Loading...
HomeMy Public PortalAbout141-2017 - Perseponko Painting - Painting Stairwells in LabAGREEMENT @k1@1kh 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 (referred to as the "City"), and Perseponko Painting L.L.C., 3559 Boston Township Line Road, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for painting of laboratory building bay walls, stairwells and steel piping in the Whitewater Waste Treatment Plant, 2380 Liberty Avenue, Richmond, Indiana. A Request for Quotes has been made available for inspection by City, is on file in the office of the Department of Sanitation for the City of Richmond, consisting of four (4) typewritten pages, which is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit `B", consisting of two (2) typewritten page. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor at the rates indicated in Exhibit `B" in an amount not to exceed Fourteen Thousand Two Hundred Sixty -Four Dollars and No Cents ($14,264.00), for complete and satisfactory performance of the work required hereunder. The monies to be paid to Contractor are based upon the Proposal Sheet of and submitted by Contractor, which is set forth in Exhibit "B", and attached with this Agreement and made a part hereof. Contract No.141-2017 1 I Pace SECTION W. TERM OF AGREEMENT This Agreement shall become effective immediately upon signing of this Agreement and shall continue in effect until in effect to and including December 31, 2017. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty (30) days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. 2 1 °ac(e Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another 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 3 1 Pain 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 Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, 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. . ........ _.___.... . __ _ 4 1 Prue 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. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 5 1 ?age 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 o Sanitary Commissioners due Miller, President "CONTRACTOR" Perseponko Painting L.L.C. By: (Printed): Michael Perseponko ice President Title: President Dated: Member Dated: 6 .2' 7 APPROVED: ave now, Ma; Dated: / G -2 � - 1 6 1 ?aae PRICE REQUEST OF X A{ O u o A CITY OF MCHMO" DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE.RICHMOND, INDIANA 47374 PHONE (765) 983-7450.FAX (765) 962-2669 r.> 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 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: August 31, 2017 . September 26, 2017 by 10:OOAM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for painting. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance, which must include Worker's Compensation, and Warranty Information with quote. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Painting If you have any questions please call Jeff Lohmoeller at 765-983-7464 or 765-993-2670. Pre -Quote meeting will be held, on September 8th at 9:OOAM, Richmond Sanitary District Board Room, 2380 Liberty Avenue, Richmond, Indiana. Total Cost: Time of Completion:.1.c',A 4,� Days Quote Valid Until: STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District ivruvlc yr rimm wuv I uv�. AUTHORqX6 BY SIGNATURE TITLE DATE PHONE NUMBER PRE -QUOTE MEETING AGENDA RICHMOND SANITARY DISTRICT Painting of Bay Walls, Stairwells, Steel Piping at IPB and Steel Cabinets in Lab Date: September 08, 2017 Time: 09:00am Location: Administration Building 2380 Liberty Avenue Richmond, IN 47374 1. Introduction and Sign -In Sheet 2. Go over request and specs a. E-Verify Requirements b. Local Preference Claims c. Certificate of Insurance d. Iran Investment Activities e. Start Date once Contract and PO is issued f. Length of Project 3. Quotes will be due back— September 26 by 10:00am 4. Open Discussion 5. Site Tour 6. Adjourn /D, zoE07 Painting of Building Bay Walls, Stairwells, Steel Piping in WWTP The Richmond Sanitary District will be requesting quotes for Laboratory Building steel cabinets, Intermediate Pump Building bay walls, stairwells and outdoor steel piping all to be prepped, primed and painted at the Wastewater Treatment Plant. This work will be done Monday through Friday between 7:30 am to 4:00 pm unless other arrangements are made by contractor. Certificate of Insurance required at the time of quote opening. Notice to Contractor: E-Verifying requirements along with Indiana Local Preference Claim Information. • A pre -quote meeting will be held on September 8th @ 9:00am in Administration Board Room, 2380 Liberty Avenue, Richmond, IN 47374 CC HFr)t II F SCOPE OF WORK: Attachments Interior Finishes Concrete/Cement Primer: B79W08810 - ProBlock® Interior Oil -Based Primer White Finish: K45W00151- Pro Industrial PreCatalyzed Waterbased Epoxy Eg-Shel Extra White Color to match existing in IPB Bay and stairway Steel Cabinets in Lab Area Primer: B50WZ0004 - Kern Bond' HS High Solids Alkyd Universal Metal Primer Off White Off White Finish: B54W00151- Pro Industrial Urethane Alkyd Enamel Extra White Exterior Finishes Steel Rail Piping — East and West side of IBP 2"d floor. Primer: B50WZ0004 - Kem Bond° HS High Solids Alkyd Universal Metal Primer Off White Off White Finish: B54W00151- Pro Industrial Urethane Alkyd Enamel Extra White color to match existing or possibly change! Z:A)b SURFACE PREPARATION 1) Previously Coated Surfaces Maintenance painting will frequently not permit or require complete removal of all old coatings prior to repainting. However, all surface contamination such as oil, grease, loose paint, mill scale, dirt; foreign matter, rust, mold, mildew, mortar, efflorescence, and sealers must be removed to assure sound bonding to the tightly adhering old paint. Glossy surfaces of old paint films must be clean and dull before repainting. Thorough washing with an abrasive cleanser will clean and dull in one operation, or, wash thoroughly and dull by sanding. Spot prime any bare areas with an appropriate primer. Recognize that any surface preparation short of total removal of the old coating may compromise the service length of the system. Check for compatibility by applying a test patch of the recommended coating system, covering at least 2 to 3 square feet. Allow to dry one week before testing adhesion per ASTM D3359. If the coating system is incompatible, complete removal is required. 2) Hand Tool Cleaning Hand Tool. Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mill scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before hand tool. cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined in SSPCSPI. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No. 2 (SSPC-SP2) 3) Power Tool Cleaning Power Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mill scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before power tool cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined in SSPCSPI. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.3.(SSP-PC3) 4) Commercial Blast Cleaning 4-7 A Commercial Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 33 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard (SSPC-SP6/NACE No. 3) 5) Water Blasting NACE Standard RP-01-72 Removal of oil grease dirt, loose rust, loose mill scale, and loose paint by water at pressures of 2,000 to 2,500 psi at a flow of 4 to 14 gallons per minute. Painting of Building Bay Walls, Stairwells, Steel Piping in WWTP Proposal Sheet NAME OF CONTRACTOR: ADDRESS.t1W 6,5 0A1T0 U&f/P /MM115- 666 CITY/STATE: jelMIi AA(,d &Z J�7j-7s� Intermediate Pump Building Bay and Stairwell: $ we a - eC� Steel Cabinets in Lab Area: $ 'Mee - 6).6 Steel Rail Piping — East and West side of IBP 2"d floor: $ Al- 6 G • CERTIFICATE OF INSURANCE INCLUDED (must meet the City of Richmond, IN requirements) YES NO • E-VERIFICATION FORM FILLED OUT: • LOCAL PREFERENCE CLAIM: • IRAN INVESTMENT ACTIVITIES YES V/ NO YES NO YES NO V PRICE REQUEST 04 A +{ O Z 4 O �t II �h 1 CITY OF RICIMOND DUARTIVIENT OF SANITATION 2380 LIBERTY AVENUE.RICHMOND, INDANA 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 PerSep011k0 Palming LLC attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. 3559 Boston Township Line Road Please complete your full name and phone number below with signature; itemize all prices and charges where Richmond, IN 47374 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: August 30, 2017 September 26, 2017 by I O:OOAM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for painting. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance, which must include Worker's Compensation, and Warranty Information with quote. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Painting If you have any questions please call Jeff Lohmoeller at 765-983-7464 or 765-993-2670. Pre -Quote meeting will be held on September 8th at 9:OOAM, Richmond Sanitary District Board Room, 2380 Liberty Avenue, Richmond, Indiana. C J -�-�-��4/ 2-6 7 � Total Cost: Time of Completion: 2 2 Days Quote Valid Until: STATE TAX EXEMPTION # 003121909-001 Richmond Sa i ary District i4mivir_ ur rimm wuu I irv,_u., Riasc)e f ? AUTbO&ZED BY SIGNATURE TITLE lee - 61-4- DATE PHONE NUMBER �E A l ewe 1Y le -J -, Painting of Building Bay Walls, Stairwells, Steel Piping in WWTP Proposal Sheet NAME OF CONTRACTOR: -�-,256Potr-yL0- RAi'm 11N& LL L ADDRESS: JS6% CITY/STATE: 921 U4 ,770AJ Intermediate Pump Building Bay and Stairwell: $ `19d6 • OC, Steel Cabinets in Lab Area: .56 [7 0 v Steel Rail Piping— East and West side of IBP 2"d floor: $ / 94 V . D U • CERTIFICATE OF INSURANCE INCLUDED (must meet the City of Richmond, IN requirements) YES_NO • E-VERIFICATION FORM FILLED OUT: YES 1/ NO, • LOCAL PREFERENCE CLAIM: YES V NO • IRAN INVESTMENT ACTIVITIES, YES NO V J\A/uJAY �- •�,1 ,�i.i INDIANA FARM BUREAU INSURANCE' NAMED INSURED AND ADDRESS: PERSEPONKO PAINTING LLC 3559 BOSTON TOWNSHIP LINE RD RICHMOND IN 47374 CERTIFICATE OF INSURANCE CERTIFICATE ISSUED TO: DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE RICHMOND IN 47374 This is to certify that the policies listed in this Certificate have been issued to the Named Insured by MA UFB CASUALTY INSURANCE COMPANY ® UNITED FARM FAMILY MUTUAL INSURANCE COMPANY The policies of insurance fisted on this certificate 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 is subject to all terms, exclusions and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend, or alter the coverage afforded by the policies listed thereon. Type of Insurance Policy Number Company Effective Date Expiration D Limits of Liability COMMERCIAL LIABILITY BOP8213669 02 B 0212012017 02/20/2018 General Aggregate $2,000,000 [ X ] Commercial General Liability Prod.-Comp/OPS Aggregate $2,000,000 [ X) Occurrence Personal -Advertising Injury $1,000,000 Each Occurrence $1.000.000 Fire Damage (Any one fire) $50,000 Med Ex se (Any one n) $5,000 FARM LIABILITY Each Occurrence [ ] Equine Med Expense (Any one person) [ ] Occurrence COMM. AUTO LIABILITY CAP8502870 02 B 02/20/2017 02/2 18 Each Accident $1,000,000 [ X ] Scheduled Autos Med Expense $5,000 [ X ] Hired Autos [ X ] Non -Owned Autos FARM AUTO LIABILITY Each Accident [ } Scheduled Autos Med Expense [ ] Hired Autos [ ] Non -Owned Autos UMBRELLA LIABILITY UMBBW3624 02 B 02/20/2017 02/20/2018 Each Occurrence Aggregate $5,000,000 WORKERS' WC 83M210 02 B 02/20/2017 02120/2018 Statutory - Indiana COMPENSATION $1,000,000 Each Accident AND Disease Policy Limit $1.000,000 EMPLOYERS'LIABILITY Disease Each Employee $1.000,000 OTHER nVQVD1VT1nN nV nPVRATIOWtti LOCATIONS VFHICLM RESTRICTIONS. AND SPECIAL ITEMS 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). Should any of the described policies be canceled before the expiration date, the issuing insurer will make an effort to notify the certificate holder named, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. GREGIBUTLER Agent 09AW2017 Date 765-962-9548 Phone 06-996 3-12 [ J Certificate Holder's Copy [ ] Home OifceCopy [ ] Agency Copy [ J Insureft Copy Page I of 1 Printed: 09/05/2017 09:39:31 AM