Loading...
HomeMy Public PortalAbout025-2020 - Sanitation - Scott Door Services - On Call Repair Services.GP,EEmMN, ORIGINAL THIS AGREEMENT made and entered into this2S day of (-6V VLN , 2020, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 5' Street, Richmond, Indiana 47374 (hereinafter referred to as the "City"), and Scott Door Service, Inc., 3162 State Road 38, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City sent a Proposal Sheet and a Price request of three (3) pages on January 13, 2020 seeking responses to on -call service and service or repair for overhead doors, regular doors and gate actuators for the Richmond Sanitary District and Landfill (hereinafter referred to as "District"). The Request for Quotes and Price Request is attached hereto and incorporated herein by reference as Exhibit "A". City retains Contractor for on -call service and service or repair for overhead doors, regular doors and gate actuators of the District. The Response of Contractor is contained on Exhibit `B", consisting of seven (7) pages, dated January 21, 2020, and is hereby attached hereto and incorporated by reference and made a part of this Agreement as Exhibit `B". Contractor shall provide all work and services listed on Exhibit "B" and at the rates set forth therein. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION H. 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 a sum not to exceed Fifteen Thousand Dollars and Zero Cents ($15,000.00) for 2020 for complete and satisfactory performance of the work required hereunder. The monies paid to Contractor are based upon an hourly fee schedule set forth in Exhibit `B" and attached with this Agreement. If an option to renew is exercised by City for year 2021 or year 2022, the sum paid to Contract shall not exceed Fifteen Thousand Dollars and Zero Cents Contract No. 25-2020 Page 1of6 ($15,000.00) in either calendar year, even though Contractor's hourly will be increased, as per the schedule set forth in Exhibit `B". 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, with an option to renew, if exercised by City, for year 2021 at the cost set forth in Exhibit `B" and an option to renew, if exercised by City, for year 2022 at the cost set forth in Exhibit `B", but said cost shall not exceed Fifteen Thousand Dollars and Zero Cents ($15,000.00) in either 2021 or 2022. Notwithstanding the term of this Agreement, City may, terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Page 2 of 6 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 (if applicable) Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2..If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be _ detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then Page 3 of 6 pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting .on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4 of 6 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 parry, 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 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. 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. Page 5of6 IN WITNESS WIIEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: Sue Miller, President By Amaii-Ba s i, Vice -President LN Member Date: / APPROVED: Sno a City of Ric= d, Indiana Sm WM "CONTRACTOR" SCOTT DOOR SERVICE, INC. Printed: Gerald E. Scott Title: President Date: 3 a 1- 2 O Page 6 of 6 1 PRICE REQUEST OF H �{ Aso • V.L"J..t o.1.• MC"O" 480IM AV NU 0CHMO�zorr THIS IS NOT ,t�N ORDER 2380 LffiERTYAVENUE:RICHMOND, IIVDIANA47374 PHONE (765) 983 745U-FAX (765) 962; 2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials SCOTT DOOR SERVICE INC, ,. 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. 8162 STATE ROAD 38 Pleas_ a complete your. full name and phone number'beloW with signature; Itemize all prices and charges where MCMIOND, 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 I.N BY: PAYMENT TERMS: DELIVERY REQUIRED: January 13, 2020 1 O:OOAM on January 21, 2019 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for SERVICE/REPAIRS OF THE SANITARY DISTRICT AND LANDFILL DOORS AND OVERHEAD GARAGE DOORS: The period of Service will be from signirig of Contract to December 31, 2020 with the option io renew for year two (2021) and year three (2022) at the same cost ending December 31, 2022. 8ERViCE/REPAIRS & REP1_AC>; DOOR AT THE SANITARY DISTRICT AND SOLIDWASTE AREA & LANDFILL GARAGE DOOR:. LABOR ---=------ ---------- -- --- $ 1ST HOUR AND $ EA. ADDITIONAL HOUR EMERGENCY CALL LABOR $ 1ST HOUR AND $ 113A. ADDITIONAL HOUR RESPONSE TIME AFTER CALL -IN PLEASE ENTER ALL WFORMATOON ON ATTACHED .PPC)POSAL SHEET. Richmond Sanitary District Board of Comm`iiasioners 2380 Liberty Avenue Richmond, IN 47374 Re: Service/Repairs RSD Doors & Garage Doors Please include Certificate of Insurance with Quote. Quote Valid Until Questions? Call Mike Clark at 765-983-7452 or Jeff Lohinoeller at 765-983-7464. /7 d fiL116Vt.' STATE TAX EXEMPTION # 00312'1909-007TITLE AUTHORIZED eY sieNn7uRe -�f-2L0 Z/s- 9Z1 2ho Richmond Sanitary District DATE PHONENUMBER c P11 OPOSAIL SHEET The Richmond Sanitary District is requesting quotes for: On -Call Door, Overhead Garage Door, and Gate Actuator Service and Repair for 2020, with Option to renew 2021 & Option to renew 2022 ending December 3..1, 2022 NAME OF CONTRACTOR ADDRESS CITY/STATE o CERTIFICATE OF INSURANCE INCLUDED ( must meet the City of Richmond, IN requirements) YES NO o E-VEWFICATION FORM FILLED OUT: YES NO o LOCAL PREFERENCE CLAIM: YES NO a IRAN INVESTMENT: YES NO 2020 Signing of Contract to December 31, 2020 Regular Hours 7:3Qam to 4:30pm Rate per Hour $ O/T$ Weekend. Rate — Saturday Rate vex Hour $ Sunday Rate per hour $ Holiday Rate --Rate per Hour $ 2021 Signing of Contract to December 31, 2021 Regular Hours 7:3Oam to 4:3.Opm Rate per Hour $ O/T& Weekend Rate —Saturday Rate per Hour $ Sunday Rate per hour $ Holiday, Rate —Rate per Hour $ 2022 Signing of Contract to December 31, 2022 . RegularHours 7:3.Oam to 4:30pm Rate per Hour $ Q/T$ Weekend -Rate — Saturday Rate per Hour $ Sunday Rate per hour $ Holiday Rate — Rate per Hour $ PRICE REOUEST u o �h A DEPARTMENT OF SANITATION yy /� 2380LIBERTYAVENUE-RICHMOND INDIANA47374- THIS .I S NOT AN ORDER PHONE (765) 983-745OoPAX (765) 962-2669 VENDOR INSTRUCTIONS. This is a request for a price for the .services of materials SCOTT DOOR S]EItVICE I INC. 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.. ' 3162 ,STATE ROAD 38 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: January 13,'2026 10:OOAM on January 21, 2019 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for SERVICE/REPAIRS OF THE SANITARY DISTRICT AND LANDFILL DOORS AND OVERHEAD GARAGE DOORS: The period of Service will be from signing of Contract to December 31, 2020 with the option to renew for year two (2021) and year three (2022) at the same cost ending December 31, 2022. SERVICEIREPAIRS & REPLACE�� DOOR AT THE SANITARY DISTRICT AND SOLIDWASTE AREA & LANDFILL GARAGE DOOR: LABOR --------=--=-=---- ---- — ti11ST HOUR AND $ �?'M EA. ADDITIONAL HOUR per IJI a*?, EMERGENCY CALL LABOR $ IIA610 1ST HOUR AND $/WI -T EA. ADDITIONAL HOUR Pei' ' RESPONSE TIME AFTER CALL -IN " PLEASE ENTER ALL INFORMATION ON ATTACHED PROPOSAL SHEET. Richmond. Sanitary District Board of Commissioners 2380 Liberty Avenue Richmond, IN 47374 - Re: Service/Repairs RSD Doors & Garage Doors Quote. Quote Valid Until Please Include Certificate of Insurance with Questions? Call Mike Clark at 765-983-7452 or Jeff Lohmoeller at 765-983-7464. STATE TAX EXEMPTION # 003121909-001 Richmond_ Sanitary District AUTHORIZED BY SIGNATURE pry td mu TITLE 011114"16 p j S DATE PHONE NUMBER I PROPOSAL SHEET The Richmond Sanitary District is requesting .quotes for: On -Call Door, Overhead Garage Door, and Gate Actuator Service and Repair for 2020, with Option to renew 2021. & Option to renew 2022 ending December 31, 2022 NAMF,OF CONTRACTOR �d rt DIWR 5-&911 Af e- ADDMs l o A? 16 - `f a CITY/STATE zv (, CERTIFICATE OF INSURANCE INCLUDED ( must meet the City of Richmond, IN requirements) YES NO + E-VERIFICATION FORM FILLED OUT: YES NO ® LOCAL PREFERENCE CLAIM: YES NO IRAN INVESTMENT: YES NO 2020 Signing of Contract to December 31, 2020 Regular Hours 7:30am to-4:30pm Rate per Hour, $ J0'VV' 50 O/T$ /"-I- (a' Weekend Rate - Saturday Rate per Hour $1&Z-45 Sunday Rate per hour $ / 19"d o Holiday Rate - Rate per Hour-$-14 qJ 0 0 2021 Signing of Contract to December 31, 2021 ,,aa Regular Hours 7:30am to 4:30pm Rate per Hour $ R `50 Weeleend Rate- Saturday Rate per,Hour $ ®tea Sunday Rate per hou $ / / �� � Holiday Rate -Rate per Hour $ 2022 Signing of Contract to December 31, 2022 1 f Regular Hours 7 3 Oam to 4:3 Opm Rate.per Hour $ - 0%T$ pa, 1 6) Weekend Rate —Saturday Rate per Hour $ I WJ 15 Sunday Rate per hour $ Holiday Rate — Rate per Hour $ �61 a V A� �V CERTIFICATE OF LIABILITY INSURANCE Dos27/20 9 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE'OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) 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 Ileu of such endorsement(s). PRODUCER Marsh USA Inc. One Towne Square, Suite 1100 Southfield, MI 48076 CONTACT NA E• PHONE le Not: E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC f1 INSURER A: State National Insurance company, Inc. 12831 CN130112497-Main-WC1-19-20 Scott mast HCC03 INSURED Human Capital Concepts, LLC INSURER B : Scott Door Services, Inc INSURER C : INSURER D : 1075 Broad Ripple Ave Indianapolis, IN 45220 INSURER E : INSURER F' f+CICl^ATC NII lunm CO. PWI-1111U14fiR*41V4j 11 WFIrltilr Im NI IIulmFw- 11 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.. ILTR TYPE OF INSURANCE ADO SUBR POLICYNUMBER MMIDDI EFF MM/DDIYYW LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACHOCCURRENCE $ PREMISES EE TOa occur ce $ MED EXP (Any oneperson) S PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- LOC JECT OTHER: GENERALAGGREGATE $ PRODUCTS-COMPIOPAOG $ S AUTOMOBILE LIABILITY ANY AUTO OWNED DULED AUTOS 0 AUTOS.:. AUTOS ONLYHSbHE HIRED NON -OWNED AUTOS ONLY (EaacciclldeDSINGLE LIMIT S BODILY INJURY (Per person) S BODILY INJURY (Pr accident) S PROPERTYDAMAGE (Per accident S s UMBRELLALIAB EXCESS LIAB OCCUR EACH OCCURRENCE S HCLAIMS-MADE AGGREGATE S DED RETENTION $ S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETORIPARTNER/EXECUTIVE OFFICERIMEMBEREXCLUDEDT N (Mandatory In NH) If qS , describe under DESCRIPTION OF OPERATIONS below NIA AMX-361-0001-002 010 / 2019 1=112026 X ST TOTE OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) GERfI1-IGA7 tz HUL.UCK vnlw�a >_rl l lv City of Richmond Dept of Sanitation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 2380LibertyAvenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED 'INt,,hmond, IN 47374 ACCORDANCE WITH THE POLICY PROVISIONS. of Marsh USA Inc. r John C Hurley - ©1988.2016 ACORD CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD � ' ® A�D CERTIFICATE ®F LIABILITY INSURANCE (MMOJDIYYYY) 71,125/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOTAFFIRMA11VELY.OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUINGWSURER(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 inay require an endorsement. A statement on this certificate does not confer rights to the certificate hoider in lieu of such endorsement(s). ' PRODUCER Indiana-VanVleet 1 Glen Miller Parkway CONTACT Marcia Stroud NAME; AHCN o :I 765 935-5655 . Faic a 765 935=6164 EMAIL 9• tnarcias@vanvieetinsurance.cwin INSURERS AFFORDING COVERAGE NAIC t+ INSURERA : Erie Insurance Group Richmond IN 47374 INSURED INSURERS: Erie Insurance Group INSURER C : Scott Door SeNice Inc INSURER D : 3162.1N State Rd 36 INSURER E : INSURERF: Richmond ` IN 47374-9735 '. LII lAA1"lrl•f. IJ %IIVIl1N NIrmMFW- VrVYL. THIS_ IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT -OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE. AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LIR TYPE OF INSURANCE n n POLICY NUMBER MMIDDnEYF POIDD EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 1000000 . 71 -DAMAGE-TO CLAIMS-MADE I OCCUR RENTEff— PREMISES Ea'accurrence' $' 1000000 MED UP (Any one person) $ 5000 A 0113110613 5/31/2011 5/31/2020 PERSONAL 8LADVIN-JURY 1 1100000 GEN'LAGGREGATELIMIT APPLIES PER. GENERALAGGREGATE $ 2000000 PRODUCTS-COMPiOPAGG $ 2000000 PRO- X POLICY ❑ JECT LOC $ OTHER: AUTOMOBILE LIABILITY (E MIEDacciiden SINGLE LIh)IT $ 1000000 BODILY INJURY (Per person) $ X ANY AUTO BODILYINJURY(Peraccident) $ B OWNED SCHEDULED AUTOS ONLY AUTOS - HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Q053140052 5/31/2019 5/31/2020 PROPERTYDAMAGE P ccidenl $ UMBRELLA LIAs OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY pROPRIETORIPARTNERIEXECUiIVE Y OTH- PER E STA E $ E.L. EACH ACCIDENT $ E.L.DISEASE- EAEMPLOYE $ OFFICEWMEMBEREXCLUDED? (Mandatory In NH) N f A E.L. DISEASE - POLICY LIMIT $ If yes, describa under DESCRIPTION OF OPERATIONS boknv I DESCRIPTION OF OPERATIONS I LOCATIONS [VEHICLES (ACORD 101, Additional Remarks Schaduie, may be attached If more space is required) 1 City of Richmond Departmentof Sanitation 2380 Liberty Ave Richmond IN 47374 Fax SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE 01988-2015 ACORD CORPORATION. AII'rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORU Affidavit of Employment Eligibility Verification. The Contractor, 0,1/- 19,1v1_9 J�,IUiI-,� L� •sunderthepenalties ofperjurythat Contractor does not knowingly .employ an bnautho4zed alien. if Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United Stales citizen or qualified alien. The, Contractor has not knowingly employed or contracted with an, -unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently leams is an unauthorized alien. Pursuant to Indiana Code22-5-1.7, Contractor has enrolled in and verifted the work eligibility status of all newly hired employees of the contractor through the Indiana E- Vel fyprogram. _ The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontracoox does not knowingly employ or contract -Mfh an unauthorized alien and that the sizbconiractor has enrolled and is parrdcipa-ting in the E-Verify program. The Contractor will maintainthis certification throughout the duration ofthe term of a contract with a subcontractor. i hexeby verify under the penalty ofpe4ury that the foregoing statement is true. Dated this O 4ay of nit , 20cf. A'.r� (pxintecl Warne) M-ANINVES TMENT ACTIVITIES Pursuant to Indiana Code (IC) 522-16.5, Contractor certifies that Contractor is'not engaged in investment activities in JXan- in the event City determines dining the course, of this Agreement that this certification is no longer valid, City shall notify determination Contractor in writing of said detennina: on and shall give contractor ninety (go) days within which to respond to the -writtennotice, In th event Contractor fails to demonstrate to the City that &O.Contractor has ceased - a activities in Iran vvithin 131not (9 0) dap after the, -witten notice is * - investment y giveil to the Contractor, the, City may proceed with any remedies it may have Pursuant to IC 522-16.5. In the event the City. determines dining the co -arse, of tWs Agreement that this certification is no longer valid and said d6temlinationignot refuted .byCoiattar,toxi-athe matme_rset forth inIC 5-22-16.5, the Cityresarves 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 p erjo d set forth above. ell