HomeMy Public PortalAbout054-2018 - Rumpke - recyclingAG"EMENT ORIGINAL
THIS AGREEMENT made and entered into this 31 day of April, 2018, by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners 50 North 51h Street, Richmond, Indiana 47374 (hereinafter referred to as the
"City") and Rumpke of Ohio, Inc., 10795 Hughes Road, Cincinnati, Ohio 45251 (hereinafter
referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor for the purchase and removal of recyclable materials from the
Material Recovery Facility (MRF) located at the Richmond Sanitary District, 2380 Liberty
Avenue, Richmond, Indiana.
City sent a Specifications for Purchasing of Recyclables on January 24, 2018, seeking quotes
from contractors for the purchase and removal of recyclable materials from the MRF. The
Specifications for Purchasing of Recyclables is attached hereto and incorporated herein by
reference as Exhibit "A".
The response of Contractor, dated February 13, 2018, is contained in Exhibit "B", which Exhibit
"B" is attached hereto and incorporated herein by reference and made a part of this Agreement.
Exhibit `B" also includes the Contractor's billing rate 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 practice ordinarily exercised by similar recyclable operations under similar
circumstances at the same time and in the locality where the services are performed.
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 54-2018
Page 1 of 7
SECTION III. COMPENSATION
Contractor shall pay City a sum not to exceed the amounts set forth below in Exhibit "B"
(Contractors Attachment # 1), for removal of recyclables from the Richmond Sanitary District:
a. Baled Plastic #1-PETE
Contractor will pay $0.025 per ton under the Chicago Average from the
Secondary Materials Pricing Report. Bales must conform to industry standards,
such as metal ties.
Baled Plastic#2-HDPE (clean/natural)
Contractor will pay $0.025 per ton under the Chicago Average from the
Secondary Materials Pricing Report. Bales must conform to industry standards,
such as metal ties.
Baled Plastic#2-HDPE (mixed/colored)
Contractor will pay $0.025 per ton under the Chicago Average from the
Secondary Materials Pricing Report. Bales must conform to industry standards,
such as metal ties.
d. Baled Newspaper
Contractor will pay $7.50 per ton under Chicago High Side from the PPI Pulp &
Paper Report, Transacted paper stock prices for baled newspaper. Bales must
conform to industry standards, such as metal ties.
e. Baled Office Paper
Contractor will pay $10.00 per ton under Chicago High Side from the PPI Pulp
& Paper Report, Transacted paper stock prices for baled SOP (sorted office
paper). Bales must conform to industry standards, such as metal ties.
Baled Aluminum Cans
Contractor will pay $0.045 per ton under the Chicago Average Waste News
pricing for baled steel aluminum cans. Pricing is based on no contamination,
such as plastic and minimal moisture content.
g. Baled Steel Cans
Contractor will pay $0.03 per ton under the Chicago Average Waste News
pricing for baled steel cans. Pricing is based on no contamination, such as plastic
and minimal moisture content.
h. Baled Corrugated Cardboard
Contractor will pay the Chicago High Side from the PPI Pulp & Paper Report,
transacted paper stock prices for baled cardboard. Bales must conform tc
industry standards, such as metal ties.
Glass (clear/colored)
Contractor will accept both clear and colored glass at a charge of $304.69 per
haul. No rebate.
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, 2020.
Page 2 of 7
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 from 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.
Coverage
A. Worker's Compensation &
Disability Requirements
B. Employer's Liability
C. Comprehensive General Liability
Section 1. Bodily Injury
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
Page 3 of 7
Section 2. Property Damage
$1,000,000 each occurrence
D. Comprehensive Auto Liability (if applicable)
Section 1. Bodily Injury
Section 2. Property Damage
E. Comprehensive Umbrella Liability
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each occurrence
$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
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
Page 4 of 7
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 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.
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.
Page 5 of 7
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.
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.
Any person executing this Contract in a representative capacity hereby warrants that he or she has
authorization, in writing, by his or her principal to execute this Contract on behalf of the
Contractor and that such authorization has not been revoked or rescinded.
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
ue filler, President
Page 6 of 7
RUMPKE OF OHIO, INC.
By: CJQ� q,
ell, r
(Printed): William J. Rumpke, Jr.
man Bakshi, Vice President
Gre Stiens, Member
Dated:
APPROVED:
Title:
President
Dated: 5/31 /18
Page 7 of 7
PRICE REQUEST
A
+; O
L
4 0
C1W OF MCHMOND
DEP223880 M VEO JEF .RICHMOND, MIANA47374 THIS IS NOT AN ORDER
PHONE (765) 983-7450.FAX (765) 962-2669
VENDOR
INSTRUCTIONS
This is a request for a price for the services of materials
described below. Any additional specifications may be
attached hereto. This is NOT an order and the City reserves
the right to accept all or part, or decline the entire proposal.
Please complete your full name and phone number below
With signature; itemize all prices and charges where
requested; and attach any explanation for any substitution to
specifications altered. Return in a sealed 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:
January 22, 2018
10:30 A.M. on February 13, 2018
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This is a request for quotes for the Purchase and Removal of Recyclable Material from the Material Recovery
Facility (MRF) located at the Richmond Sanitary District-2380 Liberty Avenue, Richmond, Indiana.
The period of services will be from the signing of the contract until December 31, 2020.
Please see attached listing:
Return the quote in a sealed envelope addressed to: Richmond Sanitary District
Denise Johnson, Customer Svc Mgr
2380 Liberty Avenue
Richmond, IN 47374
Re: Purchase/Removal of Recyclable Material
Questions? Call Tim Lingear at 765-983-7478.
Please include Certificate of Insurance with quote.
STATE TAX EXEMPTION # 003121909-001
NAME OF FIRM QUOTING:
M
AUTHORIZED BYSIGNATURE
TITLE
Richmond Sanitary District
Exhibit "A" Page 1 of 3
DATE
PHONE NUMBER
Specifications for Purchasing of Recvclables
For
Richmond Sanitary District
The following is a record from 2017 of all recycling material distributed:
Recycling Material, Weight, and Number of Bales
Cardboard 41886
31 Bales
41002
28 Bales
40896
28 Bales
40060
30 Bales
42413
30 Bales
41319
29 Bales
41302
29 Bales
Newsprint 41032
26 Bales
42039
28 Bales
41838
30 Bales
41991
29 Bales
Office Paper 41120 29 Bales
PET-#1
41769
33 Bales
40886
30 Bales
41798
35 Bales
HDPE Color
39377
30 Bales
40942
32 Bales
41131
37 Bales
Steel
39838
21 Bales
40072
24 Bales
Aluminum
41187
39 Bales
Natural HDPE 39635
38 Bales
Totals for 2017
Material
Weight
Bales
Ave./Monthly
Cardboard
(144.439 Tons)
205
17.08 Bales
Newsprint
(83.45 Tons)
113
9.41 Bales
Office Paper
(20.56 Tons)
29
2.41 Bales
PET-#1
(62.23 Tons)
98
8.17 Bales
Natural HDPE
(19.82 Tons)
38
3.17 Bales
HDPE Color
(60.72 Tons)
99
8.25 Bales
Aluminum
(20.59 Tons)
38
3.17 Bales
Steel
(39.96 Tons)
45
3.75 Bales
Exhibit "A" Page 2 of 3 ,
Please list purchasing price per ton as shown below:
Baled Plastic #1— PETE
$
/ton
Baled Plastic #2 — HDPE (clean/natural)
$
/ton
Baled Plastic #2 — HDPE (mixed/colored)
$
/ton
Baled Newspaper
$
/ton
Baled Office Paper
$
/ton
Baled Aluminum Cans
$
/ton
Baled Steel Cans
$
/ton
Baled Corrugated Cardboard
$
/ton
Glass (clear/colored)
n
All bales will conform to industry standards —such as metal ties.
Hours of operation for loading purposes will be from 8:00 A.M. to 2:00 P.M. due to visibility and thru
traffic.
Exhibit "A" Page 3 of 3
PRICE REQUEST
D A
O
u' y
* i!
CM OF MCHMOND
DEPARTMENT OF &OUATION
2380 T MERTY AVWUF..1Ua1v D,11,MDWA 47374
PHONE (765) 983-7450.FAX (765) 962-2669
THIS IS NOT AN ORDER
VENDOR
. INSTRUCTIONS
This is a request for a price for the services of materials
described below. Any additional specifications may be
Rumpke Of Ohio
attached hereto. This is NOT an order and the City reserves
the right to accept all or part, or decline the entire proposal.
William Rumpke
Please complete your full name and phone number below
i 0795 Hughes Road
g
with signature; itemize all prices and charges where
requested; and attach any explanation for any substitution to
CincinnatiOH 45251
specifications altered. Return in a sealed 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:
January 24, 2018
10:30 A.M. on February 13, 2018
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This is a request for quotes for the Purchase and Removal
of Recyclable Material from the Material Recovery
Facility (MRF) located at the Richmond Sanitary District-2380 Liberty Avenue, Richmond, Indiana.
The period of services will be from the signing of the contract until December 31, 2020.
Please see attached listing:
1
Return the quote in a sealed envelope addressed to:
Richmond Sanitary District
Denise Johnson, Customer Svc Mgr
2380 Liberty Avenue
Richmond, IN 47374
Re: Purchase/Removal of Recyclable Material
Questions? Call Tim Lingear at 765-983-7478.
Please include Certificate of Insurance with quote.
STATE TAX EXEMPTION # 003121909-001
NAME OF FIRM QUOTING:
RUMPRE OF OHIO, INC.
BY: ,, 1
U AUIHORIZED BY SIGNATURE
William J. Rumpke, Jr. -President
TITLE
2/8/18 (513) 851-0122
Richmond Sanitary District
Exhibit "B" Page 1 of 6 1 DATE
PHONE NUMBER
Specifications for Purchasing of Recyclables
For
Richmond Sanitary District
The following is a record from 2017 of all recycling material distributed:
Recycling Material, Weight, and Number of Bales
.Cardboard
41886
31 Bales
41002
28 Bales
40896
28 Bales
40060
30 Bales
42413
30 Bales
41319
29 Bales
41302
29 Bales
Newsprint
41D32
26 Bales
42039
28 Bales
41838
30 Bales
41991
29 Bales
Office Paper
41120
29 Bales
PET-#1
41769
33 Bales '
40886
30 Bales
41798
35 Bales
HDPE Color
39377
30 Bales
40942
32 Bales
41131
37 Bales
Steel
39838
21 Bales
40072
24 Bales
Aluminum
41187
39 Bales
Natural HDPE 39635
38 Bales
Tota Is for 2017
Material
Weight
Bales Ave./Monthly
Cardboard
(144.439 Tons)
205 17.08 Bales
Newsprint
(83.45 Tons)
113 9.41'Bales
Office Paper
(20.56 Tons)
29 2.41 Bales
PET-#1
(62.23 Tons)
98 8.17 Bales
Natural HDPE
(19.82 Tons)
38 3.17 Bales
HDPE Color
(60.72 Tons)
99 8.25 Bales
Aluminum
(20.59 Tons)
38 3.17 Bales
Steel
(39.96 Tons)
45 3.75 Bales
Exhibit "B" page 2 of 6 I
Please list purchasing price per ton as shown below:
Baled Plastic #1— PETE $ See Attachment/ton
Baled Plastic #2 — HDPE (clean/natural) $ See Attachment /ton
Baled Plastic #2 — HDPE (mixed/colored) $ See Attachment /ton
Baled Newspaper $ See Attachment /ton
Baled Office Paper $ See Attachment/ton
Baled Aluminum Cans $ See Attachment/ton
Baled Steel Cans $ See Attachment /ton
Baled Corrugated Cardboard $ See Attachment /ton
Glass (clear/colored) $ See Attachment /ton
All bales will conform to industry standards —such as metal ties.
Hours of operation for loading purposes will be from 8:00 A.M. to 2:00 P.M. due to visibility and thru
traffic.
Exhibit "B" Page 3 of 6
F=1
Waste & Recycling Services
PURCHASING OF RECYCLABLES
RICHMOND SANITARY DISTRICT
Attachment #1 RUMPKE BID 2018
Baled Plastic #1— PETE
Rumpke will pay $0.025 under the Chicago Average from the Secondary Materials
Pricing Report. Bales must conform to industry standards, such as metal ties.
Baled Plastic #2 — HDPE (clean/natural)
Rumpke will pay $0.025 under the Chicago Average from the Secondary Materials
Pricing Report. Bales must conform to industry standards, such as metal ties.
Baled Plastic #2 — »PE (mixed/colored)
Rumpke will pay $0.025 under the Chicago Average from the Secondary Materials
Pricing Report. Bales must conform to industry standards, such as metal ties.
Baled Newspaper
Rumpke will pay $7.50 under Chicago High Side from the PPI Pulp & Paper Report,
Transacted paper stock prices for baled Newspaper. Bales must conform to industry
Standards, such as metal ties.
Baled Office Paper
Rumpke will pay $10.00 under Chicago High Side from the PPI Pulp & Paper Report,
Transacted paper stock prices for baled SOP (sorted office paper). Bales must conform
to industry Standards, such as metal ties.
Baled Aluminum Cans
Rumpke will pay $0.045 under the Chicago Average Waste News pricing for baled
Aluminum Cans. Pricing is based on no contamination, such as plastic and minimal
moisture content.
Baled Steel Cans
Rumpke will pay $0.03 under the Chicago Average Waste News pricing for baled Steel
Cans. Pricing is based on no contamination, such as plastic and minimal moisture
Content.
Bales Corrulzated Cardboard
Rumpke will pay the Chicago High Side from the PPI Pulp & Paper Report, transacted
Paper stock prices for baled Cardboard. Bales must conform to industry standards, such
as metal ties.
Glass (clear/colored)
Rumpke will accept both clear and colored glass at a charge of $304.69 per haul. No
rebate.
Exhibit ,,B" Page 4 of 6
PRICE WATCH: Recovered Papery a Domestic
February 5, 2018
US$ pei shoe ton lot open ma'kel purenases by mills FOB sc418rs 11ocK for deireq
Mis month
(Further spec firalirxls belcm.)
lrvoipara q OBdal Soard Markels
NOMPast
LA -SF
New EngWtro Nan lark Buffalo
Nldnrast
(Chicago)'
Southeast, Southwest'
LA SP Poci6e N1L''
M.J.EL FAPER
_
Mbced Pape$ (54) 1SYtl^ (.10) 15-2a (.16) 15.20 (.10)
2025
(40)
25•30 (4) 20.25 1.10)
15.20 (20) S•10 (-20) 0.5 (46)
9RDWN GRADES
80.b cA l4)•OBM' 115.125 (49) i0D•110 (+% 100.119 (+M
8D85
(+O)
SM (-6( 85-95 (.10)
70.76 (•10) SD66 (-10) 50•b5 R
OCC(11).OBM' 9D85 (-10) 90.95 1-101 90.95 On)
85.90
(41
imilo (4Q 95.105 (-10)
85.105 (." M95 1-20) S85 (-20)
DLK 113) . OBM' 105-115 (+a) (Norlheasl)
110.120
(40)
120.130 (401 125.135 (+0)
M110 (-20) 95.100 (-20) 9055 (-26)
Sated Rew'.w 5540 (+0) 60I5 1+0) 5SBO (+0)
5D•55
1i01
5055 (+O) 45.50 (4)
W65 110) 5055 (.10) 4045 (10)
papers a Nees
Normoast
Y+ LA-W
OMG(10)----------.._100.110 (+10) -----
95.100
(+10)
95.105 (46) 95a05 (+0)
125.135 (410 95.100 (+6)
CGS (4A) tOD•110 (+10)
95-100
(+10)
95.1D5 {+6) 95105 (+0)
125.135 (+16) er m0 (41)
SCN (`' 8) 105.115 (40)
100.110
(+0)
105-115 (+0) 1OD-110 (+0)
115.125 (-6) 85.105 (401
MN t24) 230.240 (+0)
215-225
(+0)
215,225 10) 240.250 (401
225.235 (40) 19a•T00 (+D)
hiGh GRACES
SOP (37) 160-170 (+6)
140.150
(+16)
140.150 (00) 135.145 (410)
175.185 (+6) 145.155 (+6)
CBS (431 160.171) (+6)
14o•15D
(+16)
140.150 (+10) 125.135 (+0)
175.185 (+b) 145.155 (+6)
SBS nil" laws 146) 180-19D (46)
MB0.170
(+16)
160.170 (410)
185.195 (46)
SWL (4DI 240-2S0 1+61
225-235
(+10)
230240 (+10) 240250 (+6)
240M (AS) 220-230 (001
>1WL 141) ' 240.250 (• 51
225 235
(410)
230-240 1141 245255 (46)
24D•250 (+16) 22D•23a (+10)
SBS light pert (451 240.250 (+6)
220230
Jet 5)
220230 (410) 230.240 (+4)
235-245 (+1S)
PULP SUBS
SBS unptnted 147) 340.350 (40)
Siam
(+S)
32(390 (41) 310320 1+6)
335.345 (+6)
HM (A 345-355 (+0)
325335
(+5)
340.350 (46) 336.345 146)
355365 (+6)
HINSC 1311 365.375 (40)
355.365
(+6)
350360 1+6) 355.375 HQ
38039D (+6) 345.355 (+10)
' OBK PWC6S
Pm for pnma aesynmaea roaM-ema ewMueaum of no picas orWaff paelcMd In
MOTES
1. Ptaoonmw.
2. Us pia oafbelow and d as m9e a 1a Me 8r/ Alto And dm pits at the lop end of
Oldial BsW Aladets (O6rd.IM Yellow S%W And we lepoded K Uu Rum basis
is 011M. SK Pmlohedaleae a
the Las An9abi stsa
uar.aWA UU ORAO -a
as MOMd % W 1015 A
aestrrpbendMW hsi And lies lml tllmapm asan uwa pmcrs Prrs rural marled'era
s of0421n; region
AAs dOR29R,tltKS Iag1G1 D.m.s erem rlWrdkanadY6focasto ao
cosisMCaNliPocesPutfshedtisliekAhinF&I'M
afeweago-
fa'N1d(04 tbsb711 ASP*t "tnraotodo as Almletpinslo Aew
aura (aq, %6datC) i dml' Apptyl0 eAmh plea SRIK above are eorgisterd wilh aw
ie26q aams(sa.'Mamod .
SPEC01G171ONS
4. ONP14 tan be rapboi SRP M in
lemwtas used to aellrs OWN pies.
pdxs npKsnl epan market bead and papa millpuchn" epraad is IN ddwGrYin it's
bi4iaa=10.4 ComwtuaW imn4d trersadotn are n4uded. 6bsoYaftw baled.
1w,ad d
DISCL%N R
Men imm sooras bekved to
sd•bsdlad mpa %&s. CAibi/e of dalwsryGbHpK, Pf"wM a eK all
suasequod ebepes fa palm handbW. dKeeaeam comidara8ea. a GUM spadM
chars. Gwdes And peparabon ngWomaos are as 0s&W in me daretd tSRI Strap
NO Va kdomahh M-Ahled in Six repo! has obasrted
be mialk RiSI dam adwamadof a+4�! the Mu cr and an*kAM at1M
UdOlnation. AI>a�e ale best asdsalK Of pates, and era eempmda pdcK as oPP to
Spedknons O-PAW
nw6m a OMW picas.
Exhibit -B" page 5 of 6 1
Ss"au of WgTkers'
Ohio - Compensation
30W.. spring St.
CoiuFnUue OH 43215-2256
Governor John R. gasi h
Administrator/CEO Sarah D. WrflsQn
WW {�wc ahjm9ov
1.86D-SU-6292
CERTIFICATE OF'EMPLOYER'S
RIGHT TO PAY COMPENSATION DIRECTLY
To be ponied in- employer's place or places of errtpfoymen
t in compliance With Sec. 4123.83 of the Ohio
revised Code: Any employer. requiring more than one copy of this certificate, may -reproduce asmany
Copies of the certificate (without any alterations or changes) as required,
Employer Name 20005522
Rt;MPKE GOMOLl0AM COMPANIES; Mr-
10772 HUGHES 'RD
CINtINNATI, OH 452514524
sul;s(5):
20005522-606
VALLIAM-f 1Oti AS-iGROUP,iNt
20-4=2-905
RtNKP WAM, INC
266b55�2-004
AVMPX—E•1bF-0Hl01-Nt
2o00 :;�003
ituMpKEtRANspboTATIONCOMPANY-LLC
20005522-001
R))M'PKE OF NORTHEM 0100, INC.
20005522-002
RljMkE SANITARY LANCiFiLL, INC.
Period Specified Below
July-01., 21}1.7
to
JOY 01, 2Q1-8
THIS IS TO- CERTIFY that orr-date-hefe:of the above named employer having met the
irdqujremeps provided in the Section 4123,36 of the.. Ohio Revised :Code has been
granted authority, by the ;administrator to pay compensation directly to its injured or
dependents of ki.led employees as provided in said Section for the period above set
forth.
SS�rfnnmrely,
V"_
Sarah D. Morrison
Administrator/CEO
6WC-220.1
SI-1
Exhibit "B" Page 6 of 6
AC" " CERTIFICATE OF LIABILITY INSURANCE
DATE
12/2912D017D Y)
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 pollcy(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).
PRODUCER
MARSH USA INC.
k5 VINE STREET, SUITE 1600
CINCINNATI, OH 45202
Attn: cincinna8.certrequest@marsh.com
CONTACT
NAME;
PHONE FAX
A/c No
E-NWIL
ADDRESS:
INSURERS AFFORDING COVERAGE
NAICI#
INSURER A: National Fire & Marine Insurance Co
20079
337563-STND-GAWUP-17-18 RUMO
INSURED
RUMPKE OF OHIO, INC.
RUMPKE CONSOLIDATED COMPANIES
10795 HUGHES ROAD
INSURER B : Greenwich Insurance CDmpany
22322
JNSURER C : XL Catlin
INSURER D : XL Specialty Insurance Company
37885
INSURERE: NIA
NIA
CINCINNATI, OH 45251
INSURER F :
nc�Tlcln ATc Id"IfiOcC. r-I F.nnKARFn,;l7_nq wl-vItiIUN NinARF-R_ 5
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.
p,IR
ILTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
WDD
POLICY EXP
MM/DD
LIMITS
A
X
COMMERCIAL GENERALLIABILITY
CLAIMS -MADE OCCUR
42GLO10041804
12)31/2017
12/31/2018
EACH OCCURRENCE
_15a
$ 5,000,000
( ENTED
A PREMISES
PREMISES Ea occurrence
$ 300,000
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$ 6,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY ❑ JECOT- � LOC
GENERAL AGGREGATE
$ 5,000,0OD
PRODUCTS -COMP/OP AGG
$ 5,000,000
SIR
$ 250,000
B
OTHER
AUTOMOBILE LIABILITY
RAD943761705
12131/2017
12/31/2018
Eaa adBINEentSINGLE LIMIT
$ 2,000,000
BODILY INJURY (Per person)
$
X ANY AUTO
BODILY INJURY (Per accident)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE
Per accident
$
$
X
uMBRELLALIAB
EXCESS LUCK
X
OCCUR
CLAIMS -MADE
USOOOT7282LI17A
12/31/2017
12/31/2018
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,OD0,000
X I STATUTE ER"_
$
D
RWD943538705 (IN, KY, CO,
1213112018
DED I X I RETENTION $10 000
WORKERS COMPENSATION
E.L. EACH ACCIDENT
$ 1'�'�
D
AND EMPLOYERS- LIABILITY
ANYPROPRIETOR/PARTNER/EXECUTIVE Y / N
OFFICER/MEMBEREXCLUDEDI a
(Mandatory In NH)
"Yes, desaibe under
DESCRIPTION UO OPERATIONS below
N / A
NDWA
, ,
RWE943538805 (OH)
$5DD,000 SIR APPLIES TOXS OH
12/31/2017
12/31/2D18
E.L. DISEASE - EA EMPLOYE
$ 1,000,000
E.L. DISEASE -POLICY LIMIT
$ 1'0'0
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
EVIDENCE OF COVERAGE.
CERTIFICATE HOLDEK
RUMPKE OF OHIO, INC.
RUMPKE CONSOLIDATED COMPANIES
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
10795 HUGHES ROAD
ACCORDANCE WITH THE POLICY PROVISIONS.
CINCINNATI, OH 45251
AUTHORIZED REPRESENTATIVE
-
of Marsh USA Inc.
Manashi Mukhedee
._. wnee nnwc Arnon rnGclIR ATIrItV Ala rrnhts reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD