Loading...
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