Loading...
HomeMy Public PortalAbout138-2017 - Culey Contracting - Westside intersection clean upw,aFFM=NT ORIGINAL THIS AGREEMENT made and entered into this ��day of October, 2017, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners and its Storm Water Management Board (hereinafter referred to as the "City") and Culy Contracting, Inc., 5 Industrial Park Drive, Winchester, Indiana 47394 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City retains Contractor to provide work for the West Side Interceptor Cleaning, which work shall include, but is not limited to, cleaning of over 9,000 linear feet of the West Side Interceptor in preparation for the flow metering required for final design of the West Side Interceptor Project. City published Notice to Bidders on August 27, 2017 and September 3, 2017 in the Richmond Palladium -Item newspaper for the West Side Interceptor Cleaning. A copy of said bid notice is attached hereto and incorporated herein by reference as Exhibit "A". The bid response of Contractor, dated September 26, 2017, for the Westside Interceptor Cleaning, is set forth and contained in Exhibit `B", which Exhibit `B" is attached hereto and incorporated herein by reference and made a part of this Agreement. Contractor shall provide all work and services for the 2017 Westside Interceptor Cleaning, as set forth above. Exhibit `B" also includes Contractor's itemized bid for this Project. 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. Contractor's services shall be performed in accordance with the standard of professional practice ordinarily exercised by the applicable profession under similar circumstances at the same time and in the locality where the services are performed. Professional services are not subject to, and Contractor does not provide, any warranty or guarantee, express or implied. 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; 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. 138-2017 Page 1 of 6 SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed One Hundred Seventy -One Thousand Seven Hundred Fifty -Five Dollars and Zero Cents ($171,755.00) for complete and satisfactory performance of the work required hereunder. The monies to be paid to Contractor are based upon the bid sheet submitted by Contractor, which is set forth in Exhibit "B", and attached with this Agreement and made a part hereof. The monies to be paid to Contractor shall be paid 50% by the Richmond Sanitary District and 50% by the Richmond Storm Water Department. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until sixty (60) days to substantial completion plus thirty (30) additional days for final completion. 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) 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, provided that Contractor was notified in writing of deficiencies, given ten (10) working days to cure deficiencies and failed to remedy such deficiencies. 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 to the extent caused by Contractor's negligent conduct or performance or non-performance of this Agreement; 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 fr6m the claims set forth below which may arise out of or result from the Contractor's negligent 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 FIX I: C. 1•1 L Coveraee Limits Worker's Compensation & Statutory Disability Requirements Employer's Liability $100,000 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 Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Errors & Omissions Insurance $1,000,000 per claim $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 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 Page 3 of 6 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. 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: 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. Page 4 of 6 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 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. The City hereby agrees to release and hold harmless the Contractor and all officers, employees or agents of the same from all liability which may arise in the course of City'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 remedies, Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, to the proportionate extent that Contractor is determined to be in breach of this Agreement. 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 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 i er, President �Aman B n reg s, Membeer Dated: /P —07 ! ,/ THE CITY OF RICHMOND, INDIANA, by and through its Storm Water Management Board Greg teins, President Sue Miller, Vice President L i r Dated: / V ;�L ly -- / —7 APPROVED: 1 David Snow, f 42�1 Dated: to_ "CONTRACTOR" CULY CONTRACTING, INC. Dated: 1 i " (3 "" 0 Page 6 of 6 NOTICE TO BIDDERS BOARD OF SANITARY COMMISSIONERS RICHMOND, INDIANA Notice is hereby given that sealed proposals will be received by the Board of Sanitary Commissioners of the Richmond Sanitary District of Richmond, Indiana at their office at the Administration Building, 2380 Liberty Avenue of said City on Tuesday, September 26, 2017, at 10:00 A.M. for furnishing the following in accordance with specifications on file at the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, and in the Office of Purchasing in the Municipal Building, 50 North Fifth Street, Richmond, Indiana. West Side Interceptor Cleaning All proposals shall be properly and completely executed on a Form No. 96 as prescribed by the State Board of Accounts of the State of Indiana. All proposals submitted shall be accompanied by an acceptable Bidder's Bond, Certified Check or Cashier's check made payable to the Richmond Sanitary District in the amount of 5% of the total bid price. If the bidder is from out-of-state, the Bidder's Bond must be secured by a Surety who is admitted to do business in Indiana. The successful bidder will be required to submit a Performance Bond in the amount of 100% of the bid price and a 100% Labor and Materials Payment Bond, prior to commencing work. Checks of the unsuccessful bidders will be returned on award of the proposals. Specifications and bid forms may be secured from the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana 47374 or from the Purchasing Office, 50 North 50' St., Richmond, Indiana 47374. All proposals should be placed in a sealed envelope marked "Confidential -Bid Proposal" on outside of envelope. A pre -bid conference will be held September 6, 2017 at 10:00 A.M. at Richmond Sanitary District, Administration Building, 2380 Liberty Avenue, Richmond, Indiana. You are strongly encouraged to attend this conference (meeting) as this will be the only one conducted. The Board of Sanitary Commissioners of the Richmond Sanitary District of the City of Richmond, Indiana reserves the right to reject any and all bids, parts of bids and re -advertise for same and to waive informalities or errors in bidding. Bidder will be required to comply with all applicable Equal Employment Opportunity laws and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY COMMISSIONERS Sue Miller Aman Bakshi Greg Stiens Publish Dates: August 27 h & September 3th, 2017 Exhibit A 'v\, D, INTECEPTOR 201" CLE NINIG --ND CC'TV- 61D SHEET `!3 t/2017 ProjectNo. Description Project Price item t !o Descnption Qt3 nit; s U!:it i rice Qtj Prik:v I �,I0i)lti7atiofi/'C)dmO6i[IZdti011 I i-5 $ 1,000.00 .5 1,000.00 >_ Traffic CoarrcL I Ls $ 3,000.00 n 3,000.00 Clean tium NIF! 1 51-039 to ivll-t 1 � 1-050 490 No Bid $ No Bid 4 Clean & CCTV frog! \,FH 1,31 •t)50 to Nil I i 81.049 56 E:\ S 7 $ 392.00 5 Clear: & CC"I V from NU IS I -k)4 9 to VfF1 L81.048 338 LF 3 7 .S 2,366.00 6 Clean & CCTV trom MH 18 t -048 to 4CH 181-086 96 LF D 7 $ 672.00 7 Clean & CCTV from tvl�l 181-086 to NU 118 t -047 200 LF $ 7 $ 1,400.00 8 Clean & CCTV from NL TH 18 1 -047 to bfH 18 t-046 301 LF $ 7 $ 2,107.00 9 Clean & CCTV from MH 181-046 to MH 181-045 231 LF $ 7 $ 1,617.00 10 Clean & CCTV from MH 181-045 to MH 181-044 103 LF $ 7 $ 721.00 11 Clean & CCTV from bQH IS 1-044 to MH 182-095 237 LF S 7 $ 1,659.00 12 Clean & CCTV from NIH 182-095 to MH 182-096 50 LF $ 7 $ 350.00 13 Clean & CCTV from t417-I 182-096 to MH 182-093 384 LF $ 7 $ 2,688.00 14 Clean & CCTV from rv1H 142-093 to MH 163-008 334 I.F $ 7 2,338.00 t5 Clean & CCTV frotn!VLH t63-008 to MIA 162-065 238 1,17 $ 7 _ $ 1,666.00 16 Clean & CCTV from V[H 162-065 to MH 162-066 toe LF 7 $ 1,022.00 17 Clean & CCTV from V1H 162-066 to kUl 162-067 97 Ll" $ 19 S 1,843.00 18 Clean & CCTV from MH 162-06 7 to MH 162-068 301 LF $ 19 $ 5,719.00 19 Clean & CCTV from i4U 1 162-068 to NN 162-069 131 LF •$ 19 $ 2,489.00 20 Clean & CCTV from NLI1 162-069 to L\/lH 162-070 56' LF $ 19 $ 10,773.00 21 Clean & "'CI v from NTH 162-070 to ii'vrH 162-071 75 t,F 5 19 $ 1,425.00 2' Chan S.;Ct:"-V from PdN 162-07I to �P�I 162-07; 574 LF b 19 — $ 10,526.00 — 23 Clean &CCTV from vIH 162-073 �-U to { 162-057 155 '.F $ - $ 2.945.00 2�1 ('lean &,. CCTV from MH t(i2-057 to ME tr;2-OGti 269 I_F �" 19 $ 5,111.00_ Page I of 2 Exhibit B k Cf T*,r il-)m, N,!H !D-2-096 T,,) MH 112-G'i 10; r 26 > 5,070.00 11, 314600 can Lk CC! 'w -004 M, \,UH 1 13-07! 101, 26 2,756.00 2S, Cicap. C( - 'v groin EMT- 143-0" ' to rMf 143-1)"i 39 LP 26 1,014.00 ,4 Clean CCTV `)mkfH 143-079 ul N111 143-057 i 86 ;.F $ 26 4,836.00 ,(I (,CTV Crum MH 143-057 n) Vj1j 143-059 16 ii 26 1,196.00 1,v rl.()m i'vfli 143-(M to �,[H 143-058 45 L,F 26 $ 1 170.0-0- 3 (-lean & CC'FV From NRT 14 3 J 153 to MIH. 143-068 lj7 i,i: 1; 26 $ 4,082.00 33 dean & C'CTV trorn, IAH 143-068 to i.1f 143-753 199 I, $ 26 5,174.00 34 Clean & CCTV rom L'vlh 143-053 to N41 I 143-04i 19 LF $ 26 $ 494.00 35 • Clean & CCTV frorn ',,M 143-045 to MH 143-069 190 LF $ 26 $ 4,940.00 36 Clean & CCTV 11rom -.\/[[I 143-069 to MH 143-039 208 LF $ 26 $ 5,408.00 37 Clean & CCTV From NN t43-039 to NfH 143-072 395 LF $ 26 $ 10,270.00 33 Clean & CCTV Crom fvfR t43-072 to NIH 143-083 347 LF $ 26 $ 9,022.00 39 Clean & CCTV from MH 143-083 to NCH 143-082 274 LF $ 26 7-124.00 40 Clean &,, CCTV from MH 143-082 to MH 144-003. 408 LF $ 26 10,608.00 41 Clean & CCTV from NLH 144-003 to MH 144-006 223 LF $ 26 $ 5,798.00 42 Clean & CCTV from N111 144-006 to 'v[H 144-005 137 [,F $ 26 $ 3,562.00 43 Clean A CCTV from NM 144-00i to MH 125-028 510 LF $ 26 $ 13,260.00 Clean & CCTV TV Crom MH 125-028 to NCH 125-0 18 302 LF $ 26 $ 7,852.00 45 Clean & CCTV from NLH 12 3 -013 m N/09 t2_5-017 421 LF 1 26 $ 1,144.00 Total ?rice: $ 171,755.00 1 1jave receivad addendum numbun, i) 0 ivid the prices in this bid vetltcl Iwse changes,tclarificacions. _2MLt7___ Date Page 2 of 2 Exhibit B CULYCON-01 BKRI CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 03/14/2017 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CpNTACT PRODUCER NAME: Van Meter Insurance Group (vcONN , Et): (859 263-2771 FAX 505 Wellington Way E-MaL - ) -- (A/C No):(859) 263-1999 Lexington, KY 40503 ADDRESS: INSURERtSZAFFORDING COVERAGE _ _ NAIC # INSURER A:Amerisure Insurance Come - 19488 INSURED INSURERB:Amerisure Mutual Insurance Company 23396 Cuy Contracting, Inc. INSURER C : _ 5Industrial Park Dr PO Box 29 INSURER D Winchester, IN 47394 INSURER E; INSURER F : DC\/IQIn►1 WIISIQCD• 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 TYPE OF INSURANCE IN DL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 11000,000 - - - - CLAIMS -MADE X OCCUR )( CPP209639301 04l01/2017 DAMAGE TO RENTED 04/01/2018 PREMISES LEI occurrence) $ 100,000 - 5'000 MEDEXP�Anyone arson $- _ -- - - -- 1,000,000 PERSONAL&_ADVINJURY _$_-__-. 2,000,000 GEN'L AGGREGATE LIMIT APPLIES S PER: ._ GENERAL AGGREGATE Ro- POLICY X JECT LOC PRODUCTS - COMP/OP AGG _ S 2,000,000 OTHER: COMBINED SINGLE LIMIT 1,000,000 A AUTOMOBILE LIABILITY (Ea accdent) _ X ANY AUTO CA209639201 04/01/2017 04/01/2018,BODILY INJURY TPerperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS ,BODILY INJURY Per accident) $ --- _ _..... pN WN AUTOS AUTO '. (Per acade t) DAMAGE $ . ONLY _ ONL� - $ B X UMBRELLA LIAB X OCCUR EACH. OCCURRENCE $ 9,000,000 EXCESS UAB CLAIMS -MADE CU209639501 04/01/2017 04/01/2018 AGGREGATE $ 9,000,000 DED X RETENTION $ 0 $ A WORKERS COMPENSATION X STATUTE AND EMPLOYERS' LIABILITY YIN. WC209639601 04/01/2017 _ERH 04/01/2018 E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE riM MB% EXCLUDED? NIA ,Mandatory in NH) !, E.L. DISEASE - EA EMPLOYEE. $ 1,000,000 If yes, descr be under OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF B Inland Marine IM209639401 04/01/2017 04/01/2018 ILeased/Rented Equip 150,000 B Installation Floater IM209639401 04/01/2017 04/01/2018 jDed $1,000 150,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, mey be attached if more space is required) Certificate holder is additional insured by written contract With respects to the general liability. 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 REPRESENTATIVE City of Richmond, IN 50 North Fifth Street Richmond IN 47374 ACORD 25 (2016/03) lJ 7`J88-LU 17 AIiVRN a.VRr VRA, IVR. ran „ynw ,cav, .v... The ACORD name and logo are registered marks of ACORD