Loading...
HomeMy Public PortalAbout100-2021 - Davey Resource Group - clear out excess trees in park C opy AGREEMENT THIS AGREEMENT by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Parks and Recreation, with its office at 50 North 5'h Street, Richmond, Indiana, 47374 (the "City") and Davey Resource Group. Ine,, 295 South Water Street, Suite 300, Kent, Ohio 44240 (hereinafter individually and/or collectively referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide professional consulting services in connection with a tree inventory to be performed for the City for purposes of creating a risk assessment consistent with the request for proposal, which is attached hereto and incorporated by reference herein as Exhibit "A", which services shall, at a minimum, include those set forth in the "Scope of Services/Goals of Project"heading therein. Contractor shall provide those services and scope • of work in its response to the City's request for proposal, which is attached hereto and fully incorporated by reference herein as Exhibit"B". Should any provisions,terms,or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incoiporated 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 insutrance 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 2. 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 3. COMPENSATION City shall pay Contractor an amount not to exceed Sixteen Thousand Dollars and 00/100 • ($16,000.00)for complete satisfaction of the services described herein,and more particularly set Contract No. 100-2021 Page 1 of 8 • f forth in the exhibits attached hereto, SECTION 4. TERM OF AGREEMENT This Agreement shall become effective when signed by the parties and shall continue in effect for a period of one (1) year,with an option to renew for an additional term for the same terms and conditions as set forth herein, Notwithstanding the term of this Agreement,the 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 by the Contractor to the City of reports that are incorrect or incomplete in an.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 effective date by Contractor, 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 5. 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 be caused by Contractor's negligent or willful acts or omissions during 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 Page2of8 Contractor may be held responsible, Contractor retains the right to select counsel reasonably acceptable to the City, the City will provide cooperation, and the City will not unreasonably withhold consent to settle any claims for which Contractor is providing defense or indemnification, This Section 5 shall survive the completion of Contractor's applicable services for a period of two (2) years. Notwithstanding anything to the contrary in this Agreement or • elsewhere, in no event shall Contractor's total liability exceed the applicable insurance limits set forth immediately below. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B, Employer's Liability $100,000.00 C, Comprehensive General Liability Section 1, Bodily Injury $1,000,000,00 each occurrence $2,000,000,00 aggregate Section 2. Property Damage $1,000,000.00 each occurrence D, Comprehensive Auto Liability Section 1, Bodily Injury $1,000,000,00 each person $1,000,000,00 each occurrence Section 2, Property Damage $1,000,000,00 each occurrence E. Comprehensive Umbrella Liability $1,000,000.00 each occurrence $1,000,000.00 each aggregate • • F. Malpractice/Errors&Omissions Insurance $1,000,000.00 each occurrence $2,000,000.00 each aggregate SECTION 6. 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 7. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Page 3 of 8 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 8. 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 the City determines during the course of this Agreement that this certification is no longer valid,the 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 9, 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 Page4of8 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 10.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. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It 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. 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. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his 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 the City in its efforts to enforce this Agreement,including but not limited to,the City's reasonable attorney's fees,whether or not suit is filed, 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 • Page 5 of 8 • • • or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 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" "CONTRACTOR" THE CITY OF RICHMOND, Davey Resource Group,Inc. INDIANA by and through its 295 South Water Street,Suite 300 Board of Parks and Recreation Kent,Ohio 44240 By: By: mfr.Aeled-6- Mike Foley,President Date: Z `-fi z / Printed: Kenneth A.Joehlin I, Approved: / %P► Title: VP &GM D .Snow 4, o• Date: /7 G8 ZDZ/ Date: October 13,2021 Pnge6of8 Exhibit A City of Richmond Request for Proposal • 1 Page7of8 • • , j ,.:(,. \CO'Cwfax,, Torr,Q. cm woi,_ ovocca b . , 0 WO Cif of Richmond r(si,LK. Ino �, 22� r I -io Street Department �c5°-° ' "I � Park Department �`��� . �lt . Request for Proposal, IM Ar 4 1 (p 5 5 . itiq5v IS Tree Inventory: Risk Assess end INTRODUCTIOJ\I (9 /"L. • The City of Richmond,Indiana is seeking a qualified contractor to aid In the completion of a tree inventory. While several parts of the inventory will be performed internally,we are requesting assistance in one specific area;risk assessment,' • A pilot Inventory(approximately i.,000 trees)will be performed by staff and volunteers;however,a more formal risk assessment is needed for trees that might be showing signs.of distress. Our team will determine Initial health,and then flag trees of concern for further evaluation by the contracted arborist, This cooperative approach reduces costs for the city while also ensuring that the most vulnerable trees are being evaluated by certified professionals.Additionally,It reduces liability for the city while increasing the safety for nearby homeowners and park visitors, •The following objectives are pribfltfes for the community made possible by a comprehensive approach to canopy management,starting with a tree inventory;. • Establish a sustainable system for evaluating and tracking all city trees O Give new arborists training and substantial practice In urban canopy management • Reduce risk and liability by developing a more robust system for dead/sick tree Identification and removal © Restore lost canopy due to development o Enhance quality of life for residents • a Build resilience against a changing climate and invasive Insect threats ; o Contribute positively to human health through cleaner air and cooler urban temperatures 1 a Boost economic markers such as property values CITY INFO and PROJECT HISTORY ' A grant has been made available through the Indiana Department of Natural Resources'community and Urban Forestry Program, Richmond was one.of seven communities selected for funding In the 2020 . grant cycle, This Inventory Is part of a broader vision for Richmond which Includes a comprehensive . master plan for our city parks,tree plantings Including those through a National Road Heritage Trail mitigation project,and a city comprehensive plan which focuses attention on climate resiliency and , • natural resource protection. currently,'rt.Bosell,,Street Commissioner,uses his staff and the Street Tree commission to evaluate and ' manage street trees; The Parks and Recreation Department evaluates and manages park trees, Richmond does not currently have a complete,up-to-date tree Inventory nor does it have a combined . system.This project alms to change both, • EXHIBIT PAGE \ OP'-` • Canopy maps are available which help the team by providing a snapshot of general health,size and • I . locations of city trees. These maps are being used to determine the pilot plot area for this project. SCOPE OF SERVICES/GOALS OF PROJECT The selected contractor will be asked to assess trees determined to be at risk by our Street Tree commission and volunteer inventory team. • A full assessment determining status of the tree, o Possible cause(s)of condition • Mitigation recommendations must be completed in a data tracking software which can be converted to(Tree for IDNR reporting and be provided to the project team In a comma separated values spreadsheet.Analysis will be made available to IDNR's Community and Urban Forestry • Program officials, HID REQUEST, All bidders must provide a bid for risk assessments on 1,000 trees, • Should the team not need that many assessments,the bidder will be asked to begin a formal Inventory (ail basic'information/measurements along with a risk assessment)on any remaining trees in the.pllot • • Inventory, Should the pilot inventory already be complete,the contractor will be asked to begin a new plot. The amount of work will not exceed the dollar figure In the initial bid;therefore,we-ask that all 'bidders Include a rate per tree for the secondary Inventory. The risk assessment will begin once the Inventory team has reached near completion of the Inventory(at least 80%complete). • The contractor must provide all equipment necessary to complete the assessment and mitigation recommendations Independently. Schedules must be agreed upon with the City of Richmond Street Tree Commission,the Street Commissioner,and the Parks Department Superintendent, The contractor may not close any roads or block traffic unless they have received prior written permission from the Street Department, , SELECTION CRITERIA Vendors will be scored based on the following criterial Possible points criteria 25 points Experience In the Industry 40 points , Recommendations/past work history • , 85 points Cost per tree risk assessment/mitigation recommendations •i The tree Inventory team will evaluate all bids, This team consists of; o street Commissioner o Representative,Street Tree Commission vntswU•fjl?�"`n� • FXHIBIT (� PAG1✓... t7 ` K' • • • • • 6 superintendent,Parks and Recreation Department • o Landscape and Naturalist Leader,Perks and Recreation Department • • Floral and Beautification Leader,Parks and Recreation Department a Additional volunteers and meeting facilitator TIMELINE • Training Inventory volunteers and the Street Tree commission will begin Inventory work upon training completion. Volunteers will have 9 months to complete the inventory(to at least Bo%o completion)at which time,the contractor will begin the risk assessment(approx.February 2022), The`c'rr11.n ractorr,`uv1Jt have.',7•0 s �,f ;to snnij�leta;the r S+Ic,�;;�se s��e►i.p•' 1ry uld'.the ieam'movelnore �+ 7� 4 ':•. .. ..,: y ..:•�•ti•.r..7;�..,.; .. .. .,., ....r..ii.�}.:.:.�I:..•.r.ti;!•::.:.rC•�i:y �l•R:•,:' qulC[ily.#11an:eicp'e"bted,�the3iiriellna:can.h�a•sh(fteditn"accoininoda'te:b'oi:h':gr.'aups; ALTERNATE BID OPTION The team Is considering using an alternate software other than purchasing one from a consultant. However,we may be interested In learning what is available Including subscription,training,and necessary modules for 3 years, Alternate#:L Software&Training: The software must Include the ability to store the following information(see Mandatory Inventory Data Fields list below). This list Is made available by the Indiana Department of Natural Resources.Bidding contractors may refer to the attached DNR"Community and Urban Forestry Program Tree inventory Requirements"for complete information about software/Inventory needs. • Software must provide Mandatory Inventory data fields: • • ••Number/Code • GPS Position Coordinates(In a format compatible for GIS mapping tools) •Street Name •Address • Genus&Species • • I Tree Species Code(using species codes attached) • DBH ' • Land Use Site Type •Tree Condition • Maintenance Needs • • • Maintenance Priority •Sidewalk Damage • Utility Conflicts • • Risk Tree Assessment(level:t or above) • Piantable Spaces(by tree size) • *More data fields may be added but none of the above fields may be omitted . • I iEXHIBIT - PACE 3 . . ,.. —.I • • e The full expense fora years use of the software including all subscriptions,purchases,and necessary modules, • The software must be capable of downloading Information Into a format that Is easily transferable to[Tree(mandated by the grant), ¢ Richmond will be using a combination of staff,volunteers,and contractor(s)to complete the pilot project and everyone will need a basic understanding of expectations and will require training, BIDDING INSTRUCTIONS Those wishing to submit a bid for this project may send a complete proposal along with two references to: Kara Messier Purchasing Director 50 North 5th Street(P.1,Richmond,IN 47374 Mailed submissions must be postmarked by July f t,2021, Any questions regarding this submission contact: Denise Retz,Park Superintendent Richmond Parks and Recreation • Deniseretz@richmondlndlane,gov In the Interest of saving resources,proposals may be submitted electronically to Kmessler@riohmondindiana,gov, submissions should not be considered officially submitted until bidders receive a confirmation email from the Purchasing Director, Electronic submissions must be received by 11;59 pm on.July.Oth,2021, The proposals will be opened at the Hoard of Works at 5;00 pm onJuly 1st,2021 and taken Into advisement,scored at a later date with criteria listed above,and awarded in a public meeting, w--z'�:'r•-rah��¢¢s,i;�;;��'i?;:«'�+`� -llrZ�fd p5't���y c, ,Tji,i• �iict+711::._ •{'ii5=ti!j • F � 15 L1� jUj_t�•-,_r.._ ;.: -,tr, :1� , - - - - ,rlc,: s`;,r� . :. :�_ .., s... rc kr?., ,i{ ;,.t; +-a, - __�,,r,=•,`- .,`s::G--- �:x�'�"�s '.rs- .:1::0rn:fal -te,i i:11. :.-r":-a.- :,�"rJ- -'�' - yfi^; .��"{_,Ta 7a"'a-,�..iti. �Fe a::£fse�Cri�r`.1'�7�:,1[ti ::c,y.�,•F;3{'�.��,r,':�,;.(1Clg�'ei,y3pu�u;�Nd=?-,i.:l/= ..,. ..r$::.,_,Y._(.. .� • I EXHIBIT PAGE OP t 1 Exhibit B Davey Resource Group, Inc. Proposal • I Page 8of8 I • Inv t r , t Traininy oftware and Data ColleotIon Nik Custom training-workshop at a vuiit rate of 1760,e $100/hour Tree Risk Assessment Gl Option',with the City'sTreeKeeper!subscription service agreement, a computerized tree risk assessment inventory of up to 1,000 previously collected trees at a unit rate of $9,61,/site It Option 2,with the City using'I1'cet(eeper°for data collection without a subscription service agreement,a computerized tree risk assessient inventory of up to 1,000 previously collected,trees at a unit rate of $10,63/site (, Option 3,without the City's'z'reeKeeper°subscription service agreement or use of TreeKeeper°by the City to collect data,a computerized tree rislc assessment inventory of up to 1,000 previously collected trees at a unit rate of $110,87/site • • All unit rates include an inventory narrative and presentation sl/des briefly summarizing data findings/trends. Op ion.2 includes the bylldout ap velceeperafor City staff ad volunteer use. Options 3 includes City data handling and.bR G custom data collection • programming • butldoue Standard Tree Inventory (Optional), • , ❑ Computerized•full-inventory data collection of up to 2,000 existing ' trees and stttnaps at a unit rate of; $6.3L4/site O Comnputerized inventory data collection of planting sites at a unit rate of $3,00/sate TreeKeeper4 Software (Optional) The Inventory data will be the property of the City of Richmond,The City agreeing to receive our promotional offer(option 1 of the tree risk assessment task)receives one free year of Tteal(eeperw subscription service and support beginning on the last day of the month of the City and staff volunteer Inventory begins and ends 365 days later,ARC offers a$2,500 In-idud value only IF the City of Richmond chooses the promotional software service offer,DR.G locks in the subscription renewal fee at the prices listed below if the subscription does not lapse, • �l One year subscription $2000 iuxnp sum 0 Three-year subscription .• $6,250lutnp sum El Plveyear subs criptloti $1.0,000lump sum ❑ premium/UniimitedTelephone Support $X,000/year During JJR G&data collection time f ame the tree inventory data access by Rischmond will be limited to view only, • • • • i � I Davey Resouraa Group • !EXHIBIT PACE i Ol✓ 2 Pimp 1A • h r • • • '4 uthilizattn to Proceed The above prices and terms and conditions and warranty are hereby accepted.I am authorized to bind the City • of Richmond and authorize Davey Resource Group,Inc,to perform the specified.work,lam familiar with and ' agree to the terms and conditions appended to this proposal. X understand.that once accepted this proposal constitutes a binding contract.This proposal Is based on an estimated number of trees/sites to.be inventoried, Davey Resource Group, Inc.'reserves the right to renegotiate the price based on the timing of the award, scheduling of Reldwork,the final methodology chosen by the client,and availability,completeness,and duality of maps and GIS information. Tree inventory Risk Assessment • Approval Task • Investment pee • Task 1;Training;Software and Data.Collection.• $100/hour Task 2:Option 1;'1:i'ee Risk Assessment $9,61/site Task 2;Option2;nee Risk Assessment $10.63/site Task 2;Option 3;Tree RiskAssessment $10,87/sites Task 3;Standard Tree Inventory(trees and stumps) $6.16/site 1Thsk 3;Statidrd.'flee Inventory(planting sites) $3.00/site • Task 4;3-Year TreeKeeper®Software $4250 Project Total (with options Tasks 7, 201 and 4) $16;680 • By signing this farm,X do hereby acknowledge acceptance of the terms and conditions described herein • and authorize work to be performed, Client Name; ' Authorizing Signature; • Tide; 1nate; • Davey R.esoru ce Group,Inc, . i Name;Area Flint Title;'Main Lead Date;7/1/21 i . • Davey Resolves Oroup LXHpIT _ PAGE PAge�S • Affidavit of Employment Eligibility Verification The Contractor, Davey Resource Group, Inc. , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States 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 learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating'in the E-Verify program. The Contractor will .• maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this 23rd day.of June 2021. (signature) Kenneth A.Joehlin,VP &GM,Environmental Consulting&Business Development (printed name) ACCPRE,® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 06128/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh USA Inc. NAME: 2D0 Public S uare,Suite 3760 PHONE FAX Cleveland,OH 44114-1824 E-MAIL AIto,Est): (A/C,No): Attn:Cleveland.CertRequest@marsh.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 104550 RESOU Fergus INSURER A:Old Republic Insurance Company 24147 INSURED INSURER B: Davey Resource Group,Inc. 295 S.Water Street,Suite 300 INSURER C Kent,OH 44240 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CLE-006746447-01 REVISION NUMBER: 8 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 ADDL SUBR LTR TYPE OF INSURANCE INSD WILD POLICY NUMBER POLICY EFF POLICY EXP (MM/DDIYYYY) (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY MWZY 314042 20 09/01/2020 09/01/2021 EACH OCCURRENCE $ 5,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED — PREMISES(Ea occurrence) $ 5,000,000 MED EXP(Any one person) $ 25,000 • PERSONAL&ADV INJURY $ 5,000,000 GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 5,000,000 X POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ 5,000,000 OTHER: $ A AUTOMOBILE LIABILITY MWTB 314041 20 09/01/2020 09/01/2021 COMBINED SINGLE LIMIT $ 5,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED _ AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED x NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ _ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ A WORKERS COMPENSATION MWC 314040 20(AOS) 09/01/2020 09/01/2021 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT 5 5,000,000 OFFICER/MEMBEREXCLUDED? N N/A (Mandatory in NH) EL DISEASE-EA EMPLOYEE $ 5,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 5,000,000 A EXCESS WORKERS COMPENSATION MWXS 314043 20(CA,OH,PA,NC,WA) 09/01/2020 09101/2021 WORKERS COMPENSATION STATUTORY EXCESS OF$5,000,000 SIR EMPLOYERS LIABILITY 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The City,its officers,officials,employees,agents and volunteers is(are)included as Additional Insured(s)as respects General Liability and Automobile Liability where required by written contract or agreement and only as respects operations performed on their behalf by the Named Insured. Coverage includes waiver of subrogation on General Liability,Automobile Liability,and Workers'Compensation coverage.This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured where required by written contract,subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION • City of Richmond SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 50 North Fifth Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Richmond,IN 47374 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee �tAuo�s ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD