Loading...
HomeMy Public PortalAbout160-2016 - Sanitation - ESG Laboratories - Water TestingAGREEMENT ORIGI,V44 THIS AGREEMENT made and entered into this 30-'Aday of etembto- , 2016, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and ESG Laboratories, 5940 West Raymond Street, Indianapolis, IN 46241 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for analysis of WWTP, domestic/industrial wastewater, river sampling and digester analysis, consisting of industrial'domestic wastewater, and the treatment plant, which shall include all necessary sample bottles plus weekly pickup at 2380 Liberty Avenue, Richmond, Indiana. All reports will be delivered via e-mail or facsimile transmission to the address or number provided by City, which may be amended from time to time, within fourteen (14) working days of receipt of the samples. All final reports will consist of an original signed copy with chain of custody attached. A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond, consisting of two (2) typewritten pages, which is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor to said Request for Quotes is attached. hereto and incorporated by reference herein as Exhibit "B", consisting of eight (8) typewritten pages. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as. Exhibits, 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, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. 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(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION 11. 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. SECTION 111. COMPENSATION City shall pay Contractor at the rates indicated in Exhibit "B" in an amount not to exceed Thirty Three Thousand Nine Hundred Seventy-nine Dollars and 00/100 ($33,979.00) per year. Contract No. 160-2016 1 I Page SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until in effect to an including December 31, 2017. This City shall have the option to renew this Agreement, for the rates stated above, for the years 2018 and 2019. Should the City elect to renew this Agreement, it shall notify Contractor of this intent prior to the expiration of the Agreement, upon which Contractor agrees to execute such a renewal. The scope of services nor the consideration agreed to herein shall change in any subsequent renewal of this Agreement, unless otherwise agreed to by the parties in a writing executed with the same formality of this document. 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 thirty (30) 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 manner its obligations under this Agreement; b. submission of a report, other work, product, or advice, whether oral or written, by the Contractor to lite City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c, ineffective or improper use of funds provided under this Agreement; d. suspension or tennination 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. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty (30) days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. 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. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence 13. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $ 1.000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice.. -'Errors R Omissions insurance $1,000,000 each occurrence $2,000,000 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 slate's worker's compensation law, Contractor may choose to comply with all provisions of its home slate'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 affulrring 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 die violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider 3 1 Page 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 (lye public interest or public property, the City may allow this Agreement to remain in effect until Ole City procures a new contractor. If this Agreement is terminated under this section, then 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 htdiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board 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 Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board 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 Board 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, terns, 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 money 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. 4 1 Page C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OFLIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION X1. MISCELLANEOUS This Agreement is personal to the parties licreto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the patties, their successors and assigns. This document 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. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. 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 any suit arising out of this Contract 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. By executing this Agreement, Contractor is estoppel from bringing suit or any other action in any alternative forum, venue, or in front of any outer tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In 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 in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. hi the event that an ambiguity, 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. 5 I. Page 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. 6,CIWI The City of Richmond, Indiana, by and through its Board o a itary Commissioners . Sue Miller, President Dated: APPROVED: Dave Snow, Mayor Dated: I — 16 �' "CONTRACTOR" ESG Laboratories. BY: _ (Printed): i-Ro,, G • 2i, sJo e> Title: Rio c f 0.r� M owo� Dated: 6 1 page CONTRACT REQUEST FORM 1. Date contract needed (Clerk or agenda deadline): 12i31/2016 Date Submitted to Law*: 2016 2. Board/Commission that will approve contract Board of Sanitary Commissioners 3. Has bid been awarded? Yes Date awarded or expected: 11/22/2016 4. Is this a Common Construction Wage Project? NIA 5. Brief description of work to be performed or supplies to be furnished: Contractor fbr laboratory analysis for the Sanitary District 2017, 2018 and 2M 6. Name and address of Contractor to be retained; 13nvironmentat Service Group $940 West Raymond Street Indianapolis. IN 46241 7. What method was used to request bids? (check one) Request for Proposals (RFP) X Request for Quotes (RFQ) Bid Specifications State Quantity Purchase Agr. Bid (QPA) 8. What date was the Bid Specification/RFP/RFQ/QPA sent out or requested? October 27.2016 9. Date of Contractor's Response/Proposal/Bid. November 8. 2016 to. Did the Contractor supply you with all necessary certificates of insurance, warranties, etc.? fig;, 11. In what office are the Bid SpecificadonsAW/Bid lists on file with the City? Sanitery District 12. Attach Contractor's response unless longer than ten (10) pages. If longer than ten (10) pages, in what office is Contractor's response filed? Sam, itigy-.District - 13. Amount to be paid to Contractor 3S 3 979 (lab services for 2017); 533,979 (jab servi��g far 20181• S333 979 Cab services far 20191 Term of Contract: Ono(]) year contract with oMions for two (2_) addidonal one Year to from siBnim of contract until December 31.2019 14. Any other relevant information: 15. Submitted By: Tim L. Orrin Department: Sanitation *Please complete and return, along with all attachments or exhibits, at Ieast one (1) week before the contract is needed for ifs Agenda deadline. Much 2009 Exhibit "A" PRICE REQUEST CITY OFRYCHMOND DEPAR'fIIEWOF SANITA110N sue LIDERTYAYLNUE.RiCtt16MA RUANA47374 p)rw. (j&5) 0l3.7450.FAXI7r<sl 901.760 VEND, Environtnenta( Service Group 5940 West Raymond Street Indianapolis, IN 46241 DATE: REPLY MUST DE IN BY: October 27, 2D10 10:0WA on November 8, 2018 THIS IS NOT AN ORDER INSTRUCTIONS This (s a roquest for a pace for Big services of material& described below. Any addliond epecHIieatbns may be attached hereto. This is NOT an order and the Clty Waives the dpht to accept at or part, or daclkA the endro proposd, p:saso comp!ate your full time and phone number below with stnstuts; Bambe ON pikes and charges whom requaslcd; and attach any explanaibn for any substitution to specifications @Noted. Return In a ceded anvolope, In care of Richmond sanitary District Bonrd of Commissioners 10 the admldslrailen binding at the address above by the scodAad data and Ame to be conoldered PAYMENT TERMS: DELIVERY REQUIRED: UPON REcel T Op INVOICE DELIVERED DESCRIPTION This is a request for quotes for 2017 through 2019 Contract Lob Duties. Please see attached specifications and bid sheets. Please include a Certificate of insurance (Including Workman's Compensation) with quote. E-Verify requirements enclosed. Please return I eat nd the proposal shoot by tho above due date Ina soiled onvolo o to Rfcitmond Sanitary Disfriel Deniso joltnson, Cuato3ner Service Wringer 2380 Libetly Avenue mchmond, IN 47374 Re; 2017-2019 Lubm•atofy OD Quoted Price 2017:$-3-aI'' Quoted Price 2019:$ 32, 1-11. -- QUestions7 Cali Tim OfTill at 766-963-7447. STATE TAX EXEMPTION 0 003121909.001 Richmond S ary District Quoted Price — Quoted Valid UnQ1: Zo1'1 NAME OF FIRM QUOTING: AS01041 GAXPI-5014" J't &.. &aldt0+aeENrr�.� S%2utg 6r up BY: • auT::owsto sr sialutuaa LABoRhToR4 M��-�?- - — rr DATE PHONE tIUMBER I*W ESG Laboratories $940Y1e%1RWneud Su4er Lwsju^ V146241 Peon t311} 290.14r1 FaX (M) 290.1970 11107/2016 Denise Johnson City of Richmond Department of Sanliaflon 23a0 Liberty Avenue Richmond, IN 47374 Subjeeb 2017 2019 Laboratory PrfCA Quotation ESO Laboralodes Is pleased to provide Ole fovowing quotation for analysis of WWTP, dornesticlrnduslriel wastewater, river sampling and digester analysis for the 20172019 calendar year. Pdcklg Includes afl necessary sample bottles plus weekly pickup at 2380 Liberty Avenue, Richmond, Indiana. Reports will be delivered by a -mall or FAX Atthin 14� ±� tl f cus days of re d1pt of samples. The final report Will consist of an odgfnal signed copy �Y . We appreciate the opportunity to provide this pricing to you. if you have any questions or comments, please contact me at (317) 290-1471 or by e-mail at rb'scha astburlgrouo.oQ1}1 thank you, Mr. Ray C. Blsche Laboratory Manager ESG Laboratories RCB Enclosures: Exhibit "B" Richmond Coanact Lab Quote Request p.2 laliuen". at EMucult 52 times /year (tivo locations-104 ludividual samples 1104 parameters)) rao ometer Copper deleufon limit &, /�i 0.0050 Inlluent&r wary/ SecondwrWeinol Efteah 6 times / year (four locations-24 Individual samples per parantelor 1432 pRrAmeiers)) ' op mmeler detedton ltM11 LM9 Arsenic 0.0100 Mercury, (245.1) 0.0002 Cadmium 0.0100 Chromium 0.020 Lead 0.0010 Molybdenum 0.020 Nickol 0.020 Zino 0.020 Seknium 0.005 Antimony, 0.010 Beryllium 0•OQ4 Silver 0.005 Thwum 0.010 Hardness (CaCO3) 50.0 TICK 0.100 Nitrate -Nitrite Nitrogen 0.500 Total Dissolved Solids 1.0 COD 10.0 Oil and Meuse 10.0 Amenable Ci4- <0.004 laftuentll,innl EMU*ntt 2 times / year (two locations-4 ladlvldual samples plus requlrca QC samples (4 paramete�,slL_.._.. ' PPOMM e, Mercury, ()631 Ray E) dA/eetiorr Ikaft AgIJ7 0.05.1.0 InHuent/lrlaai g muent! 4 times / year (two locations-8 individual samples per Analytical >tiletbod 124 Anolydcsl;4fc h eomplef4 Was) remelt VOCs (Method 624) plus 11Cs+ Acid Exlraeiables/ Base-Veutrai Compounds (Method 625) drieeNon !unit W lowest acblevable—must stipulate glusTiCs• loivcst achtcveble—mwt siipuiata pcyticide&CBs (Method 608) plus lowest aehieyabk--muststipulate, TICS* t Richmond Request for Quota, p3 1 times gene (2518cattaus-75 individual samples per parameter 11425 parameters]) dataritau.11rnlL(tRPa Arseftic 0.0100 Mmury (245.1) 0.0 0.01000 Cadatium ChromiumOA20 Copper - 0.0050 0.0010 Lead 0.0p Molybdenum 0.020 Nckcl 0.010 Zinc 1010 Oil do Ultra 0.0050 Tow Cyanide 0.0050 Total Phenols 0.050 Aluminum 0.005 Selcaium 0.005 Silver 0,10 TitN Nitrogen as Nitn(a 0.20 Ammonia—N 0.10 1 time I year (20 locations--20 Individual samples per Analytical Method 160 Analytical r"elbod complete scans) parameter yD Wptbod 624) Acid Etitractabled gesc-Neutmi Compounds (Method 625) pesticijemclu (Method 608) detoCtfon lrmil (pg/f) low 'pulate lowest veldevable —must aUpulett lowest achievable —mum stipulate Richmond Rcgnest forQaote. p.4 DIVER SAMOA 2 times / year (eleven locntions-22 Individ aei sompEts per perrmeter (440 parameters)) �_�..•... le...0 /.rcR) Arsenio 0.0100 CBOAS ' 2.0 0.0100 Cadmn= CUD 10.0 10.0 umhoskm Conductivity 020 Chromium Copper 0.0050 Total Hardness SO.II 0.000S Ma ury (245.1) 0.100 Ammonia—•N 0.0 Nickel Nltrato•Nitrite 0'50� 00 & Grease 10.0 00010 Lwd Toll Cyatdde .00 0050 Total xjcldaht Nitrog- 0.100 Total Phosphorus as P 0.010 Total Suspended Solids 1.00 zloo 0.010 DIGES '> R SAr�4'iltS 6 tie or (S locations approslmately 178 total analysis) PAromeler 17-021 COMM Solids. Percent Total Arsenic Cedmhun Copper Lead h(crcwy hiolybdennm Nickol Seboh m Zinc pol)thtoriaated biphenyls (PCBs) Total Nbrorert Ammonia Nitrogen NierateNitrogea Phosphorus Potassium PAN Caktbdous Anaerobic lad Aerobic (utilize; YK11) Volatile Acids AWAY (as CAC03) 4"ay VSR Yetatile Orpflks plusTICS* BLmMoubal/Acid Fxtractab)es plus TICS+ Pesdridesdierbicidas phte TICS' VnCs rafcr to "Teatadvaty identified Compounds' NOTEt AS results except volatila adds and dllatinitymusl ba reported on vet weight AND drywcight basis t 1 r'linnf*m RA19 ESGLABOR ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/06/2017 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 endorsement(s). PRODUCER ONI Risk Partners, Inc. P.O. Box 80159 CONTACT Christopher Ensm_ inger PHONE 317-706-9594 FAX 317-706-9794 A/C, No, Ext): (A/C, No): _ E-MAIL ADDRESS: christop g her.ensmin er@onirisk.com _ _.. INSURER(S) AFFORDING COVERAGE NAIC it Indianapolis, IN 46280-0159 INSURER A: Cincinnati Insurance Co. 10677 317 575-9999 INSURED ESG Laboratories 5940 West Raymond Street Indianapolis, IN 46241-1729 INSURER B : Bridgefield Casualty Insurance 10335 INSURER C Greenwich Ins Co - XL Environme 22322 INSURER D INSURER E. INSURER F : rnvGoer_Gc CERTIFICATE NLIMRER: REVISION NUMBER: vTHIS 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WV POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DDrrNY LIMITS A GENERAL LIABILITY EPP0174375 1/01/2017 01/01/2018 EACH OCCURRENCE $1,000,000 PREMISES Eaoccu ante $500 0 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) - $10 000 CLAIMS -MADE 1:9 OCCUR PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ X POLICY PRM LOC A AUTOMOBILE LIABILITY EPP0174375 1/01/2017 01/01/201 COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X PROPERTY DAMAGE Per accident $ X HIRED AUTOS AUTOS A X UMBRELLALIAB X OCCUR EPP0174375 1/01/2017 01/01/201 EACH OCCURRENCE s2,000,000 AGGREGATE s2,000,000 EXCESS LWB CLAIMS�u1ADE DED I I RETENTION $ $ B WORKERS COMPENSATION 019642136 1/01/2017 01/01/201 WC OTH- X TORYLI ITS ER E.L. EACH ACCIDENT $500OOO AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N E.L. DISEASE - EA EMPLOYEE 500,000 OFFICER/MEMBER EXCLUDED? � N / A (Mandatory in NH) E.L. DISEASE -POLICY LIMIT I s500,000 If yes, describe under DESCRIPTION OF OPERATIONS below C Professional & PECO02455109 1/01/2017 01/01/2018 $1,000,000 Per Claim Contractors Poll $1,000,000 Aggregate Legal Liability DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Richmond Sanitary Dist. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2380 Liberty Avenue ACCORDANCE WITH THE POLICY PROVISIONS. Richmond, IN 47374-0000 AUTHORIZED REPRESENTATIVE ll 1voo-4V IV n...vr�u vv.v v.�i+..v... r... .y...... .............. ACORD 25 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD ##S1394506/M1394479 ICENS