Loading...
HomeMy Public PortalAbout070-2017 - Sanitary - Merrell Bros - Biosolid ManagementAGaM=m=N= ORIGINAL THIS AGREEMENT made and entered into this 3+hday of June, 2017, 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 Merrell Bros. Inc., 8811 West 500 North, Kokomo, Indiana 46901 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for hauling and land applying Richmond Sanitary District's Biosolids, A Request for Quote was made by City, which is on file in the office of the Department of Sanitation for the City of Richmond, which is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor to said Request for Quote is attached hereto and incorporated herein by reference as Exhibit `B". 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, and services 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. SECTION III. COMPENSATION For complete and satisfactory performance of the work required hereunder, City shall compensate Contractor as follows: Contract No. 70-2017 Page 1 of 7 Year 1—to December 31, 2017 Liquid Injection Operational Cost/Gallon of Bio-Solids Operation Cost/Year of Bio-Solids Belt Pressing Operational Cost per Gallon Mobilization Cost Demobilization Cost $0.043 Gallon Hauled $430,000/Based on 10,000,000 gallons $0.0897/Gallon Dewatered $ 2,787.00 $ 2,787.00 Year 2: January 1, 2018 to December 31, 2018 (if option to renew exercised by City) Liquid Injection Operational Cost/Gallon of Bio-Solids Operation Cost/Year of Bio-Solids Belt Pressing Operational Cost per Gallon Mobilization Cost Demobilization Cost $2017 price + Consumer Price Index (CPI) adjustment (Delivery services) $ To be mutually determined $ 2017 price + CPI (delivery service) $ 2,925.00 $2,925.00 Year 3: January 1, 2019 to December 31, 2019 (if option to renew exercised by City) Liquid Injection Operational Cost/Gallon of Bio-Solids Operation Cost/Year of Bio-Solids Belt Pressing Operational Cost per Gallon Mobilization Cost $2018 price + Consumer Price Index (CPI) adjustment (Delivery services) $ To be mutually determined $ 2018 price + CP1(delivery service) $ 3,075.00 Page 2 of 7 Demobilization Cost $3,075.00 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until and including December 31, 2017, with an option to renew at the rates set forth above for year 2018 and with an option to renew for the rates set forth above for year 2019. 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 manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the 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 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 date this Agreement is terminated, 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. Coverage Limits Page 3 of 7 A. Worker's Compensation & Statutory Disability Requirements C ME Employer's Liability Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury Section 2. Property Damage $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 pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. Page 4 of 7 SECTION VIIL 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: 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; 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. 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 5 of 7 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 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. 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 parties, 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 estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other 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. In 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. Page 6 of 7 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: Sue Miller, President By an Bak esident Gr Member Date: a--,*), 7-/ "CONTRACTOR" MERRELL BROS. INC. By. Printed: Terry Me ell Title: Date: 6 ' z ?- I? r APPROVED: avi M. Sno , J City of Richm nd, Indiana Z Page 7 of 7 2017 REQUEST FOR PROPOSAL RELATED TO HAULING AND LAND APPLICATION OF LIQUID DIGESTED BIOSOLIDS MATERIAL The Richmond Sanitary District, is requesting quotes from firms who are interested in providing professional services for hauling, land application, and report generation on a monthly and annual basis. (Attached is the Richmond Sanitary District Land Application Permit) Background: The Richmond Sanitary District has land applied biosolids to farm fields for 25 years. The Richmond Sanitary District has in the past generated approximately 8,000,000 gallons (or 1200 to 2000 dry tons) of biosolids annually, at -approximately 4 percent solids concentration. Now, as the Richmond Sanitary District continues sewer construction and combined sewer separation as part of its Long Term Control Plan, the volume of solids in the treatment plant has increased. This trend is expected to continue for some time. We expect to generate approximately 10,000,000 gallons of biosolids annually with some variation from year to year. The solids concentration will remain relatively constant at approximately 4 percent. The Richmond Sanitary District has the capacity to store six million gallons of liquid biosolids. We generally request our biosolids to be hauled and applied in the Spring, Mid -Summer and Late Fall/Winter. Situations beyond our control such as extended wet weather conditions or excessive solids loadings into our plant may dictate that we need additional biosolids handling. These situations will most likely need alternative measures such as hauling to centralized waste handling facilities or portable belt pressing. The work for which the quote is requested consists of hauling liquid digested biosolids materials from the Richmond Sanitary District's wastewater treatment plant to permitted disposal sites at various times during the year. The prospective firm will be required to maintain a positive relationship with the farmers and/or landowners who have provided their sites for our biosolids application activity. The prospective firm must also maintain a minimum of 3400 acres of permitted farmland for biosolids application for the sole use of the Richmond Sanitary District. • The Scope of Work for Liquid Injection of Biosolids will include but will not be limited, to the following: List price breakdown of each applicable item on the attached Price Request Sheet: 1. Provide equipment to haul and to land apply the Richmond Sanitary District's liquid biosolids. 2. Provide belt pressing equipment on an as needed basis during situations when normal land application of liquid biosolids is not practicable. List your response time in an emergency situation. • RSD will provide the following: water, 6" pump and tipping fees at the Landfill. • Contractor will supply the following: all belt pressing equipment, generator to supply power to belt press, polymer, dump trucks and employees to run all necessary equipment. Contractor will pull sample for RSD lab technician to perform Filtrate test'to meet 200-500 mg/1 limit on TSS or a 90-95% feed solids capture rate to ensure a good filtrate. Price to reflect these requirements. • Mobilization and demobilization costs to be a separate line item on proposal sheet. 3. Does your firm have centralized storage facility/facilities? If not, list your alternative plan. 4. Conform to all local, state, and federal guidelines, rules, and regulations, while performing the work necessary for land application of biosolids, in accordance to Richmond's Land Application Permit. 5. Provide all labor as deemed necessary to load and transport the biosolids. 6. Maintain contact with the landowners and farmers on a regular basis to ensure the fields are ready for biosolids application. 7. Provide all documentation and reports as require by the Indiana Department of Environmental Management (IDEM) to show that the biosolids application is consistent with the agronomic loading rates required for the sites and associated crops. The prospective firm must be able to provide all necessary documentation for these sites. 8. Provide monthly and annual reports and documentation as required by local, state, and federal agencies, to the Richmond Sanitary District's Operator of Record in a timely manner. 9. The Richmond Sanitary District will work with your firm but we are asking for a turnkey operation. (Responsibility of the Contractor) — This is a "Turnkey Operation" it will be your responsibility maintain all permits, sample farm fields, meet and to coordinate with the farmer when you can land apply. It will be your responsibility to verify staging areas and follow IDEM set backs and follow all IDEM rules and regulations. 10. The Contractor is responsible for ensuring all monitoring and analysis is conducted of the biosolids according to the Permittee's land application permit for each 30-day period in which land application occurs and in which each day land application occurs. 11. Price request based on 10,000,000 gallons of biosolids hauled annually. This amount could be more or less based on operational circumstances. 12. The Richmond Sanitary District will pay for fuel separately for the injection machines, sludge tanker trucks and pumps if required. Your firm will be required to submit signed fuel tickets with the equipment name/number/field location to the Richmond Sanitary District. The Richmond Sanitary District will contract with another vendor directly for the purchase of this fuel. All of your equipment is expected to be full of fuel before operations begin. This equipment will then be fueled up after operations are finished before equipment leaves the site. The contractor will be required to purchase their own fuel to get to Richmond. No fuel 2 shall be purchased for equipment other than what has been specifically listed and no fuel shall be purchased for equipment once it has left Richmond. Please respond with the following if you are interested: 1. Provide the history and location of your firm. 2. Provide financial statements, under all company names. 3. Provide a list of equipment necessary to perform the hauling and land application of liquid digested biosolids materials; this also includes belt pressing equipment. (Indicate if the equipment is owned or leased). 4. Provide comparable work experience for the last 5 years and at least three references (please include name, address, phone number and contact person for reference check. 5. Describe your firm's overall understanding of the project and your methodology and management plan to complete the task. 6. Provide resumes of all personnel who will be working on the project. 7. Indicate your level of availability to haul biosolids for the Richmond Sanitary District for the length of the proj ect's contract. 8. Please provide a list of resources and an estimated response time when the Richmond Sanitary District requests your services. 9. Provide years of experience with biosolids with similar size cities. 10. Provide and describe your overall knowledge of rules and regulations for land application in Indiana, Wayne County and surrounding counties. 11. Certificate of Liability Insurance including Worker's Compensation must be included ( must meet the City of Richmond, IN requirements) 12. Certificate of Pollution Liability Insurance. Must provide written evidence that he/she has obtained for the period of the Contract, full Pollution Liability Insurance for a limit of not less than ten million ($10,000,000) dollars. 13. E-Verification Form has to be filled out. (Included) 14. Iran Investment Activities (Included) Length of Contract: 1— Year (2017) with two (2) 1-year options to renew year - 2 (2018) and year - 3 (2019), Contract will begin day of signing of both parties until December 31, 2019. Three copies of the Statement of Qualifications and Proposals must be received no later than May 9tb at 10:00 A.M. at 2380 Liberty Avenue, Richmond, Indiana 47374. The Statement of Qualifications and Proposal must be in a sealed envelope marked "Statement of Qualifications and Proposal - Biosolids". To The Board of Sanitary Commissioners. If you have any questions please call Jeff Lohmoeller (WWTP/ Maintenance Manager) at 765-983-7464. Tim Orrill (Lab) at 765-983-7473. 3 0- (, 3 ATTACHMENTS: 1. Price request page. 2. Richmond Sanitary District's Land Application Permit. PRICE REQUEST FOR HAULING & LAND APPLICATION MANAGEMENT OF LIQUID DIGESTED BIOSOLIDS RICHMOND SANITARY DISTRICT 2380 Liberty Avenue Richmond, IN 47374 (765) 983-7450 Price Request Sheet Contractor Name: Date: YEAR-1(2017) Liquid Injection Operational Cost/Gallon of Bio-Solids $ Operational Cost/Year of Bio-Solids $ Belt Pressing Operational Cost per Gallon $ Mobilization Cost $ Demobilization Cost $ YEAR - 2 (2018) Liquid Injection Operational Cost/Gallon of Bio-Solids $ Operational Cost/Year of Bio-Solids $ �4 5 Belt Pressing Operational Cost per Gallon Mobilization Cost Demobilization Cost YEAR - 3 (2019) Liquid Injection Operational Cost/Gallon of Bio-Solids Operational Cost/Year of Bio-Solids Belt Pressing Operational Cost per Gallon Mobilization Cost Demobilization Cost a, • CERTIFICATE OF INSURANCE INCLUDED (must meet the City of Richmond, IN requirements) YES NO_ • CETIFICATE OF POLLUTION INSURANCE YES NO • E-VERIFICATION FORM FILLED OUT: • HUN INVESTMENT ACTIVITIES YES NO YES NO n d PRICE REQUEST FOR HAULING & LAND APPLICATION MANAGEMENT OF LIQUID DIGESTED BIOSOLIDS Price Request Sheet RICHMOND SANITARY DISTRICT 23 8 0 Liberty Avenue Richmond, IN 47374 (765) 983-7450 Contractor Name: Date .YEAR-1(2017) Liquid Injection Operational Cost/Gallon of•Bio-Solids Operational Cost/Year of Bio-Solids Belt Pressing Operational Cost per Gallon Mobilization Cost . Demobilization Cost YEAR - 2 (2018) Liquid Injection MERRELL BROS., INC. 05.05.2017 $ 0.043/GALLON HAULED $ 430 000 00/BASED ON 10,000,000 GALLONS $ 0 0897/GALLON DEWATERED $ 2 787.00 $ 2,787.00 Operational Cost/Gallon of Bio-Solids $ 2017 PRICE + CPI (DELIVERY SERVICES) Operational CostNear of Bio-Solids $ TBD 2018 PRICES = 2017 PRICES PLUS CONSUMER PRICE INDEX (CPI - DELIVERY SERVICES - CUUR000SEECO2) SEE ATTACHED 5 ■ Belt Pressing Operational Cost per Gallon Mobilization Cost Demobilization Cost YEAR - 3 (2019) Liquid Injection $ 2017 PRICE + CPI (DELIVERY SERVICES) $ 2,925.00 $ 2,925.00 Operational Cost/Gallon of Bio-Solids $ 2018 PRICE + CPI (DELIVERY SERVICES) Operational Cost/Year of Bio-Solids $ TBD Belt Pressing Operational Cost per Gallon $ 2018 PRICE + CPI (DELIVERY SERVICES) Mobilization Cost $ 3,075.00 Demobilization Cost $ 3,075.00 2019 PRICES = 2018 PRICES PLUS CONSUMER PRICE INDEX (CPI - DELIVERY SERVICES - CUUROOOOSEECO2) SEE ATTACHED • CERTIFICATE OF INSURANCE INCLUDED (must meet the City of Richmond, IN requirements) YES X NO • CETIFICATE OF POLLUTION INSURANCE YES X NO • &VERIFICATION FORM FILLED OUT: YES x NO • IRAN INVESTMENT ACTIVITIES YES x NO 31 A to Z Index I FAQs- I About BLS I Contact Us Subscribe to E-mail Updates Follow Us l what's New I Release Calendar I Blog Search BLS.gov Q Home I Subjects I Data -Tools I Publications I Economic Releases I Students 1 Seta Databases, Tables & Calculators by Subject SHARE oN ®i NrsrZEa: Change Output Options: From: � To: zoi7 ❑ include graphs ❑ include annual averages More Formatting Optionsmoo, Data extracted on: May 5, 2017 (2:06:39 PM) CPI All Urban Consumers (Current Series) Series Id: CUUROOOOSEECO2 Not Seasonally Adjusted Series Title: Delivery services in U.S. city average, all urban consumers, not seasonally adjusted Area: U.S. city average Item: Delivery services Base Period: DECEMBER 1997=100 Download: Wilks San Feb Mar Apr May Sun lul Aug Sep Oct Nov Dec HALF1 HALF2 179.473 181.004 180.016 180.904 181.768 185.340 184.637 185.310 186.559 185.718 186.957 189.551 r 202.959 202.517 201.888 203376 210.018 214.766 217.415 222.169 222.674 218.620 215.851 199.456 199.746 191.518 195.461 193356 192.641 194321 195.086 202343 201.884 203.240 201.651 202.732 220396 223.992 225.281 225351 227.449 227.835 226.742 225.636 225.563 226.769 226.993 228.422 1 243.925 245.103 247.182 248.924 255.502 256.359 1255.646 255.607 256.044 254337 254.626 254.464 2012 266.283 264.020 263.709 266.746 267.028 268.843 264.966 261.667 262.611 266.599 268.363 267.265 2013 273.984 273.075 275.005 279.099 277.683 275,.266 1284.254 272.093 272.659 272.886 273.731 276.443 275.890 2014 283.321 285.144 284.472 282.467 284.430 284.202 284.297 282.698 282.432 281.201 279.056 2015 288.754 285.917 281.970 283.574 282.741 283.638 285.092 284.061 282.526 276.742 280.757 281.351 2016 282.675 278.888 278.337 275.798 278.438 277.914 277.999 278.106 275.658 274.069 274.116 275.589 2017 288.969 1288.967 290.017 1 1 12-Month Percent Change Series Id: CUUROOOOSEECO2 Not Seasonally Adjusted Series Title: Delivery services in U.S. city average, all urban consumers, not seasonally adjusted Area: U:S. city average Item: Delivery services Base Period: DECEMBER 1997=100 . Download: q'_Jaw Year San j Feb Mar Apr May Jun Jul Aug Sep Oct Nov I Dec HALF1 HALF2 2007 5.11 6.4 5.5 5.9 6.0 7.0 5.5 6.0 6.4 5.4 7.1 10.5 2008 13.1 11.9 12.2 12.4 15.5 15.9 17.8 19.9 19.4 17.7 15.51 5.2 2009 -1.6 1 -5.4 -3.2 -4.9 -8.3 -9.5 -10.3 -8.9 -9.3 -7.0 -6.61 1.6 2010 103 17.0 15.3 16.5 18.1 17.2 16.2 11.5 11.7 11.6 12.6 12.7 2011 10.7{ 9.41 9.7 10.5 12.3 12.5 12.7 13.3 13.5 12.2 12.2 11.4 2012 9.2 7.71 6.7 7.2 4.51 4.91 3.6 2.4 2.6 4.8 5.4 5.0 2013 2.9 3.4 4.31 4.6 4.0 2.41 2.7 4.2 3.9 2.7 3.0 3.2 014� 3.4j 4.4 3.4 1.2 2.4 33 4.5 4.3 3.6 3.2 1.7 1.1 �2015 1.9 0.3 -0.9 0.4 -0.6 -0.2 0.3 -0.1 -0.1 -2.0 -0.2 0.8 016 -2.1 -2.5 -13 -2.7 -1.5 -2.0 -2.5 -2.1 -2.4 -1.0 -2.4 -2.0 2017 2.2 3.6 4.2 I RECOMMEND THIS PAGE USING: g, Facebook; Twitter LinkedIn m y Affidavit of Employment Eligibility Verification io The Contractor, MERRELL BROS., INC. , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. -If Contractor is self-employed and does -not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the workieligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. The Contractor has required Contractor's subcontractors to certify to -the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the terra of a contract with a subcontractor. I hereby verify under the penalty ofperjury that the foregoing statement is flue. Datedthis STHdayof- MAY 2017 (signature) 9 TERRY MERRELL r. (printed name) P Policy Number: Q® Date Entered: CERTIFICATE OF LIABILITY INSURANCE DATE 1219 MIDD/YYYY) 2/9/2016 S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 2TIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES .OW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE .ISSUING INSURER(S), AUTHORIZED )RESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,, subject to terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the :ificate holder in lieu of such endorsementlsl. cfd Group, Inc. dba cfd Group 2704 S. Goyer Rd. Kokomo, IN 46902 Serrell Bros., Inc. 8811 W. 500 N. Kokomo, IN 46901 CERTIFICATE NUM IS TO CERTIFY THAT THE POLI NAM" E:Steve Collins PHONE (765)453-9600 FAX A/c No: (765)553-3603 c-MAJL s:bradQcfdgroup-ins.com ADDRE A:General Casualty Ins..Co. of WI INSURER C :Lloyd' s INSURER D : Roc i INSURER E: ' NUMBER: NAIC C1ES OF INSl,nwvk M L.IJ I tU bI=LUW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD ;ATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS TIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, LUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF . MM/DD POLICY EXP MM/DD LIMITS COMM ERCIALGENERAL LIABILITY CLAIMS -MADE ® OCCUR EACH OCCURRENCE $1, 000, 000 PREMISES R occurrence $ 100, 000 Contractual Liab CCI 0577312 12/19/2016 12/19/2017 MED EXP (Any one person) $5,000 PERSONAL &ADV INJURY $ 1, 000, 000 GENERAL AGGREGATE $2,000,000 EMLAGGREGATE LIMIT APPLIES PER: ® PRO- ❑ PRODUCTS-COMP/OP AGG $ 2, 000, 000 POLICY JECT LOC OTHER: lrOMOBILELIABILITY COMBINED SINGLE LIMIT Ea accident $1,000,000 ANYAUTO BODILY INJURY (Per person) $ ALTO.SCHEDULED 5UT0S AUTOS CBA 0577311 12/19/2016 12/19/2017 BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS AUTOS $ Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 10, 000, 000 EXCESS LIAR CLAIMS -MADE C-'C.'U 0577309 XS013947- 00 12/19/2016 12/19/2016 12/19/2017 12/19/2017 AGGREGATE $�lO,000,OOO DED RETENTION$ lO, 000 Each OCC. /Agg. $1, 000, 000 IRKERS COMPENSATION PER OTH- EMPLOYERS' LIABILITY YIN STATUTE 17 ER VPROPRIETORIPARTNER/IXECUTNE FlCERIMEMBEREXCLUDED7 N❑ NIA CWC 0577310 12/19/2016 12/19/2017 E.L.'EACHACCIDENT $1 r000, 000 E.L. DISEASE - EA EMPLOYE $ 1 000 000 mdatory in NH) es, describe under SCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT s1,0001000 _ ollution/Prof.Liab. PC C 4917770 12/19/2016 12/19/2017 Each Claim/Agg. 10,000,000 ent/Borrow/Leased CCI 0577312 12/19(2016 12/19/2017 Equipment/Ded. 500, 000/1, 000 esign Build/Prof . Lia N164453 06/22/2016 06/22/2017 Each Claim 1,000,000 TION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Flr•n� . t;ANGLLLATION Merrell Bros., Inc. 8811 W. 506 N. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Kokomo, IN 46901 ACCORDANCE WITH THE POLICY PROVISIONS. / AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION.. All rights reserved - The (2014/01) The ACORD name and logo are registered marks of ACORD 9 Fork Boss Plus software. www.Fo"sBoss.com; Impressive Publishing 800-208-1977