Loading...
HomeMy Public PortalAbout044-2022 - Gripp - flow monitoring equipment AGREEMENT THIS AGREEMENT made and entered into retroactively to the lst day of January, 2022, 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 Gripp, Incorporated, 17322 Westfield Park Road, Westfield,IN 46074(hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to for the purchase and installation of flow monitoring equipment and to provide maintenance data, reporting and support services related to flow metering, which work is more particularly described on Exhibit"A", which is the City's request for quotes, which is attached hereto and incorporated by referenced herein,and Exhibit"B"which is the Contractor's response to the City's request for quotes, which is attached hereto and incorporated by reference herein. Any new equipment provided hereunder shall be the same model (or updated version) of the equipment that the City already owns. Additionally, this Contract does not guarantee any specific amount of work or equipment purchases,which shall be the sole discretion of the City. 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 a total annual sum not to exceed Sixty-five Thousand Dollars and 00/100 ($65,000.00)for services described herein. SECTION IV. TERM OF AGREEMENT This Agreement shall be effective as of January 1,2022 through December 31,2022. The City has the option to renew this contract for two (2) additional one (1) year terms by providing notice of such intent to renew to the Contractor prior to the expiration of this contract or the expiration of a successive term. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in Contract No.44-2022 -- --- 1 I Page date and the reasons for termination which shall include but are 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. 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 —__ 2 P'a g e 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 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 — — -- 3 I Page 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. 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 4 I Page 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. 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. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK—SIGNATURES TO FOLLOW] 5 I Page "CITY" "CONTRACTOR" The City of Richmond, Indiana, by and Gripp, Incorporated through its Board of Sanitary Commissi rs - --- By: (//( 544&.......-- iller,President (Printed): J tkpy G rk a p P Dated: �— Title: G E O s 1, Vice President Dated: 3 _ i Zv Dated: - 7.3 —2'L- eg Steit ,Member Dated: 3 -� v a'a- APPROVED: l — Sno a_ Dated: O 01 74922 6 I Page op Rroy. . ?'o DAVID M.SNOW 4 a Mayor t PATRICK SMOKER AND I ANP Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE•RICHMOND,INDIANA 47374 PHONE(765)983-7450•FAX(765)962-2669 October 28,2021 Gripp,Incorporated Attn: Mr.Keith.Hicks 17322 Westfield Park Road Westfield,IN 46074 RE: Flow Metering Services Dear Mr.Hicks: The Richmond Sanitary District wishes to have you provide pricing for services and equipment similar to what has been provided through Contract 8-2019,which would be considered for a new contract. The new contract would be for one year(2022 Calendar Year),with two options to renew for two additional one-year terms. All new equipment shall be the same model(or updated version)of the equipment RSD currently owns. No amount of work or equipment purchase will be guaranteed as part of this contract. Please fill out the attached pricing sheet and include it in your response. In addition to this,we will require insurance in the amounts listed on the attached sheet and a new signed E-verify affidavit.;We will need a copy of these before a contract could be issued. Please also include a statement/letter from Teledyne/ISCO indicating Gripp being the exclusive distributor and sales representative for the products we currently own. If you have any questions,please contact me at(765)983-7483 or by a-mail at ewelch@richmondindiana.gov. Please submit responses to me by email no later than Friday,November 12,2021. Sincerely, Elijah W.Welch,P.E. District Engineer Attachments Exhibit'A-page 1 of 4 Richmond Sanitary District Flow Monitoring Services Unit Price Permanent Flow Meter Purchase $ (Monitors Wet and Dry Side, Cellular Connection, Power from existing Receptacle, New SS Enclosure) Permanent Meter Initial Setup and Installation $ Temporary/Portable Flow Meter Purchase $ (Battery Powered, Cellular Connection, MH Lid Antenna) Portable Meter Initial Setup and Installation $ Rental of Portable AV Flow Meter(per Month) $ Fee to Relocate 1 Meter $ Fee to Relocate 2 Meters (when requested with other.relocations) $ Fee to Relocate 3 Meters (when requested with other relocations) $ Fee.to Relocate 4 Meters (when requested with other relocations) $. Fee to Relocate 5 Meters (when requested with other relocations) $ Rain Gauge Purchase-Data Push Style Power from existing receptacle, Cellular Connection, Enclosure) Rain Gauge Initial Setup and Installation $ Lift Station Monitor Purchase-Data Push Style $ (Cellular Connection, power from Existing Receptacle) Lift Station Initial Setup and Installation $ Calibration and Inspection(per meter) $ Additional Software License Purchase $ Training (per day) $ Field Crew Service(service) (On-call-per hour) $ Field Crew Service(travel) (On-call -per hour) $ Submittal of.Monthly CSO DMR $ (Submitted by email by the 10th of each month) Website Data Hosting Services (monthly-15 sites or less) $ NOTE: Misc. Equipment,expenses (scissor rings, etc)will be shall be billed at cost+10% CONTRACTOR NAME: Authorized Signature Date Exhibit'A'-page 2 of 4 E-Verify Requirements: Definitions: E-Verify Program-A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208),Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L 99-603). 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 22-5-1.7-1.1 (a)(2); and • 3. A purchase order has been issued by the Purchasing Department. ■ ■■■■■■■■■E■E■®■■.I E'I■■■■■■0.11 Y e E E MMIMMIIM MMMMMMMMMM OMMIMMEMOMMODIMMIIMM MMMMMMM OMMEMOMMMO COMPLIANCE WITH INDIANA E-VERY 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 the 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(a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty(30)days after the City notifies the Contractor of the violation. If the 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. Exhibit'A'-page 3 of 4 • Affidavit of Employment Eligibility Verification • • The Contractor, , 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 work1eligibility 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 day of ,20 . . • (signature) • • • (printed name) • • • • • • • • • • • • • • • Exhibit'A'-page 4 of 4 December 10, 2021 Elijah W. Welch, P.E. District Engineer. Richmond Sanitary District 2380 Liberty Ave. Richmond, IN 47374 Office 765983.7483 Elijah, Gripp Inc. is pleased to provide Richmond Sanitary District(RSD)the attached 2022 Service Pricing. Gripp Inc. is the exclusive distributor and sales representative for Teledyne Isco equipment and is also factory authorized to service Isco products. A letter from Isco acknowledging Gripp as Authorized distributor is attached. Also attached is the required insurance certificate. As always, we enjoy working with you and the rest of the folks at RSD and appreciate this opportunity to continue in the future. Please let me know if you have any questions. • ; Sincerely, Keith Hicks Technical Sales Representative Exhibit'B'-page 1 of 6 Richmond Sanitary District Flow Monitoring Services Unit Price Permanent Flow Meter Purchase $14,614.05 (Monitors Wet and:Dry Side,Cellular Connection, Power from existing Receptacle, New SS Enclosure) Permanent Meter Initial Setup and Installation $2,395.00 Temporary/Portable Flow Meter Purchase $8,699.90 (Battery Powered,Cellular Connection, MH Lid Antenna) Portable Meter Initial Setup and Installation $550.00. Rental of Portable AV Flow Meter(per Month) $1,580.00 Fee to Relocate 1 Meter $1,050.00 Fee to Relocate 2 Meters(when requested with other relocations) $920.00 Fee to Relocate 3 Meters(when requested with other relocations) $800.00 Fee to Relocate 4 Meters(when requested with other relocations) $680.00 Fee to Relocate 5 Meters(when requested with other relocations) 560.00 Rain Gauge Purchase-Data Push Style $5,946.60 Power from existing receptacle, Cellular Connection, Enclosure) Rain Gauge Initial Setup and Installation $800.00 Lift Station Monitor Purchase-Data Push Style $Quote as needed. (Cellular Connection, power from Existing Receptacle) Lift Station Initial Setup and Installation $Quote as needed Calibration and Inspection(per meter) $550.00 Additional Software License Purchase $2,700.00 Training(per day) $800.00 Field Crew Service(service)(On-call -per,hour) $250.00 Field Crew Service(travel)(On-call -per hour) $250.00 Submittal of Monthly CSO DMR $680.00 (Submitted by email by the 10th of each month) Website Data Hosting Services(monthly-15 sites or less) $85.00 per site per month for Permanent Meters $75.00 per site per month for Temporary Meters NOTE: Misc. Equipment,expenses(scissor rings,etc)will be shall be billed at cost+10% CONTRACTOR NAME: Gripp Inc. �Gi Dec 10,2021 Authorized Signature Date Exhibit'B'-page 2 of 6 E-Verify Requirements: Definitions: E-Verify Program—A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208),Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986(P.L. 99-603). • 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. COMPLIANCE WITH INDIANA E-VERY 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 the 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.(a)(2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty(30)days after the City notifies the Contractor of the violation. If the 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. Exhibit'B'-page 3 of 6 • Affidavit of Employment Eligibility Verification The Contractor, Gripp 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 workieligibility 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&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 11 .day of November ,20'21. (signature) Keith Hicks (printed name) • • • • • • • • • • • Exhibit'B'-page 4 of 6 . TELEDYNE ISCO Everywhereyoulook Attention: To Whom It May Concern Subject: Sole Source Letter This is to certify that Teledyne ISCO, a business unit.of Teledyne Instruments, Inc. is the sole manufacturer of Teledyne ISCO and QCEC automatic water/wastewater sampling and flow monitoring equipment. These items include but are not limited to flowmeters, samplers, rain gauges, connecting cables,and associated hardware, as well as,operational and flow management. software.Equipment and parts can be obtained either directly from Teledyne ISCO or through our local representative, Gripp, Inc: Gripp, Inc., with offices located at 17322 Westfield Park Road, Westfield, Indiana 46074 is an authorized exclusive.Teledyne. ISCO Sales Representative and Distributor for the following territory: • State of Indiana, excluding the counties of o Lake and Porter • State of Kentucky,to include only the counties of: o Crittenden,Lyon, Trigg Bullitt,Hardin Larue,Hart, Barren, and Allen This letter is valid until November 30, 2021. Respectfully, Teledyne ISCO, a business unit of Teledyne Instruments, Inc. L94, Andrew L. you Jr. Sr. Quotation/Submittals&Contracts Specialist 4700 Superior St,Lincoln,Nebraska,68504 USA. • Toll-free:(800)228-4373 • Phone:(402)464-0231 teledyneisco.com Ac o® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/11/2021 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 ISSUINGINSURER(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 Dawn Bryant-Smith - NAME: Shepherd Insurance,LLC PHONE (317)846-5554 FAX (317)846-5444 .- .. - - . (A/C.No,Ed): - (AIC,No): 111 Congressional Boulevard . -M DAILSS: dsmith©shepherdins.com ADRE • Suite 100 INSURER(S)AFFORDING COVERAGE - NAIC# Carmel IN 46032 INSURER Cincinnati Insurance Company 10677 INSURED INSURER B: Cincinnati Casualty Company 28665 Gripp Incorporated INSURER C 17322 Westfield Park Road INSURER D: . - ... INSURER E: . ..Westfield. ... IN 46074 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2131128724 • REVISION NUMBER: 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 CONTRACTOR 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 SUER - POLICY EFF POLICY EXP - LTR TYPE OF INSURANCE INSD WVD - POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS - X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMSMADE X OCCUR DAMAGE TO RENTED -'500,000 ' _ PREMISES(Ea occurrence) $ -- - - MED EXP(Any one person) $ 10,000 ' ' A EPP0377409 03/23/2021 03/23/2022 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE $ 2,000,000 POUCY X JEa LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE UABILITY - - COMBINED SINGLE LIMIT $ 1,000,000 _ (Ea accident) X ANYAUTO - BODILY INJURY(Per person) $ - A� OWNED ... SCHEDULED - EBA0377409 03/23/2021 03/23/2022 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED - - PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ X UMBRELLA UAB X OCCUR - - EACH OCCURRENCE $ 5,000,000 CLAIMS-MADE - AGGREGATE- $ A EXCESS MB EPP0377409 03/23/2021 03/23/2022 5,000,000 DED RETENTION$ - - $ - WORKERS COMPENSATION - X STATUTE ERH- AND EMPLOYERS'LIABILITY Y/N - ANYPROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT $ 1,ODD,DDD B OFFICER/MEMBEREXCLUDED? N -N/A EWC0378793 03/23/2021 03/23/2022 • •- (Mandatory in NH) -E.L DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE.=POLICY LIMIT $ • Each Incident $25,000 Pollution Liability A EPP0377409 03/23/2021 03/23/2022 Aggregate $50,000 : • Deductible $3,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) - • • CERTIFICATE HOLDER -. - CANCELLATION .. SHOULD ANY-OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ' City of Richmond,Indiana ACCORDANCE WITH THE POLICY PROVISIONS. 50 N.5th Street .. .. - AUTHORIZED REPRESENTATIVE Richmond IN 47374 AQ,,,,;,,,i�y„ . I Q - ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name ng.jogg,areeareegistef%d marks of ACORD -