multi Color Chrysanthemum Spangle Chrysanthemum w/Red Tail Yellow to Crackling w/Crack Tail Crack Flower Chrys w/Crack Tail Vareigated Color to Crack Flower 1/2 Yellow 1/2 Blue w/Blue Tail Ruby Red Peony Orange to Blue Chrysanthemum Blue to Crackling Rain Gold Wave Green Strobe Chrys Crackling Palm Tree w/Crackling Tail 12 Yung Feng White Twinkling Chrysanthemum Crackling Nishiki Kamuro Variegated Cycas Bloom Golden Wave to Purple Chrysanthemum Green Chrysanthemum w/Crackling Glittering Silver to Red Chrysanthemum Golden Silk Chrysanthemum Reddish Gamboge to Silver Chrysanthemum Red Cherry Blossom w/Tail Nishiki Kamuro Niagra Falls Nishiki Kamuro Silver Willow Mad Bomber Fireworks Productions Oak Brook 3 INCH SHELLS * main body 72 Wizard Brand Silver Strobe Glittering Sil to Red w/Blue Pistil w/Sil Tail USA Style Titanium Whistle Cannister Glittering Sil to Blue w/Red Pistil w/Sil Tail Red to Crackling Chrysanthemum Bowtie w/Ring w/Sil Tail Blue Cycas w/ Gold Tail Green Peony w/Purple Pistil w/Sil Tail Crackling Spider to Yellow w/Silver Tail Red Chrys w/Blue Pistil w/Gold Tail Silver to Green to Blue Peony w/Gold Tail Glittering Coconut w/Glittering Tail Red to Blue Peony w/Coco Pistil w/ Sil. Tail New Rainbow Color Dahlia Gold Silk w/Gold Tail Blue USA Style Cannister Purple Chrys. w/Coco Pistil w/Sil Tail RWB Peony to Crack Chrys w/Gold Tail Green to Flash w/Coco Pistil Glittering Silver to Blue Blue to Red Flash Yellow Chrys w/Coco Pistil w/Sil Tail Brocade Crown w/Blue Pistil Magenta Peony w/Palm Core Red Cycas Blossom 1/2 Red 1/2 Blue Chrysanthemum Purple Peony w/Gold Coco Pistil Red White & Blue Peony Firefly Waterfall w/Firefly Tail Red to Crackling Silver Palm Tree w/Silver Tail Silver Peony w/Green Pistil Green Peony w/Coco Pistil Gold Spangle w/Purple Pistil Gittering Silver to Vareigated Silver Fish w/BlueRing 6 Titanium Salute 3 INCH SHELLS Mad Bomber Fireworks Productions Oak Brook 4 INCH SHELLS * main body 24 Jinshan Red Peony w/Red Tail Golden Gamboge to Blue Red Chrysanthemum w/tail Golden Gamboge to Green Blue Chrysanthemum w/Tail Silver Strobe Glittering Big Willow Brocade Crown to Red Five Pieces Willow Brocade Crown to Blue Red to Crackling Ripples to Red Yellow to Crackling Ripples to Blue Silver Crown to Red Red Peony w/Strobe Pistil Silver Crown to Yellow Red Peony wCrackling Pistil 24 Guandu Green Peony w/Palm Core & Tail Glitt Silver to Green to Red Red Peony w/Glitt Coco Core & Tail Red and Spangle Chrysanthemum Purple Peony w/Green Pistil & Pur Tail Silver Strobe w/Strobe Tail Vareigated Chrysanthemum w/Blue Tail Brocade Crown to Crackling w/Crack Tail Spangle Chrysanthemum w/Red Tail Yellow to Crackling w/Crack Tail Crack Flower Chrys w/Crack Tail Vareigated Color to Crack Flower 1/2 Yellow 1/2 Blue w/Blue Tail Green Ring w/Green Tail Color Wave w/Silver Tail Crackling Willow w/Gold Tail Gold Wave Green Strobe Chrys Crackling Palm Tree w/Crackling Tail Mad Bomber Fireworks Productions Oak Brook 4 INCH SHELLS * main body 36 Wizard Brand Blue to Flash w/Coco Pistil Glittering Sil to Red w/Blue Pistil w/Sil Tail Blue Cherry Blossom w/ Silver Tail Glittering Sil to Blue w/Red Pistil w/Sil Tail Brocade Crown w/Silver Tail Bowtie w/Ring w/Sil Tail Blue Cycas w/ Gold Tail Green Peony w/Purple Pistil w/Sil Tail Crackling Spider to Yellow w/Silver Tail Red Chrys w/Blue Pistil w/Gold Tail Silver to Green to Blue Peony w/Gold Tail Glittering Coconut w/Glittering Tail Red to Blue Peony w/Coco Pistil w/ Sil. Tail New Rainbow Color Dahlia Gold Silk w/Gold Tail Blue USA Style Cannister Purple Chrys. w/Coco Pistil w/Sil Tail RWB Peony to Crack Chrys w/Gold Tail Green to Flash w/Coco Pistil Glittering Silver to Blue Red Cherry Blossom Yellow Chrys w/Coco Pistil w/Sil Tail Brocade Crown w/Blue Pistil Magenta Peony w/Palm Core Red Cycas Blossom 1/2 Red 1/2 Blue Chrysanthemum Purple Peony w/Gold Coco Pistil 3 Concentric Ring Crackling Nishiki Kamuro Red to Crackling Silver Palm Tree w/Silver Tail Silver Peony w/Green Pistil Green Peony w/Coco Pistil Gold Spangle w/Purple Pistil Gittering Silver to Vareigated Silver Fish w/BlueRing Mad Bomber Fireworks Productions Oak Brook 5 INCH SHELLS * main body 18 Jinsheng Chrys w/Rthree Section Time Rain w/Coco Pistil Blue Peony to Brocde w/Palm Core Red Strobe w/Blue Sky w/Rising Tail Flower Wave to Purple w/Rising Tail Silver Coconut w/ Glittering Glittering Silver to Blue to Green Sun Ring w/ Rising Tail Green Cherry Blossom Double Half Red to Red Red Peony w/Rising Tail Yellow Cycas w/Rising Tail Yellow Peony w/Green Pistil Red to Green Crossette Ring Green to Flickering Silver Wave w/Special Green Strobe Ring w/ Multi Color Flower Thousand Red w/Time Rain Kaleidoscope w/Waterfall 18 Dominator Color Diadem w/Gold Tail Eight Hearts w/Rising Purple Flowers Gold Silk Chrysanthemum Revolving Dragons w/Blooms Golden Willow w/Flare Moons Thousand Color Titanium Salutes Color Palm Tree w/Crown Flowers Silver Crossette in Red & Blue Peony Nishiki Kamuro w/Color Tips Nishiki Kamuro w/Niagra Falls Mad Bomber Fireworks Productions Oak Brook 5 INCH SHELLS * main body 36 Wizard Glitt Sil to Red w/Blue Pistil Ti Whistle Ring w/Red & Blue Cannister Shell Red Crossette Palm Tree w/tail Glitt Sil to Blue Chrys w/Broc Red Pistil Silver Crossette Palm Tree w/Tail Brocade Waterfall w/Silver Leaves Gold Crossette Palm Tree w/Tail Gold Coconut to Green Flowers Giant Brocade Crossette Palm Tree Giant Gold Octopus w/Red Eyes & Bro Ring Five Concentri Ring Giant Green Peony w/Brocade Ring Gold Strobes w/tail Gold Chrys w/Rainbow Ring 1/2 Red 1/2 Blue Chrys w/ Broc Cross Pistil Gold Crossette Palm w/Trunk Saturn Giant Red Peony w/Brocade Ring Glittering Silver Sil to Blue Chrys w/Red Pistil Red Peony w/Blue Pistil Blue to Green Peony w/Coco Pistil Red to Blue Peony w/Coco Pistil Three Ring w/Pistil Brocade to Red to Blue Chrys Schreecher Cannister Gold Peony w/Blue Pistil RWB Peony w/Coco Pistil Red Strobes w/Tail Green Strobes w/Tail Giant Z Willow Palm w/Z Willow Tail Gold Crossette w/Gold Strobe Pistil Glitt Sil to Blue Chrys w/Brocade Pistil Gold Willow to Purple w/Peony Center Giant Golden Octopus w/Tail Green Peony w/Crackling Pistil Brocade Crown w/Broc Crossette Pistil 12 Phoenix Chrys w/Red to Green Ring Silver Crown w/Small Red Flowers Silver Crackling Palm Tree Ripples to Vareigated Wave Purple Wave Crackling to Sil Crossette Red Flower Rain China Storm Gold Wave to Aqua White Strobing Smiley Face Yellow Peony Brocade Butterfly Red to Purple to Green Peony Sea Blue and Lemon Dahlias Red Peony w/Glitt Gold Palm Tree Core Blue Palm Tree Gold Wave to Red to Green Blue Peony w/Silver Core Green to Yellow w/Yellow to Green Pist Gold Diadem Willow Yellow Peony w/Blue Palm Tree Core Gold Wave to Purple to Green Silver Wave to Green to Crackling Mad Bomber Oak Brook 6 INCH SHELLS * main body 9 New Year Cascading Corolla Yellow to Green to Yellow w/Green Pistil Green w/Yellow Pistil and Rising Flowers Corolla w/Blue to Red Pistil Multi Color Cycas w/Rising Stem Silver Glittering w/Red to Blue Pistil Red Chrys to Corolla w/Rising Tail Blue Chrys to White Strobe Blue to Red with Silver Pistil Red Chrys to White Strobe 9 Yuan Yeng Orange Chrysanthemum Silver Chrysanthemum Gold Brocade Crossette Yellow Chrysanthemum Red Chrysanthemum Red to Blue to White Peony Blue Chrysanthemum Yellow and Green Peony Green Chrysanthemum Glittering Orange Waterall 9 Kanto Red and Yellow Sunflower Multi Color Poinsetta Silver Palm w/Rising Tail Silver Wave to Crackling Color Farfalla w/Multi Color 1/2 Lemon 1/2 Lime w/Tail Multi Color Howling Wolf 1/2 Red 1/2 Blue White Pistil Red and Blue w/Rising Tail Violet w/Green Pistil Mad Bomber Fireworks Productions Oak Brook 8 8 INCH SHELLS * main body Brocade Purple Flickering w/Gold Strobe Pistil Brocade new/New Color Pistil Gold Wave to Purple to Red w/Pistil Gold Crown w/Kaleidescope Fist Crack Nishiki Kamuro w/Pistil Color Kaleidescope w/Glitt Pistil Eight Hearts w/Rising Leaves Purple 8 INCH SHELLS Oak Brook Finale 144 2.5" Assorted Color Peonies 288 Silver Comets 288 3" Finale Shells Dominator Color Finale Dominator Specialty Finale Kanto Mag Color Finale Kanto Comet and Color Finale Kanto Premium Color Finale Wizard Color Finale Wizard Specialty Finale Wizard Glittering Silver Finale Guandu Titanium Salutes 12 4" Finale Shells Vulcan Color Finale Wizard Color Finale Kanto Color Finale 8 5" Assorted Peonies and Chrysanthemums 4 6" Assorted Peonies and Chrysanthemums 6 5" Gold Nishiki Kamuro 2 6" Gold Nishiki Kamuro Mad Bomber Fireworks Productions File Number 7153-650-5 IFu v � D - \, G) IJ To all to whom these Presents shall Come, I, Jesse White, Secretary of State of the State of Illinois, do hereby certify that I am the keeper of the records of the Department of Business Services. I certify that NIIAND, INC., INCORPORATED IN INDIANA AND LICENSED TO TRANSACT BUSINESS IN THIS STATE ON JANUARY 31, 2018, APPEARS TO HAVE COMPLIED WITH ALL THE PROVISIONS OF THE BUSINESS CORPORATION ACT OF THIS STATE, AND AS OF THIS DATE,IS A FOREIGN CORPORATION IN GOOD STANDING AND AUTHORIZED TO TRANSACT BUSINESS IN THE STATE OF ILLINOIS. ., In TY timony hereof;I hereto set � , ,TAT ?. my hand and cause to be affixed the Great Seal of � r the State of Illinois, this 25TH day of FEBRUARY A.D. 2021 para „ •#4 ���•2Gn 1�Z Authentication#: 2105603678 verifiable until 02/25/2022 Authenticate at: http://www.cyberdriveillinois.com SECRETARY OF STATE NATE OF ILLINOIS OFFICE OF THE STATE FIRE MARSHAL DIVISION OF FIRE PREVENTION 1035 Stevenson Drive - Springfield, IL 62703-4259 Pyrotechnic Distributor License I I PLANET PRODUCTIONS/MAD BOMBER FIREWORKS 3999 E HUPP RD BLDG R-3-1 LA PO RTE, IN 46350 IL06-OP-00029 05/15/2024 License # ISSUE DATE -? OP Matt Perez EXPIRATION DATE STATE FIRE MARSHAL This license may be revoked by the Office of the State Fire Marshal for failure to comply with the lawful rules regulating this program. ILLINOIS Illinois Department of Natural Resources L1EpARTMENT Qf NATURAL RESOURCES Office of Mines and Minerals Caper#: 2166 PLANET PCl1F0i15 3999 E-: R3 ►� LA' 'CT , 430 HAS PAID THE IQL "FFE Afi3 lSERB�I ( SEfl A ' A IF-1 ERTI STORAGIE)C,� � S Not exceQin6JO, 6 wun�of exv osives V4,i3lr �e "41�irrols Earp es-Act1f `Ap ar e-d al uary 1% X011 Effective [safe�`''T172021 Certificate No.: 8856 xpires: Last day of February, 2022 Office f Mines and Minerals UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION HAZARDOUS MA'T'ERIALS CERTIFICATE OF REGISTRATION FOR REGISTRATION YEAR(S) 2019-2022 Registrant: MIAND INC DBA PLANET PRODUCTIONS ATTN: Kelley Hatfield Turley 3999 HUPP ROAD,BUILDING R-3-1 LA PORTE,IN 45350 This certifies that the registrant is registered istered with the U.S.Department of Transportation as required.by 49 CFR Part 107,Subpart G. This certificate is issued under the authority of 44 U.S.C. 5108. It is unlawful to alter or falsify this document. Reg.No: 062419550231BD Effective: July 1,2019 Expires: June 30,2022 RM Company Ill: 38154 Record Keeping Regnirements for the Registration Program The following must be maintained at the principal place of business for a period of three years from the date of issuance of this Certificate of Registration: (1) A copy of the registration statement filed with PHMSA;and (2) This Certificate of Registration Each person subject to the registration requirement must furnish that person's Certificate of Registration (or a copy)and all other records and information pertaining to the information contained in the registration statement to an authorized representative or special agent of the U. S.Department of Transportation upon request. Each motor carrier(private or for-hire)and each vessel operator subject to the registration requirement must keep a copy of the current Certificate of Registration or another document bearing the registration number identified as the"U.S.DOT Harmat Reg.No."in each truck and truck tractor or vessel(trailers and semi-trailers not included)used to transport hazardous materials subject to the registration t requirement. The Certificate of Registration or document bearing the registration number must be made available,upon request,to enforcement personnel. For information,contact the Hazardous Materials Registration Manager,PHH-52,Pipeline and Hazardous Materials Safety Administration,U.S.Department of Transportation, 1200 New Jersey Avenue;SE,Washington,DC 30590,telephone(202)366-4109. a ��"'��/"/�i�/✓ "�/ %��a, iii i��/�� ��a� Federal Explosives License/Permit U.S.Department of Justice Bureau U.S.C. Chapter 40) ureau of Alcohol,Tobacco,Firearms and Explosives In accordance with the provisions of Title XI,Organized Crime Control Act of 1970,and the regulations issued thereunder(27 CFR Part 555),you may engage in j the activity specified in this license or permit within the limitations of Chapter 40,Title 18,United States Code and the regulations issued thereunder,until the i expiration date shown. THIS LICENSE IS NOT TRANSFERABLE UNDER 27 C .R 555.53. See"WARNINGS"and'NOTICES"on reverse. l Direct ATF ATF-Chief,FELL I tc tise/Petln)t ! Correspondence To 244 Needy Road ;i Nuttier ? • i Martinsburg,WV 25405-9431 ; ' Chief Federal Explosives Licensing Cente (FELC} y. Lxpiratn ., Date November 0 1 t h IName } ( PLANET PROD/MAD BOMB F/WKS/NIGHT MAG DISP/SKY MPJ S Premises Address(Changes? Notify the FFT,C'at telt 10 days beforethtioVe 3999 E HUPP RD MIDWEST 1�Yih1_ Otl1G BLDG R 1 - � LA PORTS IN 46350- Type of License or Permit i 51-IMPORTER OF EXPLO81V Purchasing Certification=Stp � alit MailingAdce�z (Chalirs�, Iotlfy the.FELC of any changes.) `Ilse licensee or pennittee narned above shall use a y x licensee�to assist a ? transferor of explosives to verify the identity and the,i" of they ,t �� „ L 1 � 4 fit F ' C ; permittee as provided by 27 CFR.Part 555. The s% att eti co mu a ar( al MIAND INz siAtature. A faxed,scanned or e-mailed copy ofthe'ticA ,� tth a s"Mif-re q intended to be an original signature is acceptable. 'Ihe stgni ttr s i4b of the Fedefil n T PLANE#TW,?fs I IMA0 BOMB FANKS/NIGHT MAG Explosives Licensee(FEL)or a responsible person of the FELE I a' th "s a true ,DI permit copy of a license or issued to the licensee or penmrttea rugd-�y bu ' ss or operations specilicd above under"Type of L.icenso pr P , 1 P RD MIDWEST WAREHOUSING BLDG I - �'w TE,'IN 46350- Licens ermine(Responsible Person Signature Posttion/TiilP Printed Name Date AIV Form 5400.14/5400.15 par 1 Previous Edition is Obsolete WAN MtMf MWMMMUTW►nEHOMMomoaaseznasras Revised September 2011 Client Name T.H.E. Insurance Company Report Name Carrier Loss Run As of Date 11-07-2021 T.H.E.INSURANCE COMPANY (00 Carrier Loss Run setlgwick. As of Date:11-07-2021 Filter Name:MIAND INC Run Date:11-08-2021 File Num Date of Loss Cause Cd Desc Clmt Name Pd Ind Pd Med Pd Exp/Oth Tot Paid (Last-First) Clm Stat Desc Date Rep to Insured Nature/Result Desc WC Clm Type Fut Res Ind Fut Res Med Fut Res Exp Tot Fut Reserves Date Clm Closed Date Rep to Sedgwick State/Province of Loss Tot Recov Inc Ind Inc Med Inc Exp Tot Inc Policy Number-Carrier Name,Insured Name CPP010529901-T.H.E INSURANCE COMPANY,MIAND,INC. Carrier Policy Period 20170204(02/04/2017 TO 0 2/0 412 01 8) 176002-11 BI-1 08/01/2017 MISCELLANEOUS BI/PD SPASOFF,NICK 0.00 0.00 0.00 0.00 Closed 08/02/2017 Not Provided/NOC/Insufficient Data 0.00 0.00 0.00 0.00 03/10/2018 08/02/2017 IN 0.00 0.00 0.00 0.00 0.00 175884-11 PD-1 07/05/2017 Not Provided/NOC/Insufficient Data JOHNSON,DAWN 2,930.95 0.00 0.00 2,930.95 Closed 07/27/2017 Not Provided/NOC/Insufficient Data 0.00 0.00 0.00 0.00 08/22/2017 07/27/2017 MI 0.00 2,930.95 0.00 0.00 2,930.95 178613-11PD-1 07/04/2017 MISCELLANEOUS BI/PD MAIDENBERG 0.00 0.00 0.00 0.00 ASSOCIATES LLC Closed 03/09/2018 Not Provided/NOC/Insufficient Data 0.00 0.00 0.00 0.00 09/26/2019 03/09/2018 IN 0.00 0.00 0.00 0.00 0.00 20170204(02/04/2017 TO 02/04/2018)Totals COUNT: 3 2,930.95 0.00 0.00 2,930.95 0.00 0.00 0.00 0.00 0.00 2,930.95 0.00 0.00 2,930.95 CPP010529901-T.H.E INSURANCE COMPANY,MIAND,INC.Totals COUNT: 3 2,930.95 0.00 0.00 2,930.95 0.00 0.00 0.00 0.00 0.00 2,930.95 0.00 0.00 2,930.95 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 3 of 8 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. T.H.E.INSURANCE COMPANY (0) Carrier Loss Run Sedgwick, As of Date:11-07-2021 Filter Name:MIAND INC Run Date:11-08-2021 File Num Date of Loss Cause Cd Desc Clmt Name Pd Ind Pd Med Pd Exp/Oth Tot Paid (Last_First) Clm Stat Desc Date Rep to Insured Nature/Result Desc WC Clm Type Fut Res Ind Fut Res Med Fut Res Exp Tot Fut Reserves Date Clm Closed Date Rep to Sedgwick State/Province of Loss Tot Recov Inc Ind Inc Med Inc Exp Tot Inc Policy Number-Carrier Name,Insured Name CPP010529902-T.H.E INSURANCE COMPANY,MIAND,INC. Carrier Policy Period 20180204(0210412018 TO 02/04/2019) 181646-51CL-1 02/01/2019 Damaged Vehicle MIAND INC 994.33 0.00 0.00 994.33 Closed 02/12/2019 Dented 0.00 0.00 0.00 0.00 04/23/2020 02/12/2019 IN 0.00 994.33 0.00 0.00 994.33 179859-51CL-1 07/20/2018 Damaged Vehicle MIAND INC 0.00 0.00 868.00 868.00 Closed 07/23/2018 Dented 0.00 0.00 0.00 0.00 06/25/2020 07/23/2018 OH 0.00 0.00 0.00 868.00 868.00 179859-11 PD-2 07/20/2018 Damaged Vehicle Geico Insurance 7,120.00 0.00 1,525.75 8,645.75 Closed 07/23/2018 Cracked 0.00 0.00 0.00 0.00 06/25/2020 07/23/2018 OH 0.00 7,120.00 0.00 1,525.75 8,645.75 20180204(02/04/2018 TO 02/04/2019)Totals COUNT: 3 8,114.33 0.00 2,393.75 10,508.08 0.00 0.00 0.00 0.00 0.00 8,114.33 0.00 2,393.75 10,508.08 CPP010529902-T.H.E INSURANCE COMPANY,MIAND,INC.Totals COUNT: 3 8,114.33 0.00 2,393.75 10,508.08 0.00 0.00 0.00 0.00 0.00 8,114.33 0.00 2,393.75 10,508.08 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 4 of 8 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. T.H.E.INSURANCE COMPANY Carrier Loss Run ,,,d yb ick, As of Date:11-07-2021 Filter Name:MIAND INC Run Date:11-08-2021 File Num Date of Loss Cause Cd Desc Clmt Name Pd Ind Pd Med Pd Exp/Oth Tot Paid (Last First) CIm Stat Desc Date Rep to Insured Nature/Result Desc WC Clm Type Fut Res Ind Fut Res Med Fut Res Exp lot Fut Reserves Date Clm Closed Date Rep to Sedgwick State/Province of Loss Tot Recov Inc Ind Inc Med Inc Exp Tot Inc Policy Number-Carrier Name,Insured Name ELP001210400-T.H.E INSURANCE COMPANY,MIAND,INC. Carrier Policy Period 20160204(02/04/2016 TO 02/04/2017) No records found. 20160204(02/0412016 TO 02/04/2017)Totals COUNT: 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 ELP001210400-T.H.E INSURANCE COMPANY,MIAND,INC.Totals COUNT: 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 5 of 8 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. T.H.E.INSURANCE COMPANY 09) Carrier Loss Run sedgwick, As of Date:11-07-2021 Filter Name:MIAND INC Run Date:11-08-2021 File Num Date of Loss Cause Cd Desc Clmt Name Pd Ind Pd Med Pd Exp/Oth Tot Paid (Last—First) Clm Stat Desc Date Rep to Insured Nature/Result Desc WC Clm Type Fut Res Ind Fut Res Med Fut Res Exp Tot Fut Reserves Date Clm Closed Date Rep to Sedgwick State/Province of Loss Tot Recov Inc Ind Inc Med Inc Exp Tot Inc Policy Number-Carrier Name,Insured Name ELP001210401-T.H.E INSURANCE COMPANY,MIAND,INC. Carrier Policy Period 20170204(02/04/2017 TO 02/04/2018) No records found. 20170204(02/04/2017 TO 02/04/2018)Totals COUNT: 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 ELP001210401-T.H.E INSURANCE COMPANY,MIAND,INC.Totals COUNT: 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 6 of 8 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. T.H.E.INSURANCE COMPANY Carrier Loss Run �'a Vzliti , As of Date:11-07-2021 Filter Name:MIAND INC Run Date:11-08-2021 File Num Date of Loss Cause Cd Desc Clmt Name Pd Ind Pd Med Pd Exp/Oth Tot Paid (Last First) Clm Stat Desc Date Rep to Insured Nature/Result Desc WC Clm Type Fut Res Ind Fut Res Med Fut Res Exp Tot Fut Reserves Date CIm Closed Date Rep to Sedgwick State/Province of Loss Tot Recov Inc Ind Inc Med Inc Exp Tot Inc Policy Number-Carrier Name,Insured Name ELP001210402-T.H.E INSURANCE COMPANY,MIAND,INC. Carrier Policy Period 20180204(02/04/2018 TO 02/04/2019) No records found. 20180204(02/04/2018 TO 02/04/2019)Totals COUNT: 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 ELP001210402-T.H.E INSURANCE COMPANY,MIAND,INC.Totals COUNT: 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 7 of 8 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. T.H.E.INSURANCE COMPANY Carrier Loss Run sedgwick, As of Date:11-07-2021 Filter Name:MIAND INC Run Date:11-08-2021 File Num Date of Loss Cause Cd Desc Clmt Name Pd Ind Pd Med Pd Exp/Oth Tot Paid (Last_First) CIm Stat Desc Date Rep to Insured Nature/Result Desc WC CIm Type Fut Res Ind Fut Res Med Fut Res Exp Tot Fut Reserves Date Clm Closed Date Rep to Sedgwick State/Province of Loss Tot Recov Inc Ind Inc Med Inc Exp Tot Inc Grand Totals COUNT: 8 18,688.29 0.00 2,560.25 21,248.54 0.00 0.00 0.00 0.00 0.00 18,688.29 0.00 2,560.25 21,248.54 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any - Page 8 of 8 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. Insured: MIAND INC. DBA PLANET PRODUCT Policy Number: S18GLO1460 EVEREST LOSS RUN Policy Period: 02/04/2021-02/04/2022 as of Oct 15 2021 67VF.RV.:SN, Cancel Date: LOB: General Liability Claim Number Date of Loss Description of Loss Claimant Name Indemnity Paid Medical Paid Expense Paid Subro/ Deductible/ Total Paid Claim Status Date Reported Cause of Loss Driver/Class Cd Indemnity Reserve Medical Reserve Expense Reserve Salvage Recovery Total Reserve Closed Date Days Between Loss State/Loc-Veh Num Loss Subline Indemnity Incurred Medical Incurred Expense Incurred Total Incurred A2128517/ 07/04/2021 CLAIMANT HAS ALLEGED THAT DAVIS,JARED 0.00 0.00 0.00 0.00 4A2107322D HE SUSTAINED AN EYE INJURY 20001 AS A RESULT OF DE OPEN 07/21/2021 5,000.00 0.00 0.00 5,000.00 17 11-/0000006 Premises/Operations 5,000.00 0.00 0.00 0.00 0.00 5,000.00 Liability A2128519/ 07/04/2021 CLAIMANT IS CLAIMING EYE DAVIS,JARED 0.00 0.00 0.00 0.00 4A DAMAGES SUSTAINED AS A 2107357140001 RESULT OF FIREWORK DEB CLOSED 07/22/2021 0.00 0.00 0.00 0.00 08/11/2021 18 IL/0000006 Premises/Operations 0.00 0.00 0.00 0.00 0.00 0.00 Liability Sub Total for SubLine:Premises/Operations Liability:2 0.00 0.00 0.00 0.00 5,000.00 0.00 0.00 5,000.00 5,000.00 0.00 0.00 0.00 0.00 5,000.00 Sub Total for Line Of Business:General Liability:2 0.00 0.00 0.00 0.00 5,000.00 0.00 0.00 5,000.00 5.000.00 0.00 0.00 0.00 0.00 5,000.00 Sub Total for Policy Number:S18GLO1460-211 :2 0.00 0.00 0.00 0.00 5,000.00 0.00 0.00 5,000.00 5,000.00 0.00 0.00 0.00 0.00 5,000.00 Run Date: 11/2/2021 Page No 1 of 3 Insured: MIAND INC. DBA PLANET PRODUCT EVEREST LOSS RUN Policy Number: S18GLO1460 Policy Period: 02/04/2020-02/04/2021 as of Oct 15 2021 6-YE R1~%\ Cancel Date: LOB: Claim Number Date of Loss Description of Loss Claimant Name Indemnity Paid Medical Paid Expense Paid Subro/ Deductible/ Total Paid Claim Status Date Reported Cause of Loss Driver/Class Cd Indemnity Reserve Medical Reserve Expense Reserve Salvage Recovery Total Reserve Closed Date Days Between Loss State/Loc-Veh Num Loss Subline Indemnity Incurred Medical Incurred Expense Incurred Total Incurred No Claims for this Policy Period 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sub Total for SubLine: :0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sub Total for Line Of Business: :0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sub Total for Policy Number:S18GLO1460-201 :0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Run Date: 11/2/2021 Page No 2 of 3 Insured: MIAND INC. DBA PLANET PRODUCT EVEREST LOSS RUN Policy Number: S18GLO1460 Policy Period: 02/04/2019-02/04/2020 as of Oct 15 2021 F,YFRV,,%\ Cancel Date: LOB: Claim Number Date of Loss Description of Loss Claimant Name Indemnity Paid Medical Paid Expense Paid Subro/ Deductible/ Total Paid Claim Status Date Reported Cause of Loss Driver/Class Cd Indemnity Reserve Medical Reserve Expense Reserve Salvage Recovery Total Reserve Closed Date Days Between Loss State/Loc-Veh Num Loss Subline Indemnity Incurred Medical Incurred Expense Incurred Total Incurred No Claims for this Policy Period 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sub Total for SubLine: :0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sub Total for Line Of Business: :0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sub Total for Policy Number:S18GLO1460-191 :0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Grand Total of Selected Years for Policy Number:S18GLO1460:2 0.00 0.00 0.00 0.00 5,000.00 0.00 0.00 5.000.00 5,000.00 0.00 0.00 0.00 0.00 5,000.00 Run Date:11/2/2021 Page No 3 of 3 T.H.E.INSURANCE COMPANY (10) Design Your Own 3-Line Detail sedgwick., As of Date:01-04-2021 Filter Name:N11426- MIAND LOSS RUNS Acct Name Policy Num Struct Loc Code(03) File Num Date of Loss Date Rep to Sedgwick Clm Stat Desc Date Clm Closed Line Desc Event Desc State/Province of Tot Paid Tot Fut Reserves Tot Inc Loss Carrier Policy Period 20180204(02/04/2018 TO 02/04/2019) Line Code And Coverage Code AL-PD MIAND,INC. CPP010529902 N11426 179859-11 PD-2 07/20/2018 07/23/2018 Closed 06/25/2020 Auto Liability(3rd COLLISION DAMAGE OH $ 8,645.75 $ 0.00 $ 8,645.75 Party) AL-PD Totals COUNT: 1 $ 8,645.75 $ 0.00 $ 8,645.75 Line Code And Coverage Code AU-CL MIAND,INC. CPP010529902 N11426 179859-51CL-1 07/20/2018 07/23/2018 Closed 06/25/2020 Auto(1st Party) COLLISION DAMAGE OH $ 868.00 $ 0.00 $ 868.00 MIAND,INC. CPP010529902 N11426 181646-51CL-1 02/01/2019 02/12/2019 Closed 04/23/2020 Auto(1st Party) COLLISION DAMAGE IN $ 994.33 $ 0.00 $ 994.33 AU-CL Totals COUNT: 2 $ 1,862.33 $ 0.00 $ 1,862.33 20180204(02/04/2018 TO 02/04/2019)Totals COUNT: 3 $ 10,508.08 $ 0.00 $ 10,508.08 Grand Totals COUNT: 8 $ 21,248.54 $ 0.00 $ 21,248.54 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 4 of 4 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. T.H.E.INSURANCE COMPANY (0) Design Your Own 3-Line Detail sedgwlck, As of Date:01-04-2021 Filter Name:N11426- MIAND LOSS RUNS Acct Name Policy Num Struct Loc Code(03) File Num Date of Loss Date Rep to Sedgwick Clm Stat Desc Date Clm Closed Line Desc Event Desc State/Province of Tot Paid Tot Fut Reserves Tot Inc Loss Carrier Policy Period 20160204(02/04/2016 TO 02/04/2017) Line Code And Coverage Code AL-PD MIAND,INC. CPP010529900 N11426 171564-11 PD-1 07/04/2016 07/14/2016 Closed 08/16/2016 Auto Liability(3rd IV DAMAGED CLMT IN $ 3,272.81 $ 0.00 $ 3,272.81 Party) PROPERTY AL-PD Totals COUNT: 1 $ 3,272.81 $ 0.00 $ 3,272.81 Line Code And Coverage Code AU-CL MIAND,INC. CPP010529900 N11426 171564-41CL-2 07/04/2016 07/14/2016 Closed 12/06/2016 Auto(1st Party) IV DAMAGED CLMT IN $ 4,536.70 $ 0.00 $ 4,536.70 PROPERTY AU-CL Totals COUNT: 1 $ 4,536.70 $ 0.00 $ 4,536.70 20160204(02/04/2016 TO 02/04/2017)Totals COUNT: 2 $ 7,809.51 $ 0.00 $ 7,809.51 Carrier Policy Period 20170204(02/04/2017 TO 02/04/2018) Line Code And Coverage Code AL-PD MIAND,INC. CPP010529901 N11426 175884-11 PD-1 07/05/2017 07/27/2017 Closed 08/22/2017 Auto Liability(3rd IV DAMAGED CLMT MI $ 2,930.95 $ 0.00 $ 2,930.95 Party) PROPERTY Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 2 of 4 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited. T.H.E.INSURANCE COMPANY Design Your Own 3-Line Detail sedgwick, As of Date:01-04-2021 Filter Name:N11426- MIAND LOSS RUNS Acct Name Policy Num Struct Loc Code(03) File Num Date of Loss Date Rep to Sedgwick Clm Stat Desc Date Clm Closed Line Desc Event Desc State/Province of Tot Paid Tot Fut Reserves Tot Inc Loss AL-PD Totals COUNT: 1 $ 2,930.95 $ 0.00 $ 2,930.95 Line Code And Coverage Code GL-BI MIAND,INC. CPP010529901 N11426 176002-11 BI-1 08/01/2017 08/02/2017 Closed 03/10/2018 General Liability INJURED/DAMAGE BY IN $ 0.00 $ 0.00 $ 0.00 FIREWORK GL-BI Totals COUNT: 1 $ 0.00 $ 0.00 $ 0.00 Line Code And Coverage Code GL-PD MIAND,INC. CPP010529901 N11426 178613-11PD-1 07/04/2017 03/09/2018 Closed 09/26/2019 General Liability INJURED/DAMAGE BY IN $ 0.00 $ 0.00 $ 0.00 FIREWORK GL-PD Totals COUNT: 1 $ 0.00 $ 0.00 $ 0.00 20170204(02/0412017 TO 02/0412018)Totals COUNT: 3 $ 2,930.95 $ 0.00 $ 2,930.95 Confidential Information.Any accessing,acquisition,review,retransmission,dissemination or other use of,or taking of any Page 3 of 4 action in reliance upon the Sensitive Information by persons or entities other than an Authorized Recipient is strictly prohibited.