Loading...
HomeMy Public PortalAbout133-2015 - S & k Equipment & Co., Inc-motors and valvesORIGINAL PURCHASE AGREEMENT THIS AGREEMENT made and entered into this Q� day of D—tV/ w�&✓ , 2015 and referred to as Contract No. 133-2015 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and S & K Equipment Company, Inc., P.O. Box 342, Vincennes, Indiana 47591 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide and deliver two (2) Vaughan Model PE4K6CS-086 Vertical Pedestal Chopper Pumps with two (2) 15 HP Vaughan Drive Motors, two (2) Vaughan Model PE6W8CS-100 Vertical Pedestal Chopper Pumps with two (2) 7.5HP Vaughan Drive Motors, and two (2) Matco Model 120WC14 Swing Check Valves with 8" Flanged Ends, Cast Iron bodies, and Outside Levers and Weights, for the Richmond Sanitary District. A Request for Quotes containing Certain Specifications sent out October 7, 2015 has been made available for inspection by Contractor, is on file in the offices of the Department of Sanitation for the City of Richmond, is attached hereto as Exhibit "A," consisting of four (4) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Quotes is dated October 12, 2015 and is contained in its responsive markings on Exhibit "A," as well as its Exhibit `B", which Exhibit is attached hereto, consisting of two (2) pages, and is also hereby incorporated by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, services and warranties necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. Contract No.133-2015 Page 1 of 6 SECTION III. COMPENSATION City shall pay Contractor a total sum of Sixty -Two Thousand Seven Hundred Fifty Dollars and Zero Cents ($62,750.00) for complete and satisfactory performance of the work required hereunder. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Page 2 of 6 Coverage A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage Limits Statutory $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then Page 3 of 6 pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4 of 6 SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. hi the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: ue �MillerPresidej Date: /--IAIA�r APPROVED: Sarah L. Hutton, Mayor Date: / "CONTRACTOR" S & K EQUIPMENT COMPANY, INC. Title: -T IIt sctl s Date: a- I 1- I r Page 6 of 6 o PRICE REQUEST s o CITY OF RI=OND DE LIBERT1EidTOFSANTMOND,I THIS IS NOT AN ORDER PHONEE(76 )9AV450&FA iCHMOND,IND1AtJA47374 PHO, !E t765?983-7450.FAX f7651962-2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be S&K Equipment Company, Inc. attached hereto. This is NOT an order and the City reserves PO Box 342 the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below Vincennes, IN 47591 with signature; itemize 'all prices and charges where requested; and attach any explanation for any substitution to ATTN: Ted Simms specifications altered. Return in a seated envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: October 7, 2015 10:OOAM October 27, 2015 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for Vaughan Pumps, Motors and Swing Check Valves, Specification Sheet Is enclosed. Information on E-Verify, Local Preference and Iran Investments are enclosed for your review. Return the quote in a sealed envelope addressed to. Richmond Sanitary District Denise Johnson 2380 Liberty Avenue Richmond, IN 47374 Re: pumps, motors and valves Questions? Cali Jeff Lohmoeiler at 765-983-7464. Please include any Warranty Information with quote Quote Valid Until STATE TAX EXEMPTION # 003121909-001 NAME OF FIRM QUOTING: BY: AUTHORIZED BY SIGNATURE TITLE /u -ram /f DATE R/ a 4T -2 - Ggo,X- PHONE NUMBER EXHIBIT _.L PAGE _L_OF The Richmond Sanitary District is requesting quotes for the following Pumps, Motors and Swing Check Valves. Scum Pumn Vaughan Model PE4K6CS - 086 Vertical Pedestal Chopper Pump Consisting of. • Casing and Back Pull -Out Plate, cast ductile iron, with4" 125 lb. ANSI rated discharge flange. + Impeller, Cutter. Nut and Upper Cutter, cast steel, heat treated to minimum 60 Rockwell C Hardness. Impeller dynamically balanced. • Cutter Bar, plate steel, heat treated to minimum 60 Rockwell C Hardness. • Shaft, heat treated steel. • Bearings, ball type thrust and radial bearings, oil lubricated • Bearing Housing, cast ductile iron. • Flushless Mechanical Seal, cartridge type with SC faces and integral shaft sleeve, as manufactured by Vaughan. • Elastomers, Buna N • Pedestal Base with Inlet Flange, 6" 150 lb. ANSI rated forged steel elbow, pedestal mounted. Base plate fabricated from 1018 steel, complete with anchor bolt holes • Coupling, elastomeric type by TB Woods. • Motor Mount, 108 Steel, piloted for "C" flanged mounted motor. • Pump Standard Finish: treated with solvent wash and coated with Rodda Acrylic Urethane (1-3 MDFT). (Except Motor) Motor Vaughan Drive Motor -15 HP, 1800 RPM, 230/460/3/60, 1.15 SF, "C" Ranged TEFC electric motor. Date: /u -/;? - / Name of Company Quoting: S0/K f 6, e ..one Name ofperson iubmitiing quote: All Warranties on Items being quoted: Estimated delivery date once PO has been issued: 8^/2 k✓ee/! MO Quote is firm until: Cost of pump/motor and delivery. $ J 3 l 3 aoen, EXHIBITS PAGE' �P Mixed Liquor Pump Vaughan Model PE6W8CS-300 Vertical Pedestal Chopper Pump Consisting of: • Casing and Back Pull -Out Plate, cast ductile iron, with 6" 125 lb. ANSI rated discharge flange. • Impeller, Cutter Nut and Upper Cutter, cast steel, heat treated to minimum 60 Rockwell C Hardness. Impeller dynamically balanced. • Cutter Bar, plate steel, heat treated to minimum 60 Rockwell C Hardness. • Shaft, heat treated steel. • Bearings, ball type thrust and radial bearings, oil lubricated • Bearing Housing, cast ductile iron. • Flushless'Mechanical Seal, cartridge type with SC faces and integral shaft sleeve, as manufactured by Vaughan. • Elastomers, Buna N • Pedestal Base with Inlet Flange, 8" 150 lb. ANSI rated forged steel elbow, pedestal mounted. Base plate fabricated from 1018 steel, complete with anchor bolt holes • Coupling, elastomeric type by TB Woods. • Motor Mount, 1018 Steel, piloted for "C" flanged mounted motor. • Pump Standard Finish: treated with solvent wash and coated with Rodda Acrylic Urethane (1-3 MDFT). (Except Motor) Motor Vaughan Drive Motor — 7.5 HP, 900RPM, 230/460/3/60, 1.15 SF, "C" flanged TEFC electric motor. Date: to /�? -/S Name of Company Quoting: S-fK F4r'kJ:e2'"e 1 dnq ►> , -2;V Name of person submitting quote: h-..yy / G� � All Warranties on Items being quoted: Estimated delivery date once PO has been issued: 6� - /,;2 were /9Q0 Quote is firm until: // - / ;? -/ Cost of pump/motor and delivery: aIDe6�1 EXhIIBIT PAGE 3 OFF Srying_Check Valves Matco Model 12OWC14 Swine Check Valve with 8" Flaneed Ends. Cast Iron Sodv. and Outside Lever and Weieht: Date: %y: /.2 / S Name of Company Quoting: .5' 41<' ,-,/� (,dMa4zjV .Z- Name of person submitting quote: All Warranties on Items being quoted: Estimated delivery date once PO has been issued: ,7-q Quote is firm until: / / - /a /S Cost of Swing Check Valve and delivery: $� EXHIEIT A,__ PACE q OF It FA0aughan9� Vaughan Co., Inc. Standard Warranty Vaughan Co., Inc. warrants all pumps and pump parts manufactured by it to be free from defects in workmanship or material for a period of one (1) year from date of startup, provided that in no event shall this warranty extend more than eighteen (18) months from the date of shipment from Vaughan Co. If during said warranty period, any pump or pump parts manufactured by Vaughan Co. prove to be defective in workmanship or material under normal use and service, and If such pump or pump parts are returned to Vaughan Co.'s factory at Montesano, WA, or to a Vaughan authorized Service Facility, transportation charges prepaid, and if the pump or pump parts are found to be defective in workmanship or material, they will be replaced or repaired free of charge. Products repaired or replaced from the Vaughan Co. factory or a Vaughan authorized Service Facility under this warranty will be returned freight prepaid. Vaughan Co. assumes no liability for consequential damages of any kind and the purchaser by acceptance of delivery assumes all liability for the consequences of the use or misuse of Vaughan Co. products by the purchaser, his employees or others. Vaughan Co. will not be held responsible for travel expenses, rented equipment, outside contractor's fees, or unauthorized repair service or parts. This warranty shall not apply to any product or part of product which has been subjected to misuse, accident, negligence, operated in the dashed portion of the published pump curves, used in a manner contrary to Vaughan's printed instructions or damaged due to a defective power supply; improper electrical protection or faulty installation or repair. Wear caused by pumping abrasive or corrosive fluids is not covered under warranty. Equipment and accessories purchased by Vaughan Co. from outside sources which are incorporated into any Vaughan pump or any pump part are warranted only to the extent of and by the original manufacturer's warranty or guarantee if any. THIS IS VAUGHAN CO.'S SOLE WARRANTY AND IN LIEU OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, WHICH ARE HEREBY EXCLUDED INCLUDING IN PARTICULAR ALL WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. Vaughan Co. neither assumes, nor authorizes any person or company to assume for It, any other obligation In connection with the sale of its equipment with the exception of a valid Vaughan "Performance Guarantee" or "Extended Warranty," if applicable. Any other enlargement or modification of this warranty by a representative or other selling agent shall become his exclusive responsibility. EXHIBIT :B PAGE ._L_OF-2-- Warranty Acceptance Orders, whether verbal or written, are subject to acceptance by Matco- Norca, inc. Hereinafter referred to as the seller at Its Brewster, N.Y. office. No terms or conditions of buyers order contrary to sellers terms and conditions shall be binding upon seller unless specifically agreed upon by seller in writing. Sellers acceptance of orders shall occur by written acknowledgement or tender of delivery of goods and or services the subject hereof (goods), whichever occurs first. Conditions Prices And Sales Policy Until written confirmation of this contract has been received by buyer, all prices are subject to change without prior notice. We reserve the right to adjust orders to standard package quantities unless otherwise stated on buyers purchase order. We reserve the right to make product improvement without notice. If seller determines buyers credit is unsatisfactory or there Is reasonable doubt concerning buyers ability to pay, payment in advance may be required or buyer shall provide security for such payment in an amount and form acceptable to seller. Unless otherwise specified by seller, terms are 2% 10 days/net 30 days. Cash discounts apply to the value of goods at the net Invoiced value before transportation charges, taxes and additional duties. Unearned cash discounts will be charged back as an unpaid balance to the buyers account. Any past due amount is subject to a finance charge of 1-112% per month (18%per year) on the total past due balance In accordance with the Truth -In -tending act in Title 1 of the federal Consumer Protection act effective July 1,1969. Taxes All prices are exclusive of taxes and excises. Sales, use and other taxes, by whomsoever levied, are to be paid by the buyer and unless invoiced, are to be paid by buyer direct to the appropriate governmental agency. Buyers are required to furnish seller with a copy of their tax exemption of resale certificate, otherwise applicable state sales taxes will be charged. Delivery And Shipment Of Materials All goods are sold F.O.B. sellers warehouse. Delivery of material to a common carrier shall constitute delivery thereof to buyer and risk of loss shall pass to buyer at such time. Claims for damage to or loss of material In transit shall be filed by buyer direct with carrier. Buyer assumes all risks and liability for the results obtained by the use of material delivered hereunder. No claim of any kind, whether as to material delivered or for nondelivery or late delivery of material and whether based on negligence or otherwise, shall be greater in amount than the purchase price of the material in respect to which such claim is made. in no event shall seller be liable for indirect or consequential damages or for anticipated profits or loss of use of equipment. Returns And Cancellations Permission in writing and return authorization must be obtained from seller before any goods are returned. All returns must be prepaid; no collect shipments will bb accepted. All returns made for reasons other than defects are subject to a restocking charge. Discontinued goods are not returnable. Cancellation of orders may be made only with the sellers written consent and shall be subject to cancellation charges. Governing Law The entering into, construction, Interpretation, performance and discharge of the terms set forth herewith shall be governed in accordance with the laws of the state of New York. Limited One Year Warranty Effective July 1, 2009 Seller warrants the material to be free of defects in material and workmanship, under normal use, proper maintenance and proper operation, for a period of one year from date of delivery to a common carrier for shipment to buyer or his designated agent. The obligation of the seller is limited to (1) repair of the material, or (2) replacement of any component or components proven defective in material or workmanship, or (3) refund of the purchase price. Seller shall have no liability for the cost of removal or reinstallation with respect to any replaced or repaired product. The election of said remedies shall be determined by seller in its sole discretion and shall be considered final disposition. All implied warranties, including the implied warranties of merchantability and fitness for a particular purpose, are hereby disclaimed and excluded. This warranty is in lieu of all other warranties, guarantees, agreements and similar obligations or seller; in no event shall seller be liable for consequential or incidental damages. Claims No later than ten (10) days from receipt of material buyer will report, in writing, all claims for any damage, defects or shortages. All claims, including for alleged damaged or defective material, shortage negligence or any other cause whatsoever "(defective performance)`, shall deem waived unless made in writing within the ten (10) day period. However, any defective performance not discoverable within said ten (10) day period (Including that discoverable only in processing or in further manufacturing) shall be deemed waived unless made in writing and received by seller In writing within ninety (90) days after receipt or within ten (10) days after buyer teams of the alleged defect, whichever occurs first. Sellers liability shall in no event exceed the purchase price of the material in respect to which the claim is made, or at the election of seller at its sole discretion, and to repair or replacement of such material. Seller shall not be liable for, and buyer assumes all responsibility for, all personal injury and property damage resulting from handling, possession, use or resale of the material by buyer. In no event shall seller be liable for incidental or consequential damages, whether buyer's claim is in contract, negligence, or otherwise. If claim is made, buyer shall permit seller at setters option to reinspect the material at buyers plant or if seller so directs, buyer shall return the material at buyers expense to sellers facility for re -inspection. No material may be returned to seller without prior written permission from seller. Force Majeure Anything in this agreement to the contrary notwithstanding, it is expressly agreed that seller shall not be liable for any damages resulting from, and buyer shall not have the right to cancel this order because of any delays caused in whole or in part by fires, floods, windstorms, tornadoes, wars, riots, insurrections, strikes, lockouts sit-downs, slowdowns, or other labor trouble, causing cessation or interruption of operation or by accident, material shortages, labor or fuel shortages, or inability to procure tabor or materials, either on the part of the seller, or because any plant, plants or any portion thereof belonging to seller have been commandeered by the legally constituted public authority, or because of any priorities or preferences established for the manufacture, assembly or allotment of materials by order, decree, or to otherwise of the united states, or by any department, bureau, commission, committee, agent or administrator of any legally constituted public authority in any plant of seller, or any of its suppliers, or resulting from any other cause beyond the control of seller. MATCO-NORCA Global sourcing. National compliance. local service. CALIFORNIA 5593 Fresca Dr., La Palma CA 90623 • Tall Free: 866-532-8306 - Fax: 866-532-8307 TEXAS 1150 Silber Rd. Houston TX 77055 • Toll Free: 800-935-5456 • Fax: 713-680-2999 NEW YORK PO Box 27, Rt. 22, Brewster NY 10509 - Toil Free: 800-431-2082 • Fax: 845-278-9056 WEB: www.matco-norca.com EMAIL: mail@matco-norca.com �IBIT i3 1546L `li::W77 • _­"N SaKt=61-1 UN IU: Ili Ak,�,,,.; R[�r CERTIFICATE OF LIABILITY INSURANCE °0712012 1ATE 5 o7r2orzo15 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsementls). PRODUCER 3urkhart Insurance Agency Inc. 16 N.1st Street tincennes. IN 47591 Teri L. Goodwin ,,.. 812.882-3600 IAIC. Na,- 81 ------._ _.-___-------�_. INSURERA:Cincinnati Insurance Company_._ ... ....... .........._..._.._"_..._"-; _ INSURED S & K Equipment Com an _ - Company INsuRERB:CSU Producer Resources, Inc. Steve Gott _ P.O. Box 342 INSURER C __._._____.__._._.._...._.........._......__.___...._....._ _ _. _- Vincennes, IN 47591 JNsURER_g"____....._-_.____.__..---_.---._._____-_.____..__-____-----------_...._._..,___.i--------------------------------- _. 3 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. __...._, .. .... ................ ..__...__..._. _.,,,,_,__.—,,,,___.._ . INSR� ADDi.SiIB_.__.._..�._...._._..._.,,.,.._._.........._....--___"._PbLICYEPF"-i-"POLICYE1tP..,..____._.....___.__...,.,_.:.__.,._""__,._.<.__.....,.__.._,._.__,...,_..........___...__._.. LTR ; TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY ? M/DD/YYW i LIMITS A I X I COMMERCIAL. GENERAL LIABILITY r _ r j EACH OCCURRENCE S 1,000,000 , DAMAGE"TaAENTED—""-"""""""" CLAIMS•MADE X OCCUR ' EPP0143758 06/01/201506l01/2018 ! ; 500�00 PREMISEEaoccuRerxej__....;.5.._....__._._.__ , MEO EXP (Any onePerson) C S 5,00 PERSONAL & ADV INJURY S 1,000,00 GEITL AGGREGATE LIMIT APPLIES PER i GENERAL AGGREGATE S 2,000,00( PRO - `I___ POLICY j _ ----- I__ JECT L� LOC I_ -------- PRODUCTS - COMP/OP AGG S 2,000,00 - ! OTHER: ,. _ AUTOMOBILE A LIABILITY j ANY AUTO iEBA0143758 06101/2015 i 06/01/2016 COMBINED SINGLE LIMIT S 1,00Q00 (Ea accOe!i!) ._-_. �. ._-- __. -... BODILY INJURY (Per person) S ALL OWNED SCHEDULED ! `�` """ 1 X AUTOS N AUTOS I BODILY INJURY (Per acu S ent)4 .-_-_ _ _ - -. X_ X # NON -OWNED ! -_ C PROPERTY DAMAGE E a HIRED AUTOS _._ AUTOS iPe! a� �!t!l. 1 j X t t UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 1,000,00 - - A EXCESS LIAB CLAIMS•MADE; iEPPO143758 06I01120151 06/01/2018 AGGREGATE X 10,000jI iDE RETENTIONS Is i WORKERS COMPENSATION AND EMPLOYERS' LIABILnY ( !PER I TH• STATUTE + _ ER A EANY PROPRIETORIPARTNERIEXECUTNE Y / N �OFFICERIMEMBEREXCLUDED7 �iNIA I(Myyandatory in NH) I 1EWC 0247073-00 06/01/2016 ; 06/01/2016 •. r„_,_, I E L EACH ACCIDENT is 100,00 __._. i ...._.. ! El DISEASE • EA EMPLOYEES 100,0 er i nESC PTION OOF OPERATIONS betuw 3 1 E.L. DISEASE • POLICY LIMIT S 500100 A Transportation I �EPP0143758 106/0112015 j 06/01/2018 LIABILITY 150,00 B 'Rigging Coverage ICS00038563 06112120151 06/12/2016 PLIABILITY 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, AddItlonal Remarks Schedule, may be attached It more space Is requlr W i Office for plumbing supply wholesaler City of Richmond Department of Sanitation 2380 Liberty Ave Richmond, IN 47374 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED Teri L. G( 019'8-2014 AWRD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD