Loading...
HomeMy WebLinkAboutContracts & Agreements_178-2022AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES FOR IMPROVEMENT TO PUBLIC BUILDINGS AND GROUNDS This agreement for the provision of municipal wastewater bio-solids hauling and disposal ("Agreement") is made and entered in this 6th day of September, 2022 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Synagro-WWT, Inc. ("Contractor"). City and Contractor are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Contractor agree as follows: ARTICLE 1 — ENGAGEMENT OF CONTRACTOR 1.1 City hereby engages Contractor to perform municipal wastewater bio-solids hauling and disposal services for City (the "Services"). The Services that Contractor shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference. 1.2 The Services shall be performed by Contractor in a professional manner, and Contractor represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional Contractors in the industry providing like and similar types of Services. ARTICLE 2 — RESPONSIBILITIES OF CONTRACTOR 2.1 Contractor shall comply with all applicable federal, state and local laws and regulations in the performance of the Services including, but not limited, to all applicable Labor Code and prevailing wage laws and non-discrimination laws, including the Americans with Disabilities Act. Pursuant to Labor Code section 1773.2, copies of the prevailing rates of per diem wages as determined by the Director of the California Department of Industrial Relations for each craft, classification or type of worker needed to undertake the Services are on file at City's Municipal Utilities and Engineering Department, located at the Civic Center, 35 Cajon Street, Suite 15A (Mailing: P.O. Box 3005), Redlands, California 92373. 2.2 Contractor acknowledges that if it violates the Labor Code provisions relating to prevailing wages that City may enforce such provisions by withholding payments to Contractor or its subcontractors pursuant to Labor Code section 1771.6. 2.3 If Contractor executes an agreement with a subcontractor to perform any portion of the Services, Contractor shall comply with Labor Code sections 1775 and 1777.7, and shall provide the subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. Contractor acknowledges that the statutory provisions establishing penalties for failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and 1813. 2.4 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776 regarding payroll records maintenance, certifications, retention and inspection. LAea\Agreements\Synagro-W WT Agreement.NPS-2.2.FY22-0013.doex.jn 2.5 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor Code section 1810. 2.6 Contractor shall comply with the provisions of Labor Code section 1777.5 as to apprenticeships, and Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. 2.7 Pursuant to Public Contract Code section 7103.5(b), Contractor offers and agrees to assign to City all rights, title and interest in and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, goods or materials pursuant to this Agreement. ARTICLE 3 — RESPONSIBILITIES OF CITY 3.1 City shall make available to Contractor information in its possession that may reasonably assist Contractor in performing the Services. 3.2 City designates John R. Harris, Municipal Utilities & Engineering Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 4 — PERFORMANCE OF SERVICES 4.1 The term of this Agreement shall be for a period of one (1) year from the Effective Date of this Agreement (the "Initial Term"). The City shall have the option to extend the Initial Term of this Agreement by two (2) additional one-year terms (each, an "Extended Term"), on the same terms and conditions, by providing written notice to Contractor at least thirty (30) days prior to the expiration of the Initial Term or any Extended Term. The Initial Term and the Extended Terms are hereby collectively, referred to herein as the "Term" of this Agreement. 4.2 Contractor shall furnish a labor and material bond in the form attached hereto as Exhibit `B," which is attached hereto and incorporated herein by this reference, in an amount equal to one hundred percent (100%) of the total compensation to be paid to Contractor pursuant to this Agreement. ARTICLE 5 —PAYMENTS TO CONTRACTOR 5.1 The compensation for Contractor's performance of the Services shall not exceed the amount of Three Hundred Fifty Thousand Dollars ($350,000) for the Services provided during the Initial Term. Should this Agreement be renewed, the compensation for Contractor's performance for the Services shall not exceed the amount of Three Hundred Fifty Thousand Dollars ($350,000) for the first Extended Tenn; and Three Hundred Fifty Thousand Dollars ($350,000) for the second Extended Term, bringing the total possible 2 LAca\Agreements\Synagro-W WT Agreement.NPS-2.2.FY22-0013.docx.jn amount of compensation to a not -to -exceed amount of One Million Fifty Thousand Dollars ($1,050,000). For the Initial Tenn and each Extended Term, City shall pay Contractor on a time and materials basis up to the not to not -to -exceed amount in accordance with the rates specified in Exhibit "C," titled "Price and Fee Bid," which is attached hereto and incorporated herein by reference. 5.2 Contractor shall submit monthly invoices to City describing the Services performed during the preceding month. Contractor's invoices shall include a brief description of the Services performed, the dates the Services were performed, the number of hours spent and by whom. City shall pay Contractor no later than thirty (30) days after receipt and approval by City of Contractor's invoice. 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section: CITY City Clerk City of Redlands 35 Cajon Street P.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org (909)798-7531 CONTRACTOR Floyd Backes, Chief Operating Officer Synagro-WWT,Inc. 435 Williams Court, Suite 100 Baltimore, MD, 21220 fbacices@synagro.com (443)489-9000 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6.1 The following insurance coverage required by this Agreement shall be maintained by Contractor for the duration of its performance of the Services. Contractor shall not perform any Services unless and until the required insurance listed below is obtained by Contractor. Contractor shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City. A. Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Contractor is self -insured or exempt from the workers' compensation laws of the State of California. Contractor shall execute and provide City with Exhibit "D," titled "Workers' Compensation Insurance Certification," which is attached hereto and L:\ca\Agreement9\Synagro-W WT AgreementNPS-2.2.FY22-0013.docx.jn incorporated herein by this reference, prior to performance of the Services. B. Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate, for public liability, property damage and personal injury is required. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. C. Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit bodily injury liability and property damage liability. This coverage shall include all Contractor owned vehicles used in connection with Contractor's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self- insurance maintained by City. 6.2 Contractor shall defend, indemnify, and hold harmless City and its elected and appointed officials, employees and agents from and against any and all claims, losses and liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent act or omission by, or the willful misconduct of, Contractor, or its officers, employees and agents in performing the Services. ARTICLE 7 — CONFLICTS OF INTEREST 7.1 Contractor covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Contractor's Services. Contractor further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. ' 7.2 Contractor agrees it is not a designated employee within the meaning of the Political Reform Act because Contractor: A. Does not make a governmental decision whether to: (i) approve a rate, rule or regulation, or adopt or enforce a City law; (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract; (iv) grant City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) grant City approval to a plan, design, report, study or similar item; (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof. B. Does not serve in a staff capacity with City and in that capacity, participate in making a governmental decision or otherwise perform the same or substantially the 4 L:1ca\Agreements\Synagro-W WT Agreement.NPS-2.2.FY22-0013.docx.jn same duties for City that would otherwise be performed by an individual holdinga position specified in City's Conflict of Interest Code under Government Code section 87302. 7.3 In the event City determines that Contractor must disclose its financial interests, Contractor shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk. ARTICLE 8 — GENERAL CONSIDERATIONS 8.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the use of in- house counsel by a Party. 8.2 Contractor shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, results in City's immediate termination of this Agreement. 8.3 Contractor is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any of its agents shall have control over the conduct of Contractor or Contractor's employees, except as herein set forth. Contractor shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Contractor are for its account only, and in no event shall Contractor or personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City. Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Contractor have any authority, express or implied, to bind City to any obligation. 8.4 This Agreement may be terminated by City, in its sole discretion, by providing not less than five (5) days prior written notice to Contractor of City's intent to terminate. If this Agreement is terminated by City, an adjustment to Contractor's compensation shall be made, but (i) no amount shall be allowed for anticipated profit or unperformed Services, and (ii) any payment due Contractor at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Contractor. Upon receipt of a termination notice, Contractor shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of project related data, design calculations, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Contractor in performing the Services. Contractor shall be compensated on a pro-rata basis for Services completed up to the date of termination. 5 L:\ea\Agreements\Synagro-W WT Agreement.NPS-2.2.FY22-0013.docx.jn 8.5 Contractor shall maintain books, ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor pursuant to this Agreement. Such books shall be available at reasonable times for examination by City at the office of Contractor. 8.6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Contractor. 8.7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, California, and the federal courts located in Riverside County, California. 8.8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed in confirmation of this Agreement. CI OF REDL NDS By: Paul T. Barich, Mayor ATTEST: J e Donaldson, City Clerk 6 LAca\Agreements%Synagro-W WT Agreement.NPS-2 2.FX22-0013.docx.jn SYNAGRO-WWT, . By: Roosevelt Davis, Director of Contra Operations EXHIBIT "A" SCOPE OF SERVICES • Schedule: The contractor must supply a tractor (goat/mule) and trailer every day of the week. City staff will coordinate with contractor as to real time needs, if needed. Hauling of bio-solids is only to be scheduled Sunday -Saturday 06:OOAM-12:OOPM. Note* this includes all holidays. If Contractor faces any challenges meeting the schedule, the Contractor must notify the Wastewater Treatment Plant one (1) hour in . advance. • Address: 1950 Nevada St. Redlands, Ca 92374 • Removal of municipal wastewater bio-solids from a Class I Sludge Management Facility which have been physically treated by methods that include de -gritting, thickening, anaerobic digestion, and dewatering by way of centrifuge. The estimated annual amount of bio-solids to be removed from site is 900 dry metric tons with an average percent solid of 25% or less at the time of hauling. • Contractor must provide the tractor (goat/mule)/trailer that fits under a loading bay platform structure measuring 112 inches high and 224 inches wide. This is accomplished by the contractor delivering one empty trailer and taking the full trailer. Tractor (goat/mule) must stay onsite and provided by Contractor. • Contractor shall provide adequate personnel who are appropriately licensed, certified, and trained to perform the work outlined in the Scope of Services. • Transportation of bio-solids shall follow all applicable regulations for waste hauling and equipment used shall be appropriately licensed and permitted. • A chronologically numbered load ticket shall be provided to City staff for each load of bio- solids removed from the site at the time of removal and shall be documented accordingly upon submittal of invoice. • Each load hauled off -site shall be weighted by a weigh station that maintains the appropriate certifications for weights and measures and provides the contractor with a valid weight ticket. The weight ticket shall be documented accordingly upon submittal of invoice. • Pricing shall include all charges associated with the Scope of Service including, but not limited to, personnel, tipping fees, weights and measures, equipment, and costs associated with equipment including insurance, fuel, mileage, and supplies. • While on City property all work shall be performed in a safe manner, using the appropriate 7 L:\ca\Agreements\Synagro-W WT Agreement.NPS-2.2.FY22-0013.docx.jn personal protective equipment and in accordance with the City's safety practices, OSHA, and job specific contractor requirements. • Disposal and further treatment of bio-solids shall be managed in a manner consistent with all applicable rules and regulations for bio-solids management including Environmental Protection Agency 40 CFR 503. • Contractor shall provide an annual notification by January 15th of each year summarizing quality of bio-solids removed, disposal and treatment methods, and analysis performed. • Contractor shall notify the City within 30 days of discovery of any violation of related bio- solids regulations and 90 days in advance of any changes to disposal location and/ordisposal and treatment methods. • Contractor shall properly mitigate any spills involving the City's municipal bio-solids that occur prior to destination. Contractor shall provide the City written notification within 30 days of the event and submit any manifest or bill of lading related to the spill within 90 days of the event. LAca\Agreements\Synagro-W WT AgreementNPS-2.2.FY22-0013.docx.jn Bond # : CMS0339590 EXHIBIT "B" LABOR AND MATERIAL BOND Whereas, the City of Redlands, State of California, and Synagro- WWT, Inc. (hereinafter designated as "Principal") have entered into an agreement (the "Agreement") whereby Principal agrees to Municipal Wastewater Bio-Solids Hauling & Disposal (the "Work"), which said agreement, dated September 06, 2022, and titled as "Agreement to Perform Non -Professional Services for Improvement to Public Builds and Grounds" is hereby referred to and made a part hereof, and Whereas, under the terms of the Agreement, Principal is required before commencing the performance of the Work, to file a good and sufficient Labor and Material bond with the City of Redlands to secure the claims ✓ to which reference is made in Title 3 (commencing with Section 9550) of Part 6 of Division 4 of the Civil Code of the State of California. Now, therefore, said Principal and the undersigned as corporate surety, are held firmly bound unto the City and all contractors, subcontractors, laborers, material men and other persons employed in the performance of the Agreement and referred to in the aforesaid Code of Civil Procedure in the sum of Three Hundred Fifty Thousand Dollars ($ 350,000 ) for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by the City in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered. It is hereby expressly stipulated and agreed that this bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 3 (commencing with Section 9550) of Part 6 of Division 4 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition. In witness whereof, this instrument has been duty executed by the Principal and surety above named, on September 6th , 2022. (SEAL) (SEAL) { RLI INSURAfNCE COMMPANY ' BY: '(Signature) (Signature) Francesca Kazmierczak, A rney-In-Fact Address: 9025 North Lindbergh Drive, Peoria IL 61615 (Seal and Notarial Acknowledgment of Telephone( ) {309) 692-1000 Surety) 9 LAca\Agreements\Synagro-WWT Agreement.NPS-2.2.FY22-0013.docx.jn POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Debra A. Deming, Cynthia Farrell, Sandra Diaz. Valorie Spates. Susan A Welsh Jennifer L. Jakaitis, Peter Healy Aklima Noorhassan, Frances Rodriguez, Francesca Kazmierczak, Anne L. Potter, Kemal Brkanovic Beverly A Woolford jointly or severally in the City of New York , State of New York its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twentv Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 13th day of July , 2021 . `ate: •4°pPORy •. bY �- rF.•m =.g. SEAL; ab_ o�• •F2_ State of Illinois ;tLNO`S,•"° SS County of Peoria On this 13th day of July 2021 before me, a Notary Public, personally appeared Barton W Davis who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Q jIL� la x- Catherine D. Glover Notary Public CATHERINE D. GLOVER . "MAI OFFICIAL SEAL IM aveuc Notary PWIc - State of IW*is76 OF My Commission Expime March 24. 2M RLI Insurance Company Contractors Bonding and Insurance Company By: 16.� A/- ` Barton W. Davis Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof. I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 6th day of September . 2022 . RLI Insurance Company Contractors Bonding and Insurance Company By: g � o J� Jeffrey icg v 'J `-f Corporate Secretary 3133246020212 A0058D19 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of M 0or`1 C} County of On this�day of )�W `:y 5 -T- ' in the yeara02a before me, Notary Public, personally appeared - 4 a p s�deA t- L-tZV i s • who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Constance A. Reynolds Notary Public Anne Arundel County, Maryland My Commission Expires September 28, 2023 I certify ui4der PENALTY OF PERJURY under the laws of the State of that the foregoing paragraph is true and correct. WITNESS my hand and official seal. rjN� Sig nat e L Signature of Notary Publi A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of New York County of New York On this 6th day of September in the year 2022 before me Sandra Diaz, Notary Public, personally appeared Francesca Kmuerczak_ who provide to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instruments the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of New York that the foregoing paragraph is true and correct. WITNESS my hand and official seal, IIIIIXIIIIIIII III IIIN III IIII II I IIIII IIIIIIIIIII IIIII IIII II IIII II IIIIIIIIIIIIIIII SANDRAD Notary public -Statete of of New York N0. n New York C Qualified in New Vork County My Commission Expires May 13, 2025 nfIIIIIIIXIII11111111111Xllllllllllll11111111111111111111111111111111111111111111111111 Signatu f Notary Public ``C o® CERTIFICATE OF LIABILITY INSURANCE oW11V2022 DATE(Mlslzo2x 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 pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and Conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), PRODUCER Aon Risk Services Northeast, Inc. New York NY office CONTACT NAME, Pa.NE (g66) 283-7122 FAX (800) 363-0105 NG No. Eae: pJGNo.: One Liberty Plaza 165 Broadway, Suite 3201 E-MIL ADDRESS: New York NY 10006 USA INSURER(S) AFFORDING COVERAGE NAICIf INSURED INSURERA: Zurich American Ins Co 16535 synagro Technologies, Inc. 435 Williams Court N100 Baltimore MD 21220 USA INSURER B: American Zurich Ins CO 40142 INSURER c: Steadfast Insurance Company 26387 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570094959202 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 DE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY 'rHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM$ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown ere as re uested INPUT TYPE OF INSURANCE ADOL BUBR POLICY NUMBER POLICY EFF POLICY EXPcaUCTI LIMITS C X COMMERCIAL OENERALUABILITT Y GPLO13465308 08/01/2022 08/01/2023 EACH OCCURRENCE $2,000,00 CLAIM&MADE X❑ OCCUR DAMAGE TO RENTED PREMISES Ea occur-ce $300, 00 X MED EXP(my we person) $10,00 Pmf Llab-Claim MCd. PERSONAL B ADV INJURY $2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER GENERALAGGREGATE $6, 000, 00 POLICY 0 PRO [X] LOG PRODUCTS -COMP/OPAGG $4, 000, 00 OTHER: PodeadDnal Liability $2,000,00 A AUTOMOBILE LIABILITY Y BAP 9243960 10 08/01/2022 08/01/2023 COMBINED SINGLE LIMIT $5,000,00 X ANYALTO BODILY INJURY(Perperson) BODILY INJURY (Per swears) OWNED SCHEDULED AUTOS ONLY AUTOS HIREDAUTOS NON -OWNED PROPERTY DAMAGE ONLY AUTOS ONLY PmawltleM UMBRELLA LIAR OCCUR EACHOCCURRENCE AGGREGATE EXCESS LIAB CWMS-MADE DED RETENTION B WORKERS COMPENSATION AND WC924396111 08/01/2022 08/01/2023 X PER STATUTE I OTH - EMPLOYERS' LIABILITY VN E.L. FAD HACCIDENT $1,000, 000 A IEXCLUDEDPARTNER Ip %ECUTIVE N N(A WC924396211 � 08/01/2022 08/01/2023 OFFICEWMEMBERPROPRIETOR (MendsWry In Na (MA, WI) E L DISEASE -EA EMPLOYEE $1,000,000 //Yes, describe under DESCRIPTION OF OPERATIONS belwu E,L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, mr,b effected if mare space is required) Affiliated Entity: synagro-MAT, Inc Project: wastewater Bio-Solids Hauling and Disposal City Of Redlands is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability and Automobile Liability evidenced herein is Primary and Non -Contributory to other insurance available to an Additional Insured, but only in accordance with the policy provisions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Redlands Attn: City Clerk AUTHORIZED REPRESENTATIVE 35 Cajon Street P.O. BOX 3005 Redlands CA 92373 USA /t¢TipAy yscs 01988-2016 ACORD CORPORATION. All rights reserved. ACORD 26 (2016/03) The ACORD name and logo are registered marks of ACORD rallL ICI 50 Ills.. a. y 04 Cy� i•