Loading...
Fuel Pump/Spill Bucket Replacement AGREEMENT BETWEEN THE CITY OF SALINA,KANSAS and P.B. HOIDALE CO.,INC. for FUEL PUMP/SPILL BUCKET REPLACEMENT This Agreement is entered into October 12, 2015 by and between the City of Salina, Kansas, (the "City") and P.B. Hoidale Co., Inc. a Kansas Corporation(the"Contractor"). Recitals A. The City desires to contract for fuel site repair services for the purpose of removal and installation of the fuel island equipment in compliance with federal, state,and local regulations. B. The Contractor has the requisite qualifications and experience to perform the services needed by the City and desires to perform those services pursuant to the terms of this Agreement. The parties, in consideration of the mutual promises set forth in this Agreement, agree and covenant: 1. Definitions. Capitalized words used in this Agreement shall have the following meanings: "Agreement" means this Agreement for fuel site repairs,as amended and supplemented from time to time. "City" means the City of Salina, Kansas. "Contractor" means P.B. Hoidale Co., Inc. and its successors. 2. Exhibits. The following Exhibits are attached to and made a part of this Agreement(Mark with"X" if applicable): Exhibit A: Responsibilities of the Parties X Exhibit B: Term; Schedule Exhibit C: Basis of Payment Exhibit D: Insurance Requirements 3. Responsibilities of the Parties. The parties agree to perform the responsibilities outlined in the attached and incorporated Exhibit A. 4. Term; Schedule. The Contractor agrees to perform its responsibilities during the term and according to the timeframe and schedule described in Exhibit B, subject to the potential for prior termination pursuant to the terms of this Agreement. 5. Payment. The City shall pay the Contractor for the performance of its responsibilities pursuant to this Agreement as set forth in Exhibit C. 6. Insurance Requirements. 6.1. Types and Amount of Coverage. The Contractor agrees to obtain insurance coverage as specified in Exhibit D, attached hereto, and shall not make any material modification or change from these specifications without the prior approval of the City. If the Contractor subcontracts any of its obligations under this Agreement, the Contractor shall require each such subcontractor to obtain insurance coverage as specified in Exhibit D. Failure of the Contractor or its subcontractors to comply with these requirements shall not be construed as a waiver of these requirements or provisions and shall not relieve the Contractor of liability. Contractor Services(2014-06-18) 6.2. Rating. All insurance policies shall be issued by insurance companies rated no less than A- VII in the most recent "Bests" insurance guide, and admitted in the State of Kansas. Except as otherwise specified in Exhibit D, all such policies shall be in such form and contain such provisions as are generally considered standard for the type of insurance involved. 6.3. Certificate of Insurance. The parties acknowledge that the Contractor has provided the City with a certificate of insurance listing the City as the Certificate Holder and evidencing compliance with the insurance requirements in this Agreement. The City reserves the right to require complete certified copies of all insurance policies procured by the Contractor pursuant to this Agreement, including any and all endorsements affecting the coverage required hereunder. 7. Injury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the City's Risk Management Department at (785) 309-5705 in the event of such injury to person(s) or damage to property. 8. Indemnification. To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the City, its agents, representatives, officers, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees and court costs) attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property, including loss of use resulting therefrom, to the extent that such claims, damages, losses, and expenses relate to, arise out of, or are alleged to have resulted from the wrongful acts, negligent acts, errors, omissions, or defective work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of this Agreement. 9. Voluntary Termination. Either party may terminate this Agreement, with or without cause, upon thirty (30) days advance written notice to the other party. In the event of such termination, the Contractor shall be compensated for such services as have been satisfactorily performed through the date of termination, but no compensation shall be earned after the effective date of the termination. Within five(5)days of any such termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Contractor pursuant to this Agreement shall be delivered to the City. Notwithstanding the above, the Contractor shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Contractor, and the City may withhold any payments to the Contractor for the purposes of set-off until such time as the exact amount of damages due the City from the Contractor may be determined. 10. Default. If either party fails to comply with any term of this Agreement within ten (10) days after written notice to comply has been mailed by the non-defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement("Event of Default"). 11. Remedies. Upon the occurrence of an Event of Default,the non-defaulting party shall have the following rights and remedies, in addition to any other rights and remedies provided under this Agreement or by law: 11.1 Termination. The non-defaulting party shall have the right to terminate this Agreement or terminate the defaulting party's rights under this Agreement. 11.2 Other Remedies. The non-defaulting party may pursue any available remedy at law or in equity (including specific performance)by suit,action, mandamus or other proceeding to enforce and compel the performance of the duties and obligations set forth in this Agreement, to enforce or preserve any other rights or interests of the non-defaulting party under this Agreement or otherwise existing at law or in equity and to recover any damages incurred by the non-defaulting party resulting from such Event of Default. 12. Non-Assignable. Due to the unique qualifications and capabilities of the Contractor, neither the rights nor responsibilities provided for under this Agreement shall be assignable by either party,either in whole or in part. 13. Notices. All notices required or permitted to be given pursuant to this Agreement shall be in writing and delivered personally or sent by registered or certified mail, return receipt requested, or by generally recognized, prepaid, commercial courier or overnight air courier service. Notice shall be considered given when received on the date appearing on the return receipt, but if the receipt is not returned within five(5) days, then three (3) days after mailed, if sent by registered or certified 2 mail or commercial courier service; or the next business day, if sent by overnight air courier service. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk Attn: Shandi Wicks P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: P.B. Hoidale Co., Inc. 3737 W. Harry Wichita, KS 67203 14. Retention and Inspection of Records. The Contractor shall maintain complete, accurate, and clearly identifiable records with respect to all costs and expenses incurred under this Agreement. The records shall be maintained during the term of this Agreement, and for a period of three (3) years from the date of final payment under this Agreement (the "Retention Period"); provided, however, that if any litigation, claim or audit is commenced prior to the expiration of the Retention Period, then the Retention Period shall be extended until all litigation, claims or audit findings have been completely terminated or resolved, without right of further appeal. During the Retention Period,the Contractor shall allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to, or arising under, this Agreement. The City agrees to responsibly utilize all information obtained pursuant to this paragraph for the purposes of reviewing, confirming, and verifying the nature and amount of all costs and expenses incurred under this Agreement. The City agrees to take reasonable precautions not to disclose such information outside the scope of those stated purposes, subject to the Kansas open records act or other applicable law. 15. Non-appropriation. The City is subject to Kansas budget and cash basis laws, and operates on a calendar fiscal year. In the event that this Agreement involves financial obligations spanning multiple fiscal years for the City, it is subject to annual appropriation by the City's governing body for future fiscal years. If the City's governing body does not appropriate the funds necessary to fulfill the City's financial obligations pursuant to this Agreement, the City shall so notify the other parties to this Agreement and this Agreement shall be null and void for purposes of the fiscal year(s)affected by the decision of the governing body not to appropriate. 16. Relationship. It is expressly understood that Contractor in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which Contractor performs its responsibilities as outlined in Exhibit A. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. Contractor shall be exclusively responsible for all taxes, withholding payments, employment-based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms,or returns pertinent to the foregoing. 17. Subcontracting. Contractor shall not subcontract any work or services under this Agreement without the City's prior written consent. 18. Compliance with Applicable Law. Contractor shall comply with all applicable federal,state, and local law in the performance of this Agreement. 19. Equal Opportunity. (a) In conformity with the Kansas act against discrimination and Chapter 13 of the Salina Code, the Contractor and its subcontractors, if any,agree that: (1) The Contractor shall observe the provisions of the Kansas act against discrimination and Chapter 13 of the Salina Code and in doing so shall not discriminate against any person in the performance of work under this Agreement because of race,sex, religion, age, color,national origin, ancestry or disability; 3 (2) The Contractor shall include in all solicitations, or advertisements for employees, the phrase "equal opportunity employer,"or a similar phrase to be approved by the City's human relations director; (3) If the Contractor fails to comply with the manner in which the Contractor reports to the Kansas human rights commission in accordance with the provisions of K.S.A. 44-1031 and amendments thereto,the Contractor shall be deemed to have breached this Agreement and it may be canceled,terminated or suspended, in whole or in part, by the City; (4) If the Contractor is found guilty of a violation of Chapter 13 of the Salina Code or the Kansas act against discrimination under a decision or order of the Salina human relations commission or the Kansas human rights commission which has become final, the Contractor shall be deemed to have breached this Agreement and it may be canceled,terminated or suspended, in whole or in part, by the City; (5) The Contractor shall not discriminate against any employee or applicant for employment in the performance of this Agreement because of race, sex,religion,age, color,national origin,ancestry or disability; and (6) The Contractor shall include similar provisions in any subcontract under this Agreement. (b) The provisions of this section shall not apply to this Agreement if the Contractor: (1) Employs fewer than four employees during the term of this Agreement; or (2) Contracts with the City for cumulatively$5,000 or less during the City's calendar fiscal year. 20. Administration of Agreement. All references in this Agreement requiring the City's participation or approval shall mean the participation or approval of the City Manager or his designee,unless otherwise provided herein. 21. Attorney Fees. If any suit or action is instituted by either party hereunder, including all appeals,the prevailing party in such suit or action shall be entitled to recover reasonable attorney fees and expenses from the non-prevailing party, in addition to any other amounts to which it may be entitled. 22. Right to Independent Legal Advice. The Contractor understands and acknowledges the right to have this Agreement reviewed by legal counsel of the Contractor's choice. 23. Applicable Law;Venue. This Agreement and its validity,construction and performance shall be governed by the laws of Kansas. In the event of any legal action to enforce or interpret this Agreement, the sole and exclusive venue shall be in the Saline County,Kansas District Court. 24. Interpretation. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 25. Time. Time is of the essence of this Agreement. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday that termination time shall extend to 5:00 p.m. of the next full business day. 26. Severability. The unenforceability, invalidity,or illegality of any provision of this Agreement shall not render the other provisions unenforceable, invalid,or illegal. 27. Authority and Consent to Transaction. Each party represents to the other that the person executing this Agreement has full and legal authority to bind such party to the terms of this Agreement, and that the execution and delivery of this Agreement have been duly and validly authorized by the governing body of each party. 28. Persons Bound. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and authorized assigns of the parties hereto. 4 29. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original,or in multiple originals,and all such counterparts or originals shall for all purposes constitute one agreement. 30. Amendments. Neither this Agreement nor any of its terms may be changed or modified, waived, or terminated except by an instrument in writing signed by an authorized representative of the party against whom the enforcement of the change, waiver,or termination is sought. 31. Waiver. No failure or delay by a party hereto to insist on the strict performance of any term of this Agreement, or to exercise any right or remedy consequent to a breach thereof, shall constitute a waiver of any breach or any subsequent breach of such term. No waiver of any breach hereunder shall affect or alter the remaining terms of this Agreement, but each and every term of this Agreement shall continue in full force and effect with respect to any other then existing or subsequent breach thereof. 32. Conflict Resolution. No interpretation of this Agreement shall be allowed to find the City has agreed to binding arbitration. 33. No Third Party Beneficiaries. Solely the parties to this Agreement shall have rights and may make claims under this Agreement. There are no intended third party beneficiaries under this Agreement, and no third parties shall have any rights or make any claims hereunder. 34. Typewritten or Handwritten Provisions.Typewritten or handwritten provisions inserted or attached,and initialed by all parties,shall supersede all conflicting printed provisions. 35. Feminine-Masculine,Singular-Plural. Wherever used,singular shall include the plural,plural the singular,and use of any gender shall include all genders. 36. Headings. The headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the interpretation of any provision hereof. 37. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof,shall be binding unless in writing and signed by all parties and attached hereto. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their authorized representatives. CITY OFSA. By: : ro-Vii Jon R : anc'ard,Mayor Attest: OOuActAl Shan ii Wicks,CMC,City Clerk Form: 41471 .. al Co I P.B.HOIDALE CO.,INC. By: PAarc AIA42. Sri (name) 0� � ( 1Ir e?e—et p c 3 AA N4.4.- (title) 5 EXHIBIT A RESPONSIBILITIES OF THE PARTIES City's Responsibilities: • Remove and replace the existing fuel island and debris(concrete structure) • Remove and replace the existing concrete around the spill bucket • Provide a master electrician licensed with the City to obtain the appropriate permit and pay the applicable fees associated with the permit • Any other work that is not listed in Contractor Responsibilities Contractor's Responsibilities: • Remove existing Fuel Master pedestal&two(2)single-product suction pumps(dispensers),two(2)hoses with pulsers • Provide and install new metal fuel island form 4' x 18' • Provide and install two(2)new single-product suction pumps(dispensers),two(2)hoses with pulsers (safe suction system) • Reinstall existing Fuel Master pedestal to the new fuel island • Complete installation, calibrate pumps,make final adjustments and remove debris • Test and ensure successful operation of all new equipment • Remove and replace spill bucket and drop tube A-1 Bid Specifications TYPE:New® Used❑ Demo Unit❑Demo units shall carry full new unit warranty. Fuel Pump and Spill Bucket Replacement Mandatory/Preferred Option Compliance Mandator Preferred N/A Yes General S s ecifications: Remove and retain existing FuelMaster pedestal. ❑ ❑ Remove two(2)existing Gasboy 9152TW-ICL®single-product, dual hose suction pumps(dispensers)consisting of two(2)complete hose assemblies with pulsers per dispenser: ® ❑ ❑ • two(2)unleaded hose assemblies on west pump, • two(2)diesel hose assemblies on east sums. Remove the old metal fuel island form,provide and install a new metal fuel island form (4' x 20' 18').Note: The City of Salina Public Works Department will remove the old concrete island and dispose z ❑ ❑ of the debris. Public Works crews will provide all concrete to vendor's s•ecifications. Provide and install two(2)each new,commercial-grade, corrosion- resistant, single-product, dual hose suction pumps(dispensers)with safe-suction system consisting of two(2)each new complete hose assemblies with pulsers per dispenser and external internal filters on Eg ❑ ❑ all hose assemblies: • two(2)unleaded hose assemblies on west pump, • two(2)diesel hose assemblies on east sum I. The proposed system must conform to ISO 9001:2000 standards ford ❑ ❑ El •ualit mana_ement s stems and be UL and cUL as•roved. Pumps(dispensers)must be Gasboy 9100-series®or equivalent- Current City fuel dispensers connect to Inform®, Veeder-Root®and ❑ ® ❑ ® FuelMaster s stems. Pumps(dispensers)must have minimum flow-rates of 15-gallons- per-minute, mechanical-flow totalizers, registering in U.S. gallons at ❑ 115-volt AC/60Hz and must be capable of connecting to Inform®, Veeder-Root®and FuelMaster s stems. Reinstall existing FuelMaster pedestal to the new fuel island. 0 ❑ ❑ Complete installation, calibrate pumps and all new equipment,make ipt ❑ ❑ final adjustments and remove debris. Test and ensure successful operation of all new equipment. ICI ❑ ❑ Vendor is responsible for acquiring and ensuring compliance with any and all federal and state(KDHE)regulations and permits as applicable.Note:The City of Salina Public Works Department will ® ❑ ❑ provide a master electrician licensed with the City who will obtain the appropriate local permit and pay the applicable fees associated with the •ermit. A-2 Fuel Pump and Spill Bucket Replacement Mandatory/Preferred Option Compliance Mandato Preferred N/A Yes General Specifications: Vendor is responsible for final cleanup and operational inspection of nypi C El site. Contractor has the option to haul off and dispose of pumps. All pumps, FuelMaster keypad, and Inform software program must work to the satisfaction of the City. The city's FuelMaster is ❑ C ® currently working. This paragraph is to ensure it works at the , completion of the project. Vendor to supply complete lump sum pricing to include all necessary parts, materials and services to fully restore the City's capability in properly dispensing fuel to include but not limited to: • New pumps/dispensers(w/complete hose units) • New metal fuel island form(primer only: painted by city) • Pump boxes for fuel island • Reinstalled Pedestal El ❑ ❑ • 1-1/2"vertical check valves • All hose groups for new pumps (1"and 3/4"to include nozzles) • Miscellaneous materials/supplies • Freight charges • Labor Warranty Service: Vendor shall provide detailed warranty information at the time of the bid and operator training to City employees that includes dispenser operation, adjustment, ® ❑ ❑ maintenance and cleaning. Literature: Successful bidder shall furnish manuals covering general maintenance and repair. Bidder shall also supply a complete ® ❑ ❑ parts manual. Manuals to be hard copy. Inspection: Inspection of the equipment will be performed as soon as possible upon delivery and installation. Equipment with missing parts or otherwise failing to meet specifications will not be accepted P failing P p � ❑ C ® and will become the vendors' responsibility. Delivery: F.O.B. City of Salina Fuel Site 315 East Elm ❑ ❑ Salina, Kansas 67401 Additional Bidder's Comments: • Spill bucket replacement includes a new adapter riser,fill cup and overfill prevention device(7150) • The quoted 4'x 18'x9" island form will leave approximately 4"-5"of curb exposed above the concrete line • Estimated lead time on dispensers is four to six weeks • Warranty is one year parts and labor from date of installation A-3 • EXHIBIT B TERM; SCHEDULE Contract Timeframe. This contract shall be completed on or before Friday,December 18,2015. B-1 EXHIBIT C BASIS OF PAYMENT 1. Compensation. For performance of the specified project in Exhibit A the City will compensate the Contractor$24,596.45. 2. Invoices. The Contractor agrees to submit to the city an invoice for the Fuel Island Rebuild Project. The invoice will be mailed to: City of Salina Central Garage 418 E. Ash St. Salina, KS 67401 3. Payment.The City shall pay the Contractor within 30 days after the receiving the invoice. C-1 EXHIBIT D INSURANCE REQUIREMENTS Pursuant to Section 6 of the Agreement, the Contractor shall obtain, pay for, and maintain—and shall require each of its authorized subcontractors to obtain and maintain—for the duration of the Agreement, policies of insurance meeting the following requirements: 1. General Requirements. A. Additional Insured. With the exception of the workers' compensation and professional liability policies to be obtained by the Contractor hereunder, all policies shall name the City of Salina ("City"), its agents, representatives, officers, officials, and employees as additional insured(s). Insurance for the additional insured shall extend to Products/Completed Operations and be as broad as the insurance for the named insured, including defense expense coverage, and, with respect to the commercial general liability policy required hereunder, shall be endorsed to apply as primary and non-contributory insurance before any other insurance or self-insurance, including any deductible,maintained by, or provided to,the additional insured(s). B. Waiver of Subrogation. Where allowed by law, all policies will include a waiver of subrogation in favor of the City, its agents, representatives,officers, officials,and employees. C. Claims Made Policies. If coverage is written on a claims-made basis for any of the policies required by this Agreement, the Contractor must maintain the coverage for a minimum of two (2) years from the date of final completion of all work under the Agreement. D. Premium and Deductible Expenses. The Contractor shall be responsible for all premiums and retention or deductible expense for any and all policies required by this Agreement. 2. Specific Coverage Requirements. A. Commercial General Liability ("CGL"). The Contractor shall maintain CGL coverage written on ISO Occurrence form CG00 01 or an industry equivalent, which shall cover liability arising from Personal Injury, Bodily Injury, Property Damage, Premises and Operations, Products and Completed Operations, Contractual Liability, Independent Contractors and Advertising Injury. The policy limits shall not be less than the following: • Each occurrence $1,000,000 • General aggregate $2,000,000 • Personal and Advertising Liability $1,000,000 The policy shall contain an endorsement that modifies the general aggregate to apply separately to each project. The Contractor shall maintain the Products and Completed Operations liability coverage for a period of at least two (2) years after completion of all work under the Contract. B. Business Automobile Liability("BAL"). The Contractor shall maintain BAL coverage written on ISO form CA 00 01 or an industry equivalent. Coverage shall be applicable to all autos and other vehicles subject to compulsory auto liability laws that are owned, hired, rented or used by the Contractor and include automobiles not owned by but used on behalf of the Contractor. The BAL policy limits shall not be less than the following: • Combined single limit $1,000,000 E-1 C. Workers' Compensation/Employer's Liability. The Contractor shall maintain workers' compensation and employer's liability coverage with policy limits not less than the following: • Workers' Compensation (Coverage Part A) o Statutory • Employer's Liability(Coverage Part B) o $100,000 each accident o $500,000 disease—policy limit o $100,000 disease—each employee D. Contractor's Pollution Liability. The Contractor shall maintain Pollution Liability insurance covering liability arising from Bodily Injury, Property Damage, Environmental Damage/Clean-up Cost, and Emergency Response Expense. The policy may be written on an occurrence or claims-made form, with limits of insurance not less than: • Each occurrence $1,000,000 • General aggregate $2,000,000 The policy shall include coverage for contractual liability, and shall apply to claims arising out of the liability of subcontractors,transit exposure, and non-owned disposal sites. E. Builders Risk/Installation Floater. The Contractor shall maintain property insurance, including coverage for the full repair and replacement, for the full insurable value of property being installed, transported, and handled at the work site, temporary locations, and in transit. Such coverage shall be written on a special causes of loss form, or an "all risk" form, and shall cover the perils of water damage (excluding flood) and earthquake. The policy limits shall not be less than the following: • Property/Builders Risk Contract Cost • Transit and temporary locations 20%of contract cost • Engineer, architect or other professional fees 10%of contract cost The policy shall also: • Include insurance for Boiler/Machinery Breakdown, including testing and start-up operations, on a broad form basis; • Allow for partial utilization of the Work by the City; and Include a provision that any loss will be adjusted with the City and made payable to the City as a fiduciary for the insureds as their interest may apply. E-2 .-----'1 PBHOI-1 OP ID: BT ACC PREY CERTIFICATE OF LIABILITY INSURANCE I DATE(/19/15YI) �� 10!19115 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 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 817-640-5035 NAMEALI Monroe & Monroe Insurance 817-640-0131 P48 No,Est): (NC,No): Agency, Ltd. E-MAIL 2921 Galleria Dr., Suite 102 ADDRESS: Arlington, TX 76011 Chris Monroe,CIC INSURER(S)AFFORDING COVERAGE NAIC i INSURER A:Mid-continent Casualty Co. 23418 INSURED P.B. Hoidale Company, Inc. INSURERB: Hoidale Company Inc INSURER C: 3801 W Harry INSURER D Wichita,KS 67213 INSURER E: _INSURFR F COVERAGES CERTIFICATE NUMBER: 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 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 ADOLSUBR POLICY EFF POLICY EXP LIMBS LTR TYPE OF INSURANCE INSR wvn POLICY NUMBER IMMIDDMlYY1 IMMiDDIYYYY1 GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00C 04GL920022 01/01/15 01/01/16 DAMAGE EMI TO(Ea occurrence)RENTED 100,000 A X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE X OCCUR MED EXP(Any one person) _.$ "0' X Pollution -PERSONAL&ADV INJURY $ 1,000,00C X Professional GENERAL AGGREGATE $ 3,000,00C GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00C —7 POLICY n w-,- fl LOC $ AUTOMOBILE LIABILITY COMBINED a accident)SINGLE LIMI I Ea accident $ BODILY INJURY(Per person) $ ANY AUTO — ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS _. AUTOS PROPERTY DAMAGE NON-OWNED (Per accident) $ HIRED AUTOS AUTOS UMBRELLA LIAB 'X OCCUR EACH OCCURRENCE $ 4,000,00C A X EXCESSLIAB CLAIMS-MADE 04XS189585 01/01/15 01/01/16 AGGREGATE $ 4,000,00C DED I X I RETENTION $ 10,000 $ WORKERS COMPENSATION I TORY LIMIT S I0ER AND EMPLOYERS'LIABILITY Y/N E.L.EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE R/FA EXCLUDED?CUTIVE ❑ N I A (Mandatory in H)EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ (Mandatory in NH) If yes,describe under E.L.DISEASE-POLICY LIMIT $ DESCRIPTION'OPERATIONS below A Bailee&Cargo 041M58787 01/01/15 01/01/16 Limit 100,00C A Installation 04IM58787 01/01/15 01/01/16 Limit 100,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) The General Liability policy includes a blanket additional insured and waiver of subrogation endorsement that rovides additional insured and waiver of subrogation status to the certificate holder only when there is a written"insured contract"between the named insured and the certificate holder that requires such status. CERTIFICATE HOLDER CANCELLATION CSALINI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Salina ACCORDANCE WITH THE POLICY PROVISIONS. 300 W Ash Street Salina,KS 67401 AUTHORIZED REPRESENTATIVE i ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 4v.30 - -k 11 IS ev )jec 4 . j Client#:3450 HOIDPBC ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/19/2015 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 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 NAME: ,/ IMA,Inc.-Wichita Division PHONE (A/C,No,Ext): F )316 267-9221 (A/C,No; 316 266-6254 PO Box 2992 E-MAIL ADDRESS: --- Wichita,KS 67201 INSURER(S)AFFORDING COVERAGE NAIC#_ 316 267-9221 INSURERA:Employers Mutual Casualty Co. 21415 INSURED INSURER B:EMCASCO Insurance Company 21407 P.B.Hoidale Co., Inc. INSURER C: 3801 W Harry St INSURER D: Wichita,KS 67213-1415 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 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. LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDY/YYYYY) (MM/DDY/YYYYY) LIMITS GENERAL LIABIUTY EACH OCCURRENCE OE � CCCURRENCE $ E RE COMMERCIAL GENERAL LIABILITY PMIS (Ea occu ante) ,$ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 7 POLICY JEGT LOC $ A AUTOMOBILE LIABILITY 2E5971616 01/01/2015 01/01/2016 { aBcideo1)INGLELIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS _ PROPERTY DAMAGE NON-OWNED (Per accident) $ X HIRED AUTOS AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ - $ WORKERS COMPENSATION TO Y LIMrr OTH- A AND EMPLOYERS'LIABILITY 2H5971616(KS/MO) 01/01/2015 01/01/2016,X TORY LIMITS. Er - AND ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 2N5971616(OK) 01/01/2015 01/01/2016 E.L.EACH ACCIDENT $1,000,000 (Mandatory in NH) EXCLUDED? I NI N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Certificate Holder is included as Additional Insured on the Automobile Liability policy if required by written contract or agreement subject to the policy terms and conditions. A Waiver of Subrogation is provided in favor of Certificate Holder on the Automobile Liability and Workers Compensation policies if required by written contract or agreement,subject to the policy terms and conditions. CERTIFICATE HOLDER _CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Salina THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 300 W Ash Street ACCORDANCE WITH THE POLICY PROVISIONS. Salina,KS 67401 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1185864/M1093222 ARN1 I R I S L¢.r-h�i C_ci1f. i 5 Gi--N. • -t1,L1‘o -FD,- -4--,1 s t 2 w r6+. -- )S I o I I ei / r s