Loading...
HomeMy WebLinkAboutPR 23273: LANDFILL GAS TO ENERGY PROJECT FIRM SELECTION City of ort rthu — www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: August 21, 2023 To: The Honorable Mayor and City Council Through: Ronald Burton,CPM, City Manager From: Flozelle C. Roberts, EIT, MEng, MBA, CPM, Public Works Director RE: PR No. 23273 —Landfill Gas-to-Energy Project Firm Selection Introduction: The intent of this Agenda Item is to seek the City Council's approval for the City Manager to negotiate a contract with Biomethane Partners, LLC of Irving, Texas, for services related to the Landfill's Gas-to-Energy project. A request for qualifications (RFQ)was solicited according to the City's purchasing policy. Five (5) firms submitted qualification packets in response to the RFQ. An RFQ review committee, comprised of City staff, reviewed the packets. Biomethane Partners, LLC of Irving, Texas, was determined to have the best qualifications. Background: A gas-to-energy project reduces odors and other hazards associated with landfill gas emissions. According to the United States Environmental Protection Agency, it prevents methane from migrating into the atmosphere and contributing to local smog and global climate change. Methane can be captured, converted, and used as a renewable energy resource. Budget Impact: There is no budgetary impact to negotiate the contract. Recommendation: The City Council is recommended to authorize the City Manager to negotiate a contract with Biomethane Partners, LLC of Irving, Texas, for services related to the Landfill's gas-to-energy project, as outlined above. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 PR No. 23273 8/21/23 bw Page 1 of 2 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO NEGOTIATE A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND BIOMETHANE PARTNERS OF IRVING, TEXAS FOR ENGINEERING SERVICES FOR THE STUDY, DESIGN, AND CONVERSION OF LANDFILL GAS TO ENERGY PROJECT. WHEREAS, the City of Port Arthur advertised in the Port Arthur News for requests for qualifications (RFQs) for engineering services related to the landfill's gas-to-energy project on May 10 and May 17, 2023; and, WHEREAS, five (5) firms submitted qualifications statements to the City; and, WHEREAS,the RFQs were received and opened on July 5, 2023; and, WHEREAS,the RFQ evaluation committee,having reviewed said statements and having used the published evaluation criteria, recommends Biomethane Partners, LLC of Irving, Texas, for these services (Exhibit A); and, WHEREAS, staff recommends that it be in the best interest of the citizens of Port Arthur to authorize the City Manager to negotiate a contract to provide these services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT, the City Manager is hereby authorized and directed to negotiate a contract on behalf of the City of Port Arthur with Biomethane Partners,LLC of Irving, Texas, for engineering services related to the study, design, and conversion of landfill gas-to-energy project; and, THAT a copy of the caption of this resolution be spread upon the minutes of the City Council. PR No. 23273 8/21/23 bw Page 2 of 2 READ,ADOPTED,AND APPROVED THIS day of , 2023 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor ; Councilmembers: NOES: Thurman Bill Bartie Mayor ATTEST: APPROVED AS TO FORM: Sherri Bellard, TRMC Valecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: Ronald Burton, CPM City Manager 1h1 F .zelle ' Robe :IT, MEng, MBA, CPM Publicitks Di .r -. <CA_J•._---C.1, , 9 CA....\__,D / j/ As.... Kandy K. Dan Clift‘ E. i iams,Jr., CPPB Finance Director Purchasing Manager Exhibit A CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, May 31, 2023 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, May 31, 2023 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,Texas for certain services briefly described as: STUDY, DESIGN,AND DEVELOP A PROJECT TO CONVERT LANDFILL GAS TO ENERGY PROJECT Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthur.net or www.publicpurchase.com. MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M. ON FRIDAY, MAY 19, 2023 AT CITY HALL, IN THE 5Tn FLOOR COUNCIL CHAMBERS. A MANDATORY FIELD VISIT WILL COMMENCE IMMEDIATELY AFTER THE PRE- BID CONFERENCE. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Wanda cS` ion-Gowieartx Yolanda Scypion-Goudeaux Purchasing Assistant FIRST PUBLICATION: May 10,2023 SECOND PUBLICATION: May 17,2023 * A « / 0 2. k 's ' �. / § E' 2' A. r 0 ƒ § ^'.� A. b ? R 2 / CArq c . \ % 2 / t \ z \ 7 7 7 A / * -c % X- .. 2 �. / ) ^ t ) 2 § © 2 ƒ C CA o U o �' / » C _ ƒ C Z Z t q y CA) / § . , CO 7 _ N.) % C q / c...) �� � � /' 4.oc IN) B 00 _ 7n g § _ :72\ 7 2' 7 3 7 i / w U c g f g .1 r § n � �\ � k � C o $ k 0 k k. f k' § 2 « k ° A M A b c o } 2. -' Z . Z c- q 4 ~ Z o' c \ -I tO = \ F / 7 A / \. 2 § N-� k _' cm % c % © b — t et - q 2 A - ® o ~ � c k » y = k - D � "Z 2 .1 Z " 0 t / 2 ? . Oe - k c ƒ 7 et r ƒ o §� ƒ n n ¥ 2 \ \ 7 CN Ge %_ E 0 % a J ) 2 ft. q f % yt < \ e - < - ' ® \• hi t•J & d q (. /\;.".4 t q � E \ C § Cie % CN 3 = & cm CITY OF PORT ARTHUR • Request for Bid Study, Design, And Develop a Project to Convert Landfill Gas to Entergy Project May 10, 2023 May 17, 2023 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS iotice is hereby given that sealed bids,addressed to the City of Port Arthur.will be received at the )ffice of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no ter than 3:00 p.m.,Wednesday,May 31,2023 and 3 all bids n City ived wiill Chambers.ll thereafter e e opened and City, cad aloud at 3:15 P.M.,on Wednesday,May lell.Port Arthur,Texas for certain services briefly described as: STUDY,DESIGN,LANDFILL GAS TO ENERGY OPROJE TOJECT CONVERT 3ids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444' lic nspection without charge. 4th Street,from the City Arthur,and are open for's website at wwww.portarthurbnet{or www.pubiicpurchase.com. can also be retrieved tY MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M. ON FRIDAY, MAY 19,2023 AT CITY HALIIN MMEDIATELY 5thAFTEROORTHE COUNCIL BID CONFERENCE. FIELD VISIT WILL COMMENCE The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance; the City Council shall not award a contract to a company that is in arrears in its obligations to the City. PUBLIC NOTICE • CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS Notice is hereby given that sealed bids,addressed to the City of Port Arthur.will be received at the Office of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no later than 3:00 p.m.,Wednesday,May 31,2023 and all bids received will thereafter be opened and read aloud at 3:15 P.M.,on Wednesday,May 31,2023 in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: STUDY,DESIGN,AND DEVELOP A PROJECT TO CONVERT LANDFILL GAS TO ENERGY PROJECT Bids received after the deadline stated above,regardless of method of delivery,will not be considerec and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street,City of Port Arthur.and are open for public inspection without charge.They can also bE retrieved from the City's website at www.portarthur.net or www.publicpurchase.com. MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M. ON FRIDAY, MAY 19,202: AT CITY HALL, IN THE 5th FLOOR COUNCIL CHAMBERS.A MANDATORY FIELD VISIT WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE, The City of Port Arthur reserves the right to reject any and all bids and to waive informalities Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance, the City Council shall nc award a contract to a company that is in arrears in its obligations to the City. BIOMETHANE PARTNERS, LLC REQUEST FOR QUALIFICATIONS (RFQ) P23-047: CITY OF PORT ARTHUR LANDFILL DESIGN AND DEVELOP LANDFILL ENERGY PROJECT BioMethane - PARTNERS — FOR THE CITY OF PORT ARTHUR REQUEST FOR QUALIFICATIONS (RFQ) P23-047: CITY OF PORT ARTHUR LANDFILL DESIGN AND DEVELOP LANDFILL ENERGY PROJECT Prepared for CITY OF PORT ARTHUR June 14, 2023 THURMAN BILL BARTIE,MAYOR — """a % RONALD BURTON INGRID HOLMES,MAYOR PRO TEM City of _ = CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY THOMAS KINLAW HI n r t r t h u r KENNETH MARKS VAL TIZENO CHARLOTTE MOSES Texas CITY ATTORNEY DONALD FRANK,SR. May 11, 2023 REQUEST FOR QUALIFICATIONS STUDY, DESIGN,AND DEVELOP A PROJECT TO CONVERT LANDFILL GAS INTO A LANDFILL GAS TO ENERGY PROJECT DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, May 31, 2023. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday, May 31, 2023 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P23-047 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies and USB of your RFO to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning this Request for Qualifications and Scope of Work should be directed in writing to: City of Port Arthur, TX Yolanda Scypion-Goudeaux, Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 Yolanda.goudeaux@portarthurtx.gov Purchasing Division/Finance Department 1 Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR QUALIFICATIONS (RFQ) and accompanying GENERAL INSTRUCTIONS, CONDITIONS and SPECIFICATIONS are for your convenience in submitting qualifications for the enclosed referenced services for the City of Port Arthur. Qualifications must be signed by a person having authority to bind the firm in a contract. Qualifications shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL QUALIFICATIONS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFQ submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFO submittals will not be accepted. Yolanda& pioM-Goktoleacrx on behalf of Clifton Williams, CPPB Purchasing Manager Page 2 of 25 MANDATORY PRE-BID CONFERENCE AND MANDATORY FIELD VISIT A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Design and Develop Landfill Energy Project is scheduled for May 19, 2023 at 10:00 A.M., in the 5th Floor Council Chambers located at 444 4th Street, Port Arthur, Texas Mandatory Field Visit will commence immediately after the Pre-Bid Conference. The purpose of the Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the role of attendees of the Mandatory Pre-Bid Conference and Mandatory Field Visit will be rejected and returned unopened to the bidder. Page 3 of 25 REQUESTS FOR QUALIFICATIONS DESIGN AND DEVELOP LANDFILL ENERGY PROJECT (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However. if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Bid Title: Landfill Energy Project Page 4 of 25 PURPOSE: Port Arthur is a City in Jefferson County, 90 miles (140 km) east of Houston, within the Beaumont- Port Arthur metropolitan area of the Golden Triangle in the State of Texas. According to the United States Census Bureau, the City has a total area of 144.1 square miles (373.1 km2), of which 76.9 square miles (199.2 km2) are land and 67.1 square miles (173.9 km2), or 46.61%, are covered by water. Port Arthur has a population of 56,039. The City of Port Arthur, Texas, seeks to enter into a long-term Landfill Gas (LFG) purchase Agreement with a qualified Landfill gas-to-energy Developer(Developer). The City of Port Arthur (City) owns and operates the City of Port Arthur Landfill Permit No. 1815-A (Landfill). The Landfill was permitted as a 266.816-acre Type I Landfill in 1986. The City revised the Landfill's permit documents in 1994 to address the Subtitle D regulations. These permit modifications provided updates to the disposal area. The Landfill currently does not have a Gas Collection Control System (GCCS) or Landfill Gas-to-Energy Project (LFGTE). As part of its Sustainable Strategy, the City seeks a qualified full-service Developer to collect and control the gas via a GCCS and convert the Landfill's gas into Biogas or Renewable Natural Gas (RNG) to transport for sale to the clean energy market (Project). The City will require Landfill gas generation Projections from the Developer. SCOPE OF PROJECT Proposer Shall: 1. Have the capacity to provide complete services to finance, develop, operate, transport, purchase, condition, and market all the Landfill gas generated by the LFGTE Project, current and future. 2. Maintain and operate the equipment and facilities in a clean and sanitary condition and following all regulatory requirements, TCEQ and EPA. 3. Work cooperatively with the City to resolve any operational and maintenance-type issues that may occur. 4. Provide specific details about the method and equipment used for gas collecting, processing, storing, transporting, and marketing in the proposal. 5. The Firm will only destroy or incinerate Landfill gas with written approval from the City. The Developer shall provide the City with periodic monthly reports and written certification for all materials diverted from the Landfill. 6. Assume full responsibility and liability for collecting, processing, and marketing of Landfill gas generated by the LFGTE Project at the Landfill. 7. Describe in detail the proposed markets, processes, end users, and revenue for the City upon execution of an Agreement. 8. Please specify the location and operating hours of the facility it proposes to receive materials. The City shall have the right to inspect the facility and its operational records to ensure contract compliance with Landfill gas handling and conditioning into renewable natural gas. The City is pursuing sustainable options in Agreement with the City's Sustainable Strategy. Specifically, the City intends to sell the unconditioned biogas for enhanced sustainability and monetary benefit. The City is seeking Statements of Qualifications from highly qualified and experienced responding entities, teams, or joint ventures (Firms), to turn-key develop, operate, manage, and monetize the conversion of Landfill biogas to RNG or alternative energy standards. Any information provided as part of this RFQ shall be considered confidential and shall not be reviewed by or shared with parties outside the City staff and consultant staff assisting in selecting the most qualified Page 5 of 25 responding Firms. Firms should mark any pages in their RFQ response as "Confidential" if those pages contain sensitive technical information. The City anticipates the Firm will collect and control the Landfill gas and utilize the gas for RNG, electricity generation, or other alternative energy while managing all waste products caused by the Project. The City is interested in contracting with Firms that would provide a "turn-key" solution by supplying self-funding, facilities, design, construction, operation, management, and permitting services necessary for executing their proposed business model of utilizing the Landfill's gas. QUALIFICATION INSTRUCTIONS Mandatory Pre-submittal Meeting: The City shall conduct a pre-submittal meeting. The pre-submittal gathering intends to: • Review the Request for Qualifications Instructions • Review the City's procurement procedures • Project overview presentation • Tour of the Landfill • Answer questions Mandatory Site Visit: The City shall conduct a site visit with the interested Developers. The site visit intends to: • Review the Project location and site conditions • Answer Questions Required Qualifications Contents: All brochures and supplemental documentation shall be included with the original and all copies. If not, the Firm may be considered non-responsive. Firms are required to submit the following information in their qualification package: • Letter of Transmittal: The Firm shall provide a transmittal letter with an authorizing signature for the qualifications. The letter must briefly summarize the Firm's ability and willingness to perform the services required by the RFQ. • Firm Profile and Background: Please provide the following information: • Name of the lead respondent company firm and any teaming firms • The Firm's background and short biography • Number of employees and amount of business or Projects conducted in last five(5) years • Services provided by the Firm • Approximate percentage of the Firm and/or key stakeholder's business from LFGTE and GCCS Projects • Number of years the Firm and Key Stakeholders have been in the business • Technical qualifications and experience of the Firm's key stakeholders • Technological capabilities and expertise of the Firms key staff, including any certifications earned, special training taken, and memberships in professional groups • An organizational chart of key staff for this Project for design, construction, and operation Page 6 of 25 • Name, title, mailing address, telephone number, and email address of the persons who will function as the City's primary contact and backup contact person • Qualification Response: Firm's general business model description that reflects accepting and utilizing a Landfill's biogas. • Briefly describe the biogas's intended collection, processes, transport, and final market utilization strategy • Include a rough estimate of the amount of leased land (to the nearest 5 acres) required to support the business plan from the City for $1.00 per year. Subleasing the City's land will not be permitted • Include any significant exceptions, constraints, modifications, or preferred alternative strategies to the 4-step selection and Project execution narrative as stated in this document: • What would the Firm propose differently for the conceptual Agreement framework described herein? • What additional features would the Firm want to include in such an Agreement? • Experience in Similar Projects: Provide you Firm's background and expertise in the following areas: • Projects of a similar size as this Project • Project experience with the City of Port Arthur • Renewable energy, including any biogas conversion into RNG • Provide three reference installations/Projects with reference contact information as described in the References section below • Marketing RINs, especially of the Cellulosic D-3 variety and revenue generation/sharing Agreements • Air permits related to GCCS, LFGTE, and burning of fuel (blower/flares, gas-powered engines, turbines, etc.) if applicable to the Firm's business model • Gas Collection Control Systems (GCCS)permitting • GCCS engineering • GCCS equipment procurement and construction • Design, permit, install, and operation of a regulatory-compliant GCCS system, including blower/flare systems • RNG permitting • RNG engineering • RNG equipment procurement and construction • RNG transportation via pipelines or hauling • Execution of natural gas pipeline Agreements • Design, construction, and operation of PHMSA (Pipeline and Hazardous Materials Safety Administration - the Regulatory agency over gas pipelines) jurisdictional gas pipelines and/or pipelines for CenterPoint Energy, formerly Vectren in this area, or other pipeline companies as required by the Firm's business model • Natural gas pipeline design and construction of interconnects (including gas monitoring and compliance equipment) • Experience in negotiating contracts for the design, construction, and sale of RNG regarding local, state, and federal regulations Page 7 of 25 • Operations of biogas conditioning systems and/or Biogas to RNG systems to include waste gas management • Permitting for construction and operation of the proposed business model • Capacity to Perform Work: • Project management: Outline your Firm's Project management which includes but is not limited to initial construction and installation of a turn-key operation, and ongoing Project performance measurement/indicator systems • Percent availability of key staff from the Firm's organization chart provided above • Partnerships: Share your Firm's experience in working with state and local government and public-private sector collaborations • Conflicts of interest: Provide any information on potential conflicts of interest, including existing or financial relations with natural gas companies, manufacturers, installers, or other firms, including legal settlements, active or settled in the past • References: Provide at least three references from previous similar and similarly sized Projects. Provide the name, email, and phone number of references and the name and location of the previous Projects being referenced. The City is particularly interested in contacting your governmental clients engaged with similar Projects in Texas • Identify key personnel who will be primarily involved in this Project. Highlight any experience successfully implementing your Firm's recommendations to state and local governments • Identify an estimated timeline from notice to proceed until the gas is accepted from the City, key milestones • Identify any local involvement and services expected to complete this Project • Identify areas of risk for this Project based on the Firm's or contractor's detailed work plan and schedule for all aspects of this Project, including but not limited to financial, construction, legal,product availability, environmental and archaeological • Statement of Exceptions to RFQ Requirements: Provide a detailed description of any exceptions taken to the requirements of this RFQ. Any other departures from the City's RFQ should be identified, and failure to do so shall make the qualification non-responsive • Financial Statements of the Developer: show proof of financial stability • Items that disqualify a Firm immediately: • Incomplete or non-responsive qualification • Inexperience with similar LFGTE Projects Criteria: The selection committee will evaluate each qualification submitted based on the following criteria. After receiving and reviewing the written qualification, the City may elect to present the qualifications in person or submit clarifications in writing. Finns shall not assume that any information shared with the City before this RFQ will be considered in the evaluation process of this RFQ. The evaluation team may or may not have prior knowledge of any discussions and processes. Evaluation will be completed on the information submitted in response to the RFQ only. Page 8 of 25 Evaluation Criteria for Statement of Qualifications Item Description Points Possible 1 Finn and Individual Qualifications 30 2 Experience on Similar Projects(and working with local governments) 45 Capacity to Perform the Work 10 4 Financial Capability of the Firm 15 Total Points 100 Evaluation of the Statement of Qualifications will consider the following Criteria: Firm and Individual Qualifications: 30% of Total Score • Number of years the Firm and Key Stakeholders have been in the business • Technical qualifications and experience of the Firm's key stakeholders • Technological capabilities and expertise of the Firms key staff, including any certifications earned, special training taken, and memberships in professional groups Experience on Similar Projects: 45% of Total Score • List of RNG Turn-Key Projects;including GCCS Projects • Experience with brokering the sale of gas in the Renewable Identification Number (RIN) Market to maximize City return. • Marketing RINs, especially of the Cellulosic D-3 variety and revenue generation/sharing Agreements • Air permits related to GCCS, LFGTE,and burning of fuel(blower/flares, gas-powered engines, turbines,etc.) if applicable to the Firm's business model • Gas Collection Control Systems (GCCS)permitting • GCCS engineering • GCCS equipment procurement and construction • Design, permit, install, and operation of a regulatory-compliant GCCS system, including blower/flare systems • RNG permitting • RNG engineering • RNG equipment procurement and construction • Experience in negotiating, designing, and constructing pipeline installation and associated Agreements • Experience in the design and construction, and operation of PHMSA (Pipeline and Hazardous Materials Safety Administration - the Regulatory agency over gas pipelines) jurisdictional gas pipelines • Experience with Natural Gas pipeline interconnection construction (including. gas monitoring and regulations equipment) a Experience negotiating and drafting contracts for the design,construction, and sale of RNG regarding local, state, and federal regulations. • Experience in the operations of biogas conditioning systems and/or Biogas to RNG systems • Projects of a similar size as Port Arthur's Project • Project Experience with the City of Port Arthur Page 9 of 25 Capacity to Perform the Work: 10% of Total Score • Ability to perform work within specified time and budget • Availability of key staff and resources to do the work • Proximity to the Project site Firm Financial Status: 15% of Total Score Separate Reference Check: Reference Check is separate and independent of the RFQ Evaluation. The Firm must achieve a minimum of 80% • Quality of Design 25% • Technical Innovation 25% • Meeting schedules and deadlines 15% • Controlling costs and meeting budgets 15% • Communication/Cooperation 10% • Quality Assurance/Quality Control Plan 10% Next Steps: Shortlisted Firms—Requirements and Submissions The City of Port Arthur will evaluate, rank and score the Statement of Qualifications of each Firm. The City will then shortlist and select three (3) firms. Before issuing the Request for Proposals, the City will conduct one additional Q&A meeting with the selected firms. The City will notify and provide further instructions for each selected Firm. Firms are encouraged to provide suggested improvements/changes to the Project Scope to enhance the RFQ process. RFQ PROCESS The City is conducting the following four (4) steps for agreeing to sell its biogas, which is explained in the following paragraphs. Past performance with the City will be considered when qualifying Firms. 1. Request for Qualifications 2. Request for Proposals 3. Entering into an Agreement 4. Design, Construction, and Operation Step 1: Request for Qualifications This RFQ is the first step to entering into an A eement with the City to purchase bio . The City inten s to review a a ement o a 1 'cations (SOQs) su mute an sort 1st a maximum of three (3) qualified Firms. The shortlisted firms would then receive a Request for roposal. The City anticipates notifying shortlisted firms one(1)month after RFQ submission. Step 2: Request for Proposals ex- ptai' v) Page 10 of 25 The Request for Qualification will contain a proposed draft contract Agreement (Agreement) for review and comment by proposers. Firms would provide constraints, requirements, or exclusions to the draft contract Agreement required to execute their business models. The proposal would also include the Firm's monetization "best price" offered to the City for the sale of biogas on a price per-unit basis. If agreeable to the City, the most beneficial proposal could then be selected for the City to enter into a proposed Agreement with the Firm, with the Agreement terms, including the Firm's markups, considered binding. The selected Firm is anticipated to be notified approximately two (2) months following RFQ submission. Step 3: Enter into an Agreement The Agreement framework is anticipated to be similar to the following: Term of Duration - The term anticipated is twenty-four (24) years to enable two (2) years for design and two (2) years of construction/startup to arrive at the "Beginning of Operation Date," followed by twenty (20) years of operation to arrive at the end of the useful life of the equipment. The City anticipates the Firm will operate the biogas facility for twenty (20) years to arrive at the end of the installed equipment's useful life, which shall be the end of the contract term as stipulated in the Agreement. At the end of the contract term, the City shall have the option to take one of the following actions: • Purchase all equipment, pipeline and easements, spare parts, utility drops, improvements to the leased land, etc., at "fair market value" as determined by a third party. The City's purchase would presumably be made to assume operations and maintenance of the equipment and process • The Firm could be provided an extension or renewal of the Agreement following renegotiations on essential items such as bigas price. • Instruct the Firm to remove all equipment and return the leased property to its original state at no cost to the City Payment Terms - Will begin at the "Beginning of Operation Date." The Operation Date is not related to when the RIN values and potentially other environmental attributes are achieved, should RINs apply to the Firm's proposed business model. The intent is that both parties will be incentivized to begin RNG gas production, conditioning, and sale or application of gas as quickly as possible. The Firm shall agree to take all biogas produced by the Landfill(up to an agreed-upon maximum volume) with a 95% availability determined annually. The Firm shall pay for all biogas taken on a unit price basis stated within the Agreement. If the Firm cannot maintain 95% availability for its biogas system, it shall still pay for the Floor Volume of gas daily. The payment terms will include increases for escalation via a referenced metric to calculate payment throughout the Project. Land Lease Terms - Because this Agreement will have a finite duration and is anticipated to require development on land leased from the City, the terms of the land use and terms for demolition and/or turning over the developments on the land shall be stipulated in the Agreement. If available, the City would lease to the Developer City owned nearby property for$ 1/year for the duration of the Project. Additional Items regarding this Project's Agreement: • The Firm will install infrastructure for their required utilities and pay for all their utility consumption throughout the Agreement. • The Firm will install, permit, operate, and report any required excess GCCS gas flares and the processing plant's waste gas flares to regulators. Page 11 of 25 • The condensate resulting from any gas treatment would be captured, and it is the Firm's responsibility to dispose of it. The City anticipates executing the Agreement will take two (2) months after selecting the best proposal from Firms. Step 4: Design, Construction, Operation The Firm shall be wholly responsible for performing operations, preventative maintenance, corrective maintenance, furnishing consumables, and maintaining all necessary regulatory compliance required to keep the biogas facility in operation. The City shall not be responsible for any costs related to these items or any items needed to keep the biogas system ready for its intended use. The inability of the Firm to keep its biogas system operating for its intended use at a 95% availability rate shall result in the Firm paying for the Floor amount of gas as stipulated in the Agreement. It is anticipated to require two (2) years to design and permit the Firm's biogas system and required supporting infrastructure. The City expects it will take two (2) years to construct the biogas system and the required supporting infrastructure and conduct startup activities. At the end of four (4) years for design, permitting, construction, and startup, the "Beginning of Operation Date" shall be enacted, in which biogas sales from the City to the Firm shall commence as stipulated in the Agreement. The Firm shall be wholly responsible for coordinating efforts to monetize RINs, and other environmental attributes, with the "Beginning of Operation Date," and biogas sales shall commence on this date regardless of the status of RN monetization. • All Firms submitting qualifications will be notified, upon the final determination by the City, of the Firm or Firms selected to the shortlist for an interview to perform the requested work. NOTE: If the construction is completed before the four (4) year estimated schedule. the purchase of biogas from the City will start at such date. Page 12 of 25 LETTER OF INTEREST RFQ-Study,Design and Develop a Project to Convert Landfill Gas to Energy Deadline: May 31,2023 The undersigned firm submits the following information (this RFQ submittal) in response to the Request for Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) for Civil Engineers for the City of Port Arthur Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ COMPLETED RFQ LETTER OF INTEREST FORM ❖ NON-COLLUSION AFFIDAVIT (MUST BE NOTARIZED) ❖ AFFIDAVIT(MUST BE NOTARIZED) ❖ CONFLICT OF INTEREST ❖ HOUSE BILL 89 VERIFICATION ❖ SB 252CHAPTER 2252 CERTIFICATION Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFQ and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of interest and making the RFQ submittal. This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas. Bit) M p.p fa ems , �� eoIIII 5 Firm Name Date C-444- P 4t44A-,e-e 17,e5 r 0—or-- Authorized Signature Title 1 Mc i - ( 3i) 3/(e� (0 7e • Name(please print) Telephone qCtO( ii l l- ye*, LA),‘ 440 r. z i)0 /e tUI4ci / 1( -7 c o(0 Address City/State/Zip p j#ctvt le-1 c31►ciNte, -1 d�e-rs , CD yu - Email f,.,� Page 13 of 25 NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business,nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: �- Printed Name: gku mans_c4 Title: Gt Pr c i G�1'infi' Company: 'BI O m C}h!i►'ti' P(itr2 IYu i25 , LLL Date: J uaL l a , 1023 vice. 15it,f Iztha► 5-. SUBSCRIBED and sworn to before me the undersigned authority by �"n`°the Prts7.1z,Oof,Po_r-tyaf5on behalf of said bidder. TANA HANCOCK Notary Public in and for the z,.. • _Notary Public,State of Texas y - +` Comm.Expires 02-22-2026 State of Texas Notary ID 133604492 My commission expires:O ,1)=)_Q Page 14 of 25 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: VI hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. /e) k� A�� /.� rliI.efs t C 4'/irz43 Firm Name Date Authorized Signature Title Aht-e Ma4 le-s1 Telephone Name(please print) Tele p {h anieq evj'I urn efhone parrs,as .Gore Email STATE: 1-c xac COUNTY: \-1c,c-r�5 SUBSCRIBED AND SWORN to before me by the above named ?6..L.\ (IA on this the \r\ day of 7 yam, , 20 a-T3 . Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL s=Y��a; TAi4A HAP COCK• Page 15 of 25 'L ol�otary Public,State of Texas :4•' '�' Comm.Expires y•� : � ptres 02-22-2026 Notary ID 133604492 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code An offense under this section is a misdemeanor. .0 Name of vendor who has a business relationship with local governmental entity, e 1144 P•ie fL,rilitei 1 LLB (�1 1 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) A Name of local government officer about whom the information is being disclosed. Name of Officer Al Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer, Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. hob A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income; from the vendor? Yes 1-71"No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? nYes 7/No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. fi fl Check this box if the vendor has given the local government officer or afamily member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 10/i/IL-'2) Signal re of vendor doing business wittothe governmental entity Dat "11., Form provided by Texas Ethics Commission www.ethics state tx.us Revised 11!30//2015 w, CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http:!/www.statutes.Iegis.state.tx.usi Docs1LG/htmiLG.176.htm.For easy reference.below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on. (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal.state.or local governmental entity: (B) a transaction conducted at a price and subject to terms available to the public or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to.that agency. Local Government Code 4 176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor it: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income other than investment income. that exceeds$2.500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed: or (ii) the local governmental entity is considering entering into a contract with the vendor: (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed:or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code4176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity.or a family member of the officer.described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer.one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B).excluding any gift described by Section 176.003(a-11:or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of (1) the date that the vendor (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application.response to a request for proposals or bids. correspondence. or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware (A) of an employment or other business relationship with a local government officer.or a family member of the otficer.described by Subsection(a): (B) that the vendor has given one or more gifts described by Subsection(a).or (C) of a family relationship with a local government officer Form provided by Texas Ethics Commission www ethics state tx.us Revised t i30 2015 Page 17 of 25 ,.� SB 252 CHAPTER 2252 CERTIFICATION I, 'T4va MIA AA ,the undersigned a representative of t 0 Fe.1' /4 1r'i 1.. 16'S , -'_- (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above- named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. /"'s, Name of Company Represe Live(Print) Signature of Company Repres tive kin/ 2-3 Date Page 18 of 25 House Bill 89 Verification I, T)1'4 !"la vi i'2-P (Person name), the undersigned representative (hereafter referre to as "Representative") of 710 4,4„�.-0+1Nc- r�-r �- (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary,do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory,but does not include an action made for ordinary business purposes. SIGNATURE OF REPR SENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME,the undersigned authority, on this I)--k day of �v Wiz. , 20D-3 . artf-r&\-- i:o�"RY��°�' TFcwAHt:!V QCK , A!otar�/Pu�Lo,State of Texas I f"` == Comm.Expires 02.22.2026 Notary Public %� •f +� n„,;, Notary ID 133604492 Page 19 of 25 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct Page 20 of 25 themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full-time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn. Accounting Dept. P.O. Box 1089,Port Arthur,Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore, the proposal shall not include Sales Tax. Page 21 of 25 VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Page 22 of 25 TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents,and employees must be named as an additional insured): a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage$1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Page 23 of 25 Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10)days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period,the time may be extended by mutual agreement between OWNER and CONTRACTOR. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF PROPOSALS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Proposer has notified the City, in writing, that the Proposal Document contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps, even if the City is negligent in failing to do so. PROPOSAL EVALUATION AND CONTRACT AWARD: Proposal Evaluation and Contract Award Process: An award of a contract to provide the goods or services specified herein will be made using competitive sealed proposals, in accordance with Chapter 252 of the Texas Local Government Code and with the City's purchasing policy. The City will evaluate all proposals to determine which offerors are reasonably qualified for the award of the contract, applying the anticipated evaluation factors and emphasis to be placed on each factor as identified in the Scope of Services. A variety of factors may be used in the evaluation of the submitted proposals for this project. The City may, at its option, conduct discussions with or accept proposal revisions from any reasonably qualified proposer. Discussions may not be initiated by offerors. These discussions will be limited to issues and topics brought forth by the Page 24 of 25 City. Any attempt by proposer or vendor at deviating from the issues and topics to discuss other issues and topics concerning the Proposal brought forth by the City of Port Arthur shall be grounds for disqualification. Vendors shall not contact any City of Port Arthur personnel during the proposal process without the express permission from the City's Purchasing Manager. AMBIGUITY: Any ambiguity in the Proposal Document as a result of omission, error, lack of clarity or non-compliance by the Proposer with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Proposer's ability to meet the minimum standards required by this RFP. Page 25 of 25 -CITY OF PORT ARTHUR,TEXAS City of 0 €I} Vitt1'1' �� ADDENDUM NO. ONE(1) rihu ( ) rew.c May 24,2023 RFQ FOR: STUDY,DESIGN,AND DEVELOP A PROJECT TO CONVERT LANDFILL GAS TO ENERGY PROJECT- BID NUMBER-P23-047 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time, Wednesday, June 14, 2023 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m.on Wednesday,June 14,2023 in the City Council Chambers, City Hall, 5th Floor,Port Arthur,TX. You are invited to attend. pe" If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Yolakda Scuploki-GoPdeactx Yolanda Scypion-Goudeaux Purchasing Assistant A-4fij--49 (WA/2-3 Signature of Proposer Date C Nerhiptit16. Per ru, u.c_ Company Vendor Name c;n of -CITY OF PORT ARTHUR,TEXAS /"k+ ADDENDUM NO. ONE (1) art rther Texas JUNE 9,2023 RFQ: STUDY,DESIGN AND DEVELOP A PROJECT TO CONVERT LANDFILL AND GAS INTO A LANDFILL GAS TO ENERGY PROJECT BID#23-047 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time, Wednesday, June 28, 2023 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m.on Wednesday,June 28,2023 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend 41111 If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Yolanda Scr on—(oileaux Yolanda Scy n-Goudeaux Purchasing Assistant /CPG 6/26/2023 Signature of Proposer Date BioMethane Partners, LLC Company Vendor Name City -CITY OF PORT ARTHUR,TEXAS qf n I rrhu ADDENDUM NO. THREE (3) Texas JUNE 27, 2023 RFQ: STUDY,DESIGN AND DEVELOP A PROJECT TO CONVERT LANDFILL AND GAS INTO A LANDFILL GAS TO ENERGY PROJECT BID#23-047 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time, Wednesday, July 5, 2023 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday,July 5,2023 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend 41110 2. What is the expected or current quantity of LFG being produced? Not available. 3. How many tons of organic waste is in place? 1815-I is the area with waste that is active with approximately 4,807,830 tons of waste. 0009 is the closed landfill area.it is approximately 106 acres at 8' thick= 1,368,107 cubic yards. 4. Does the landfill accept CDL waste? Yes 5. In order to develop a preliminary estimate of the amount of landfill gas the landfill is potentially producing we will need information on the amount of waste in place. Please provide the historical data on the annual reports of waste disposal the City submits to TCEQ or the total amount of waste in place in the project area from your in-house records. About 130,000 cubic yards disposed yearly. 6. Please provide the design and as built drawings for the landfill and the landfill permitted area. 010 See Attachment 1 for Map. 7. Please provide any gas sampling data that is available for the landfill gas. Not available. 8. Like we discussed on the phone, it would be very helpful for us in assessing this project if the quantity of gas at the landfill was known.Any existing measurements or estimates would be very helpful but what we have most often seen is a LandGEM model. This model takes into account the quantity of trash and other factors to provide an estimate on gas volumes. Do you know if this is available? Not available. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Yolanda Sccpion-Goadec Yolanda Scy on-Goudeaux Purchasing Assistant Pub 6/29/23 Signature of Proposer Date 41) BioMethane Partners, LLC Company Vendor Name BIOMETHANE PARTNERS, LLC REQUEST FOR QUALIFICATIONS (RFQ) P23-047: CITY OF PORT ARTHUR LANDFILL DESIGN AND DEVELOP LANDFILL ENERGY PROJECT BioMethane -. - PARTNERS FOR THE CITY OF PORT ARTHUR REQUEST FOR QUALIFICATIONS (RFQ) P23-047: CITY OF PORT ARTHUR LANDFILL DESIGN AND DEVELOP LANDFILL ENERGY PROJECT Prepared for CITY OF PORT ARTHUR June 14,2023 rs 010 City of Port Arthur Request for Qualifications Response Executive Summary. BioMethane Partners (BMP) is a Texas-based company that consists of team leaders and engineers who have well over 100 years of experience in building and operating gas collection systems, natural gas treatment plans, and midstream operations across the landfill gas(LFG)industry and the traditional natural gas business. BMP considers the City of Port Arthur (Port Arthur) Landfill Gas to Energy Project to be a partnership between itself and the City of Port Arthur Landfill(Landfill),with each side obligating itself to assist in critical aspects of the project now and in the future to maximize the opportunity for success. The Landfill, for its part, will contribute and have an ongoing responsibility to the partnership for (i) access to the Landfill; (ii) exclusive rights to the biogas; (iii) ongoing procurement and contribution of future waste; and (iv) making good faith efforts to procure a favorable mix of decomposable waste most likely to produce quality gas. For its part, BMP will undertake the following contributions and ongoing responsibilities: (i) a substantial upfront financial investment in the three main components of the project,paying in full for the landfill gas collection and control system (GCCS), Plant, and Pipeline; (ii) construction, modification, maximization, expansion, operation, and maintenance of the GCCS at BMP's expense; (iii) construction, operations, and maintenance of state of the art landfill gas treatment facilities at BMP's expense;and (iv)marketing gas and associated environmental attributes to the strongest counterparties. In addition to the preceding, BMP will endeavor to provide Port Arthur flexibility on many core aspects of the arrangement so that Port Arthur may balance its various interests and concerns to meet its needs best. 1.1 Name BioMethane Partners, LLC 1.2 Address 9901 Valley Ranch Pkwy East, Suite 2060 Irving, TX 75063 1.3 Primary Contacts Paul Manley—VP of Business Development pmanley(a biomethanepartners.com (832) 316-6272 Kyle Walker—VP of Engineering—GCCS kwalker(albiomethanepartners.com 0114 (972)989-0880 1 ris Robert McGinley—VP of Renewable Partnerships rmcginley(czibiomethanepartners.com (251)463-0026 1.4 Key Personnel Mike Noack—CEO mnoack(aibiomethanepartners.com (940) 597-9088 Stephen Smith—Senior Project Advisor ssmith@ biomethanepartners.com (602)330-3756 Kyle Walker—VP of Engineering—GCCS kwalker(a,biomethanepartners.com (972)989-0880 Matt Willison—VP of Engineering & Operations mwillison(ci biomethanepartners.com (601) 596-1329 Paul Manley—VP of Business Development pmanley(cu',b iomethanepartners.com (832)316-6272 Robert McGinley,Jr—VP of Renewable Partnerships rmcpinley biomethanepartners.com (251)463-0026 Sandy Tilney—VP of Administration sandy.tilney(a biomethanepartners.com Address for BMP: 9901 Valley Ranch Parkway East, Suite 2060 Irving, TX 75063 Mike Noack.Mike has a BS in Mechanical Engineering from Oral Roberts University. He began his professional career with Shell Oil in the 1980s as a production engineer. He ran a small E&P company based in Lake Charles,LA, where he drilled,completed, and operated oil and gas wells across the Gulf Coast. Mike moved back to North Texas in 2005 as head of operations of Cimmarron Gathering, a midstream company that gathered wells from public and private 2 011 producers. Cimmarron's principal system was over 50 miles of poly pipe moving high CO2 gas to three methane processing facilities with compression and CO2 removal equipment. It is now part of Kinder Morgan. Since then,he has started three companies named Tristate Midstream that have owned and operated over 1,000 miles of pipelines located in East Texas and North Louisiana and a dozen CO2 extraction facilities with all types of compression and gas-treating processes. During his 30-year-plus career, he has overseen the construction and operation of over 50 methane processing plants and negotiated interconnects and transportation agreements with numerous interstate pipeline companies. Stephen Smith, P.E. Stephen holds a Bachelor of Science in Agricultural Engineering from Colorado State University and a Master of Science in Sanitary Engineering from the University of Colorado. He has performed leadership roles at numerous engineering and operating companies across the globe's waste treatment and renewable energy spaces. Stephen has unparalleled experience successfully building and operating LFGTE sites using different technologies. These companies and achievements include: • Black & Veatch Consulting Engineers: Project Manager over multiple wastewater, sludge management, beneficial agricultural use, industrial treatment, and landfill projects around the globe. • ET Technologies, Inc.: Vice President, where he developed, permitted, constructed, and operated the Soils Regeneration Site located at the Salt Lake Valley Landfill. • Solid waste and Landfill related companies that developed, permitted, constructed, and operated the Arizona Soils Composting Facility. This included the implementation of an 845-acre rail-haul landfill facility. • Waste Management: After Waste Management acquired the Arizona sites, he worked for WM as Division President for Arizona. He was responsible for all the landfills and transfer stations in Arizona and, eventually, all the post-collection facilities in a five- state area. Responsibilities included managing employees, regulatory requirements, operations, and community relations. • SCS Engineers: As Vice President, he led 80 personnel in permitting, design, construction,and GCCS operations.He was responsible for the permitting,compliance, and construction oversight of over 500 landfills and over 20 LFGTE electrical power facilities in the US and many foreign countries. • Hydro Geo Chem, Inc.: President and COO, where his team designed and constructed GCCS systems and expansion of systems for over 11 landfills. Most recently, Stephen spent a decade as Senior Vice President and Chief Operating Officer for Clean Energy Renewable Fuels (CERF), where he was responsible for the financials and operations of over 14 renewable natural gas and 34 electrical power plant facilities owned by the company. He developed, designed, permitted (including zoning/special use), constructed, and operated these RNG facilities ranging in size from 1,700 scfm to 9,500 scfm. His comprehensive responsibilities included expansion of RNG facilities to accommodate growth; management of pipeline and electrical service interconnect agreements; institution of employee safety and health 3 training programs; compliance with all permitting requirements; evaluation and management of operating data; outreach to local communities; and more. At CERF, he helped form a joint venture with Aria Energy to actively pursue six additional RNG projects, ranging in size from 3,000 scfm to 6,000 scfm each. Over 2.5 years, Stephen evaluated six different RNG plants in the fleet, having four other upgrading technologies. BP has now acquired these projects. See additional information for Stephen in Exhibit 1.4.1. Kyle Walker,P.E. Kyle has a BS and MS in Environmental Engineering from the University of Oklahoma and is a Licensed Professional Engineer in Texas. He has worked in the landfill gas industry his whole career. Kyle worked as a Project Engineer for industry-leading GCCS engineering consulting firms(Weaver Consulting Group and Biggs and Mathews Environmental). He worked with over 35 landfills throughout Texas,Midwest, and Southeast United States during this time. This work included GCCS development, design, permitting, construction plans, details/specifications, construction quality assurance, field surveying, and surface emissions monitoring. Kyle then worked as VP—Operations and President for Tri Con Works, an industry- leading GCCS installation contractor.During this time,Kyle oversaw GCCS projects on over 150 landfills throughout the United States for over 57 companies/municipalities. These sites included 27 high BTU renewable natural gas projects, 25 medium BTU landfill gas to electricity projects, and ten direct thermal projects. See additional information for Kyle in Exhibit 1.4.1. Matt Willison, P.E. Matt holds a Bachelor of Science in Civil and Environmental Engineering from Mississippi State University. He began his professional career an engineer working as a design and project engineer for various civil-related projects, including 1) water distribution systems, including well design, treatment plant design, storage tank design, and distribution systems; 2) wastewater/sanitary sewer system design including high-pressure force main, lift station/pump station design, and gravity sewer collection system design; 3) new roadway design and construction; 4) roadway reconstruction design and construction; 5) bridge and box culvert design and construction; 6) traffic signalization design and construction; and 7) Site/Grading/Drainage plans. Matt then worked as Project Engineer and Project Manager for a natural gas midstream company located in Texas with assets in Texas and Louisiana. Matt was responsible for over 700 miles of existing steel high-pressure gathering lines, including over 500 gas meters, 11 compressor stations, and six treating facilities. Matt was responsible for constructing over 50 miles of new high-pressure steel pipeline,metering stations with transmission pipeline companies, and building over ten gas compressor and treatment stations. He was also responsible for air permitting, SPCCC plans, and hydraulic modeling of those assets. See additional information for Matt in Exhibit 1.4.1. 01114) 0110 Paul Manley.Paul is a successful entrepreneur, starting and selling companies focusing on the oil and gas industry and multifamily development. He has decades of development experience, most recently successfully developing produced water pipeline gathering systems in the Permian Basin for multiple companies. His responsibilities include marketing, contract negotiations, and project development. Robert McGinley,Jr. Rob started his career as a lawyer in King& Spalding's Atlanta office as a financial transactions practice group member. He returned home to the Gulf Coast, representing companies in complex commercial litigation before transitioning back into financial transactions in 2012.Rob has extensive experience in project development,corporate management,transaction structuring and execution, and public and private entity governance. He received his JD, cum laude, from the University of Alabama School of Law and a BA from Washington & Lee University. Sandy Tilney. Sandy was a commercial banker for more than 30 years. His experience includes three years in Taiwan,business in the Middle East(Saudi Arabia,Emirates&Iraq),and managing a $500 million portfolio of US leveraged loans. Sandy has master's degrees in business and education from NYU and Columbia. 1.5 Proposed Use-Renewable Natural Gas During the construction of the Renewable Natural Gas facility, BMP will endeavor to use the landfill gas for other economic purposes, possibly power for eRINs, data hosting, and/or cryptocurrency mining, with Port Arthur receiving its agreed royalty from any revenue. 1.6 Entity Details BMP and the financial partner will own a local Texas entity(e.g., BMP Port Arthur,LLC)created specifically and solely for this project. In the operating agreement between BMP and the financial partner,the financial partner commits to funding the BMP Port Arthur,LLC entity with the entire budgeted amount to construct all aspects of Port Arthur Landfill's LFGTE project—including the GCCS,the plant, and the pipeline connection—all of which will be handled by the BMP team. For the removal of doubt,the operating agreement between BMP and the financial partner will not be a sale of the landfill gas rights to the financial partner. It is a financing and operational arrangement to share ownership and any profits BMP Port Arthur, LLC generated. In this agreement,BMP receives specific contractual bonuses when certain financial goals are obtained— meaning BMP as operator of Port Arthur's Landfill, has financial incentives to meet projections and exceed them for higher-than-expected returns. As a result,BMP's interests and Port Arthur's interests are aligned. Finally, BMP's financial partner will market the natural gas/methane produced from the landfill and the RIN credits generated by renewable natural gas. As an experienced gas/methane/RIN marketer and an experienced firm in the industry, our financial partner will be able to negotiate competitive pricing given its volume of trading activity.This advantage positions BMP Port Arthur to receive superior execution and revenues and innovative options concerning fixing or floating the pricing of its royalties for discussion in the proposal. 5 1.7 Litigation None. 1.8 References BMP has a well-rounded team with experience covering all aspects of the landfill gas process from wellfield design and permitting, drilling wells, designing and installing collection systems, designing and installing processing facilities, laying out pipelines, and negotiating the best pricing for the final gas product. • Butler County Landfill, Inc. (Waste Connections)—Butler,NE: H2S Media,TSA,and Membrane • Franklin County Solid Waste Landfill (Solid Waste Authority of Central Ohio) — Franklin, OH: H2S Media, Selexol, GCCS Operations • Johnson County Landfill(Waste Management)—Johnson,KS: H2S Media,Membrane, NRU • McCommas Bluff Landfill(City of Dallas)—Dallas,TX:H2S Media,H2S Amine,TSA, Multi-Media PSA • North Shelby Landfill(Waste Connections)—Shelby, TN: PSA, Molecular Gate PSA • Oklahoma City Landfill (Waste Connections) — Oklahoma City, OK: H2S Media, Membrane,GCCS Operations • Sauk Trail Hills Landfill(Republic Services)—Wayne, MI: Water Scrub PSA • Seneca Meadows SWLF (Waste Connections)—Seneca,NY: 17.6MW Power Plant& 6,000scfm RNG Plant with H2S Media, Membranes, and NRU • South Shelby Landfill(Republic Services)—Shelby,TN:H2S Media,Membrane,NRU • Southeast OKC Landfill (Republic Services) — Oklahoma City, OK: H2S Media, Membrane,NRU9* See the map and referenced projects in Exhibit 1.8.1. See four(4)references for the above LFGTE projects in Exhibit 1.8.2. See the GCCS project experience map in Exhibit 1.8.3. 1.9 Provide a Financial Reference BMP is a management-owned development and operating company that funds its projects at the asset level in partnership with outside financial backers. Our financial partner is a "mega- capitalization,"$300+billion revenue company. BMP and its financial partner will create a new Texas operating company (BMP Port Arthur, LLC), which its financial partner and BMP will own. BMP has identified a specific financial partner for this facility and projects to close in July 2023. While currently under a non-disclosure agreement, its identity will be disclosed before a definitive contract is signed. This partner has extensive experience in oil and gas and renewable energy RIN credits, a strong interest in and 6 ri41) experience with the marketing aspects of the RINs, and the financial strength to fully fund construction and initial operating costs when a definitive contract with Port Arthur is signed. 2.0 Vendor Other Projects 2.1 -2.4 Name,location,counterparty, and primary contact See the identification of GCCS,plant, and pipeline projects discussed above. In addition, BMP is in the development phase of various projects, including a contract with the Solid Waste Authority of Mobile on a similar project, i.e., BMP will upgrade and expand an existing GCCS,construct an RNG plant,construct a natural gas pipeline and interconnect,and sell and market the renewable natural gas. The primary contacts on that Project are Jim MacNaughton and Chuck Miller. After an extensive RFP process,BMP was recently awarded a project with the Texoma Area Solid Waste Authority in Grayson County, Texas, and is under contract. The only difference with the Texoma project is that BMP will be constructing a new GCCS, as Texoma does not yet have one. BMP's primary contact in that Project is John O'Steen,Executive Director of the landfill authority. BMP was awarded an RNG project with Black Warrior Solid Waste Authority in Tuscaloosa County, Alabama, and expects an executed contract with the Authority in June 2023. The Black Warrior Project has an existing GCCS where BMP will upgrade and expand and construct an RNG plant, a renewable natural gas pipeline, and interconnect. BMP's primary contact for this Project is Fred Rogers,Executive Director of the landfill authority. BMP was awarded a project with the Mundy Sanitary Landfill in DeSoto Parish, Louisiana, and executed an agreement in June 2023. BMP will construct a new GCCS,since this project does not have an existing GCCS, and construct an RNG plant and pipeline interconnect. BMP's primary contact for this Project is David O'Mary, Executive Director of the landfill authority. BMP is also in various phases of project development but still under confidentiality,with landfills in South Carolina, Texas, Kentucky, and North Carolina. The primary material difference in any BMP project is whether the GCCS already exists or not. 2.5 Name of Contractors and Current Operators • Tri Con Works-GCCS Contractor; See Exhibit 2.5.1 for company information. • Weaver Consultants Group-GCCS Design, Permitting, and Air Permitting; o See Exhibit 2.5.2 for company information. • Loci Controls-Wellfield control and monitoring; See Exhibit 2.5.3 for company information. • Nacelle-RNG Plant Facility EPC. See Exhibit 2.5.4 for company information. 7 3.0 Detailed Description of Developer Proposed Project 3.1 Wellfield expansion,enhancement,and gathering line additions in connection with the initial installation. And 3.2 Blower,Flare,and Control System Upgrades Landfill Gas Collection and Control System(GCCS) The GCCS will follow industry standard guidelines for design and construction. The site's GCCS will be designed, installed, and operated to meet regulatory requirements (current and future regulatory requirements concerning the site's Tier 2/NSPS regulatory requirements). The design of the GCCS will be completed internally and in collaboration with an industry-leading landfill gas (LFG) consultant as the Engineer of Record. See Exhibit 2.5.2 for consultant marketing material. Extraction Points (Extraction Wells, Horizontal Collectors, Leachate Cleanout Riser Connections) The GCCS will consist of vertical LFG extraction wells, horizontal collectors, leachate cleanout riser connections,header and lateral piping network,condensate management system,and a GCCS flare facility. In addition,a"high BTU"design will be implemented for this proposed project.This design includes a higher density of vertical extraction wells and horizontal collectors than a regulatory design to collect more gas and higher quality gas while reducing the amount of applied vacuum required for each extraction location. In addition,the wells and horizontal collectors will be designed with additional features to reduce the potential amount of oxygen entering the LFG stream to the plant(e.g.,Nitrogen and Oxygen). As the site develops,the GCCS will be expanded to cover the waste areas. BMP anticipates the GCCS will be expanded annually in conjunction with waste-filling patterns. Piping System The GCCS piping system will consist of headers and laterals to transmit the LFG collected from the extraction wells, horizontal collectors, and LCR connections to either the GCCS blower/flare skid or the LFGTE plant. The piping will be sized to handle the maximum expected gas flow rate while minimizing vacuum loss in the piping system. The piping system will consist of condensate collection sumps at low points to collect condensate generated in the piping system.The high BTU design will also include additional isolation valves at each lateral and header junction to isolate the piping system during troubleshooting to avoid shutting down a more significant portion of the GCCS. Additional LFG monitors measuring pressure and gas composition will be used along the header and monitored in real time. This will allow efficient monitoring of the piping to the system 8 to provide aggregate and/or sectional data for any troubleshooting necessary to identify wellfield issues and the relative location so the GCCS can be repaired as soon as possible. Pneumatic Pumps Pneumatic pumps will be installed in all of the condensate collection sumps in the header system. Where required,pneumatic pumps will be installed in extraction wells where liquid levels dictate that pumps need to be installed to draw down liquids to increase the performance of the extraction wells. At a minimum, air supply lines and condensate forcemain will be installed along the header to supply air to the pneumatic pumps and to move the pumped condensate to the site's leachate management system. An air compressor sized for the GCCS will be installed to provide air to the pneumatic pumps and any additional controls (e.g., pneumatically actuated valves) at the GCCS blower/flare skid. Blower/Flare Skid A separate GCCS candlestick flare will be used for the GCCS.During the contract period, if a new blower/flare skid is required, BMP will install a new blower/flare skid. The candlestick flare will include a blower skid, knockout pot, and other ancillary items necessary. See GCCS blower/flare skid conceptual diagrams as shown in Exhibit 3.2.1. The GCCS blower/flare skid will be operational if the LFGTE plant is down or there is excess LFG to be controlled. 9110 GCCS Expansions BMP anticipates the GCCS will be expanded annually in conjunction with waste-filling patterns. To plan for future GCCS expansions,we plan to work with Port Arthur staff on rolling 5-year fill patterns to maximize cost-effectiveness for installing extraction points and infrastructure (i.e., piping) in coordination with the locations and elevations of planned waste fill patterns. GCCS Construction BMP will use an industry-leading LFG construction company to install the GCCS projects. BMP will use industry-leading material providers for HDPE pipe/fittings, wellheads, and pneumatic pumps.With our experience,we will complete the material take-offs internally and order materials through direct purchase. This allows BMP to anticipate material lead times and plan accordingly for manufacturing and shipping that will be coordinated directly with the material providers to keep the construction start times on the schedule. See Tri Con Works material attached as Exhibit 2.5.1. GCCS Operation and Monitoring BMP will operate the GCCS based on a consistent vacuum to the field provided by blowers with variable frequency drives(VFDs).This is to maintain a consistently available vacuum to tune each extraction point accurately. Operation of the GCCS will be operated to (1) maintain regulatory compliance and minimize odors; (2) maximize gas flow rate and gas composition for beneficial 9 010 use project; and (3) minimize downtime of the LFGTE plant. BMP will have dedicated wellfield technicians on-site every workday to monitor the wellfield, conduct maintenance on GCCS items (e.g., pumps, wellheads, blower/flare skid, air compressor, etc.), and make emergency repairs. BMP also has strong relationships with LFG construction companies to make any necessary extensive GCCS repairs. BMP plans to use Loci Controls to monitor the wellfield extraction points,the GCCS header, and the cumulative LFG at the inlet to the plant. The well controllers monitor each extraction point's gas composition, flow rate, temperature, and liquid levels. The data is displayed for the wellfield monitoring teams at BMP and Loci in real-time. The controllers make minor incremental automatic adjustments to each wellhead based on the algorithm set points throughout the day (every 3 hours). This automatic tuning far exceeds the number of adjustments that can be made by tuning with field personnel. This allows for increased gas quality, gas flow, and to be able to identify any issues in the wellfield immediately. With this, BMP can also tune automatically for barometric and/or weather changes to maximize gas flow and quality on both the"upswing" and "downswing."BMP plans to strategically install the Loci Sentry units along sections of the header. The Sentry unit monitors pressure and gas composition along the header. This data is also displayed in real-time and will allow BMP wellfield and Loci technicians to identify any issues within an area of the GCCS quickly. At the inlet of the LFGTE plant, a gas chromatograph (GC) and flow meter will be installed to 410 show the LFG flow rate and gas composition. The Loci interface will connect to the GC to get an aggregate gas composition and use that data for the total wellfield algorithm. This allows Loci to make batch adjustments to sections of the wellfield based on changing gas composition. This goal is to realize any gas quality issue quickly and make small batch adjustments to minimize unnecessary downtime of the LFGTE plant. See Loci Control informational packets attached as Exhibit 2.5.3. BMP's wellfield operation and maintenance philosophies are to (1) maintain regulatory compliance and minimize odors; (2) maximize gas flow rate and gas composition for beneficial use; and(3)minimize downtime of the LFGTE plant. GCCS Permitting BMP will be responsible for all permitting and regulatory submissions for the GCCS installation and construction activities. BMP will use an industry-leading landfill gas consulting firm for permitting. See the consultant information attached in Exhibit 2.5.2. This includes, but is not limited to: • Permit modification adding the GCCS installation and expansions to the site's landfill gas management plan(LGMP) • 45-day and 10-day asbestos notifications for construction activity(if necessary) 10 • Submittal of as-built replacement pages to the LGMP reflecting actual installed GCCS components • Any required TCEQ comment/response LFGTE Facility Permitting BMP will use an industry-leading landfill gas consulting firm for air permitting for the LFGTE Facility and the GCCS. See consultant information in Exhibit 2.5.2. This may include, but is not limited to: • Air Emission Calculations for the LFGTE Facility.Emission calculations will be prepared for combustion's constituents: VOCs, NOx, CO, SO2, particulate matter (PM 10), and HAPs. Once the emission calculations have been completed, the data will be evaluated to confirm that a minor source permit application is still appropriate to authorize the proposed facility. • Air permitting for the LFGTE Facility. Prepare the Permit Application utilizing the applicable EPA and LDEQ guidance documents.The application packag e will include the emission calculations, required application forms, a process description of each emission source, an area map, a site map, a process flow diagram of emission sources, and any other information required to be included. • Legal Description Survey. Survey and set monuments at the boundary of the LFGTE Facility.Upon approval of the LFGTE Facility boundary between Port Arthur and BMP,a legal description with metes and bounds description and a boundary exhibit will be created. • Port Arthur Landfill Permit Modification — A modification to the existing LGMP to incorporate the proposed LFGTE Facility installation into the site's permit. The permit modification submittal will include a permit-level set of plans and a brief narration detailing the system to be installed. • Any required TCEQ comment/response • Treatment Monitoring Plan submittal • Construction Stormwater Pollution and Prevention Plan(SWP3)—Revise TCEQ's existing industrial SWP3 to include the proposed LFGTE facility. The permit modification will be made for a small (i.e., less than 5 acres) site to permit the construction event with the TCEQ. This includes the development of the SWP3, providing the notice of intent, and payment fees. • Spill Prevention Control and Countermeasures(SPCC)Plan(if required)—If the proposed LFGTE facility has petroleum storage tanks with a capacity greater than 1,320 gallons, an SPCC plan will be required. This plan will include storage areas, migration plans, and chemical inventories. Reporting All regulatory reporting will be completed as required by the appropriate regulatory authority.This includes,but is not limited to: 011111) 11 010 • NSPS monthly monitoring(when/if needed) • SSM recordkeeping/reporting • Flare data recordkeeping • Energy data recordkeeping • Semi-Annual NSPS Report (when/if required) • Semi-Annual Title V Report • Semi-Annual SSM Report • Emission Inventory Report • Annual GHG Reporting to EPA • TCEQ MSW Annual Report BMP will acquire all state and local permits for the site development, including but not limited to TCEQ on-site septic permit, TCEQ Construction permit, and all other necessary local or state permits. Pipeline BMP will acquire all associated permits required for the pipeline construction to the pipeline interconnect. The following permits may be necessary, but not limited to the following: • Wetland Delineation • Wetland Permitting • Threatened and Endangered Species Notice to Proceed • US Fish and Wildlife Service Right-of-Way Permit • TCEQ Notice of Intent • Texas Historical Commission 3.3 Processing facility to be installed at the Landfill—detailed description The proposed RNG facility will consist of integrated operations between the GCCS and the LFG processing plant to provide the most efficient, economical, and effective LFGTE project. The GCCS provides the "feedstock" to the processing plant; therefore, proper testing and tuning will provide the best quality inlet gas to the plant for increased runtime and the highest possible methane percent to meet our pipeline injection specifications. The five(5) acre RNG facility will consist of a feed gas blower, H2S removal, H2O removal, feed gas compression, CO2 removal, N2/02 removal (if required), and sales gas compression. After the sales gas compression, the gas will be delivered into the pipeline interconnect via the metering station. Feed Gas Compressor The feed gas compressor consists of a screw-type compressor where the gas stream is compressed from—0 psig to approximately 200 psig. This compression stage also heats the gas stream. These compressors are manufactured by industry-leading companies that have manufactured gas compression for over 100 years. 12 41110 H,S Removal The H,S removal equipment consists of a lead/lag vessel configuration of at least two vessels. These two vessels will consist of a proprietary adsorption material that will remove the HZS concentration to less than 4ppm by volume at low pressure. This technology has been utilized for decades in various industries. H2O/Siloxane/VOC Removal The siloxane and water removal process consists of a chiller and separation equipment. The chiller cools the gas stream to below saturation dew point, and the saturated water content is extracted in the separation vessel. The gas stream then flows to an activated carbon bed vessel, where the carbon bed adsorbs the siloxanes and VOC components before entering the feed compressor. CO,Removal-Membrane The compressed gas stream then travels from the feed gas compression at approximately 200 psig and a temperature of 100°F to the membrane canister skid, where the CO, is removed via the membrane permeation process. At this point, the gas stream is roughly 57% methane and 34% CO, The CO,removal process will consist of at least two stages of separation to achieve a 97% or greater methane content. This process requires no chemicals or additives to the gas stream; membranes "filter" the gas molecules based on the molecule size through gas permeation of strands of polymers. This technology has been utilized in multiple industries for over 100 years. 914 N2/02 Removal (If required) After the gas stream leaves the CO, removal membranes, the gas stream will then travel to a nitrogen rejection unit (NRU), if required. This will comprise either Pressure Swing Adsorption (PSA)equipment or a proprietary NRU tower. During this process,the gas travels through a media material where significant pressure changes or detention time can separate and suspend the nitrogen molecule,which is then extracted and vented to the process flare. If any oxygen removal is required, a thermal oxidizer will be utilized for this process, including a catalyst that removes oxygen within pipeline requirements. The oxygen is extracted and routed to the process for destruction. Process Flare All rejected gas streams will be directed to the process flare for ultimate incineration/destruction to meet all air permitting requirements from the local, state, and federal regulatory agencies. Sales Gas Compression After the LFG stream has been fully processed and conditioned,the sales gas stream is ready to be recompressed to enter the pipeline infrastructure. The sales gas compression will utilize reciprocating compressors to meet the downstream pipeline pressure of 1,000 psig. The inlet pressure will be approximately 200 psig, and the outlet pressure will be at or above 1,000 psig, depending on the downstream pipeline pressure at any given time. These compressors are 13 manufactured by top-tier industry providers with tens of thousands of units currently in service worldwide. RNG Plant Monitoring BMP's plant will utilize a state-of-the-art SCADA system that continuously monitors each treating component, ensuring the gas processing equipment works appropriately, effectively, and efficiently. These will be monitored"real-time,"and adjustments to the flow rates,pressures, and temperatures will be made instantaneously to keep the plant up and running, increasing runtime and revenue. Incoming gas constituents include methane, carbon dioxide, water, nitrogen, oxygen, hydrogen sulfide, and several other VOCs, NMOCs, and siloxanes. During the gas conditioning process, H2S, CO2, H2O, 02/N2, VOCs, NMOCs, and siloxanes will be removed with specific constituent targeting processes to remove them to meet the downstream market specifications. BMP's processes will not include any additives to the operation or conversions of the gas components into another component. The outgoing constituents will either be absorbed into a "filter" material to meet non-hazardous landfill specifications or extracted to a flare that will then incinerate the components. The remaining gas stream will then be accepted into the downstream pipeline markets. See Exhibit 3.3.1 for the plant process flow diagram showing the process stream pathway. 01114) See Exhibit 3.3.2 for the plant technology slide deck. Renewable Natural Gas Pipeline Overview BMP's in-house team of engineers has extensive midstream pipeline expertise in developing, transporting, and monetizing the RINs for LFG and the natural gas industry. The BMP team has managed and constructed over 3,500 miles of natural gas pipelines, 50 plus methane processing plants, and several natural gas compressor/gas treating stations in the states of Texas, Louisiana, Tennessee, Kansas, Oklahoma, Michigan, Pennsylvania,New York,Nebraska, and Ohio. Additionally, the team has negotiated natural gas pipeline agreements, interconnects, design & construction, operation, and maintenance with companies such as ETC, Gulf South, Centerpoint, Atmos, Enbridge, Mark West, Kinder Morgan, Enable, Tennessee Gas, Texas Gas, Enterprise, Mid Coast Energy, and XTO (Exxon-Mobil). Pipeline Construction Overview Route Selection Pipeline routing requires planning, consulting, preparation, and designing to establish a proper route. This includes community requirements, impacts on natural resources, other infrastructures along the route that may be impacted,and landowner uses and concerns. Once these concerns are remedied,the final route will be selected, and the permits and rights-of-ways will be acquired. 14 Regulatory Process Multiple state and federal regulatory agencies must review and approve the pipeline before construction. This may involve the Federal Energy Regulatory Commission(FERC)and the State of Texas pipeline regulatory agency (The Railroad Commission of Texas (RRC)). Wetland mitigation/delineation through the United States Army Corps of Engineers (USACE)will have to approve any wetland areas deemed to be impacted. Design The design of the pipeline includes what substance may be transported, operating pressure, maximum allowable operating pressure,flow rates,and temperature, all determine what material, size, wall thickness, coatings, operating class, and grade of the material need to be utilized to construct a safe operating pipeline. Pipe Fabrication/Manufacturing Once pipe material and specifications are determined, the pipe material will be procured, and the pipe fabrication/manufacturing will commence. The steel pipeline consists of fabricating the pipe sections in steel rolling mills that are inspected to ensure they meet government and industry design and safety standards. Most pipe joints are 40' or 80' long, depending on the pipeline site conditions and equipment availability. Site Preparation To prepare for construction,the pipeline route will then be cleared and graded to allow construction equipment and materials on-site. This may also include a temporary workspace area needed to allow for the wider working width required for construction. This temporary workspace will revert to the landowner once pipeline construction is completed. Pipe Stringing Once the right-of-way is completely cleared and graded so that construction equipment and materials can move in, the pipe sections are "strung" along the right-of-way per the design plans and will be prepared and welded together. Trenching A trench is dug in the appropriate locations surveyed per the design plans. The trenches are dug deep enough to allow for proper cover, usually a minimum of 36" to the top of the pipe, but can vary depending on terrain,road crossings, and landowner requests. Bending/Fabrication Pipe bends and/or fabrications can be performed either off-site per plans or in the field to meet the pipeline routes and terrain conditions. The bending machine uses a series of clamps and hydraulic 0 15 pressure to make a controlled bend in the pipe.All bending must be performed in strict accordance with federal regulations to ensure the integrity of the bend. Welding& Weld Inspection To carry out the welding process, the pipe sections are temporarily supported along the edge of the trench. The various pipe sections are then welded into one continuous length or in segments via tie-in welds. This is accomplished using manual or mechanized welding procedures. All welding procedures must be qualified, and the pipe welding is controlled to strict specifications. Each welding procedure must be approved for use on the specific project per federal regulations. Sidebooms or track hoes are used to pick up, support,and align each section of pipe with the next section to make the first pass of each weld. Each welder must pass qualification tests before welding on a pipeline project. Typically, each welder must complete test welds using the same process of pipe welding to be used in the project. The welds are evaluated by visual inspection, destructive testing, and non-destructive testing (NDT). Weld quality is monitored throughout the project. To do this, qualified technicians use NDT methods (radiographs (X-rays) or ultrasound) to inspect the pipe welds to ensure the completed welds meet federally mandated quality standards. The technicians interpret the NDT results after evaluating the radiograph or ultrasonic images. If the technician identifies defects, the weld is repaired,re-inspected, or removed entirely. Field Coating While a coating is applied to the pipe during manufacturing,the ends of the pipe remain uncoated to allow for welding. After the ends are welded together, the uncoated pipe portion is thoroughly cleaned to remove dirt or debris. A coating is then applied to prevent corrosion. Several types of coatings may be used to coat field welds, such as two-part epoxy. After application, the coating must be cured per the manufacturer's specifications. Finally, the entire coating of the pipe is inspected to ensure that it is free from defects before it is lowered into the ground. Lowering and Backfilling Once the pipeline is welded and coated, it is lowered into the trench using sidebooms and track hoes. The pipeline is lowered into the trench smoothly and uniformly to prevent overstressing and damaging the pipeline. Care is taken to protect the pipeline and coating from damage caused by sharp rocks and abrasions as the backfill is placed into the trench. In areas where the ground is rocky and coarse,the backfill material is screened to remove rocks,or the pipeline is covered with a padding material to protect it from sharp rocks and abrasion. Pressure Testing All newly constructed natural gas transmission pipelines must be pressure tested before being placed into service. A pressure test aims to find any defect that might threaten the pipeline's ability 16 to sustain its designed maximum operating pressure and allow these defects to be fixed before the pipe is placed into service. The pipeline is filled with water,compressed air, or other gas during a pressure test. The internal pressure is raised to a specified level above the intended maximum operating pressure. Critical defects in the pipe will most likely fail during pressure testing. If the pipe does fail, these defects arc repaired or cut out, and the pressure test will be repeated to establish the maximum operating pressure of the pipeline. Site Restoration The construction right-of-way is restored as closely as possible to its original condition after pipeline completion. Depending on the location and circumstances, this could involve site restoration, including replacing topsoil, repairing irrigation systems, applying fertilizer and grass seed, and other actions that may be necessary. The landowner is typically consulted on how they would like the right-of-way restored; however, some restrictions apply. Local, state, and federal agencies govern site restoration. The right-of-way is carefully graded, and erosion control measures are installed as needed, e.g.,Curlex, seeding, silt fence, etc. 3.4 Additional facilities,other than the plant and pipeline facilities The plant facility will include an office area and shop for on-site plant and field personnel. The office area and shop will be included at the plant's location. Storage container(s) will be located on-site to store fittings, controllers, wellheads, pumps, parts, etc. A boneyard for HDPE pipe and fittings will be established. BMP will keep additional piping and fittings on-site for maintenance and repair purposes.No other facilities are anticipated to be needed. 3.5 Wellfield expansion with gathering lines—future. Maintenance and Expansion Activities and Expenses During the contract period, BMP will pay for all installation, operation, expansion, and maintenance expenses for the GCCS (including blower/flare skid and air compressor), LFGTE, and pipeline facilities. Submitted June 14, 2023. Proposer Name: BIOMETHANE PARTNERS,LLC Proposer Signer: trek.P Aa't'j2"n--- Signer Name: Paul Manley , Signer Title: Vice President 6Email: pmanley@biomethanepartners.com 17 EXHIBITS EXHIBIT 1.4.1 —BMP PORT ARTHUR ORGANIZATION CHART EXHIBIT 1.8.1—BMP's STEPHEN SMITH GAS PROJECTS EXHIBIT 1.8.2—BMP's STEPHEN SMITH REFERENCES EXHIBIT 1.8.3—BMP's KYLE WALKER GCCS PROJECTS EXHIBIT 2.5.1—INTRODUCTION TO TRI CON WORKS EXHIBIT 2.5.2—INTRODUCTION TO WEAVER CONSULTANTS GROUP EXHIBIT 2.5.3—INTRODUCTION TO LOCI CONTROLS METHANE CAPTURE&EMISSIONS EXHIBIT 2.5.4—INTRODUCTION TO NACELLE COMPANY EXHIBIT 3.2.1 —BLOWER/FLARE SKID CONCEPTUAL DIAGRAMS EXHIBIT 3.3.1 —PLANT PROCESS FLOW DIAGRAM EXHIBIT 3.3.2—PORT ARTHUR PLANT TECHNOLOGY OVERVIEW 18 ATTACHMENT 1 ;1,4i lilt! `lam' � ° t�;1 ,�d \ t - \\ 'i.' � ,,,� ; as2 Ili id '''IA'''' .- 1 '11 1,- 7.,\.,t...:::,11 Ail_-- ''- V:',-, ' ‘\;, ', j...\. ./,',/'' eve- {. 'a 1/ PRR •tuw • N \'__=1"':-::"':::1'--:-N-40\41s,"-'i- '-4-'1'4?-4"--''. .,\a:'e..-:9,.,,/,';e: t, ' , elf. _ . ry Syr,- y, �I � sx f� iD iUfl fgpYRTMG PURP0 .80NtY 12 n EXHIBIT 1 .4. 1 BMP PORT ARTHUR ORGANIZATION CHART 19 < 0 a) co La .• w a) 0 N' D "0 2. E D r r —. - CD• _ r ta 0 3 O °a 0) 3 n = . 7 CD 3 m img * -. c) >. r -< __ CD 3 ; n m m c � =• 7 N m a Si N m N i--- < 3 v 'L = o i = m �; z n "0 < w d m � � � m �' 7 r M a .o Go Po Go — =. z -io00 7 o 7 m mA Oz v 0 3 3 r m emilw c) w.. ax w -iW 5 z DT. — m co w co 7 ia < J D co r m 5' r r 0 a z o 7 c) 0 o • co G) W D w f9 z m = r a' am _I w m n ^ 0 a 0 v /'\ ,•+ 2 • rn < in • v, Z a) 2 • r+ n rD O O cu a) • 0 afl' 3 72. 03x s0- so � a- h 3Hray. corDo -` ao $ 7 d nD O a) 1 F• N 3 D H lD O o C 'n_Y• O_ v NO v.•-•N fD 13 N lD O rD - 0) . a N 3 a) r0+ Z X 3 < CM n' 3 0 CNp •2 0 •rD 0�. 3 a o. c o ° c. co 3 0 o CD pi r.-° rr 7r < rD ° a V, Cr 7 n.0 -a u", nn a n (_) :^ B w O 3 fp n' s D a Da rD 3 n) a _: rD 3 ° 0 Cu n 3 y, ° y vs (DD VSi•'< s 00 a fD 3 �+ ,•+ n r+ rt rn 3 ° • 3 r: < < fD\ CD 3 2 a N n 10 N 0 N On N 7 cli S O a 'O S f7 r��p —I "° CD -0 <. O O n. r') o) 0) C rD v+ r• • 0) fD N '6 a) N to uN 0- O : A y ti, a a O n fD N O ".< N a .+ ,-, cra '-' 0 ,,+ a,�) '^ N rn a ° ou O_ n. - < N m 3 0 ar a O rT -< pC O n0 3 rD -0 TOE o ,.* o s r+ 3 a. a Nncq rsn D ti N Orr <, m n v cz tp O oo •a• O 'O v -, n Q°. a O O O 3 j TO c K — a' v ro o s I'o• c o0 o°°° r`0o Q on a. o CU °CD ° .n-. n - fD s O_ CI- 3 ro n a (D :• cL ,-, a s S X s d rD D -, N ° (D s do I-s u n ca o CD CL ro °: ro ^ °v' rn ° 0 3 fD s — v, C a 3 or n rD rD a ° . 3 0 a o • na fora ru a, -° 0., 3 a;3- 3 ' or, CJ 0 +N o O a) Qp d 7' u, a) D a a fD 0- -I W a)rt rD d a rD a) O ar Oa rD < p r < 2 a) -Oa a) a rD a a r. " a < CD o 0) Ort. O rD <0,1 v = � a O" 0.,a) w � av '^ 0) s ° -°. sh'0 a) CDan ' 3 CT as noue' • 3 ' oi roinro• s !D s3 ( � � o o ,.. nDry ° �,a CD r7 n Nv Maa I (D O = N a d7- rD at x N c ° �. „ ° !D a !D a 33 w ? ,rD Dom a CD co � ro ' ° per ° 0' � N°' CDDJ - vn 3 aa � ro O � y lDrt N rj rr O O , p < < or r rD n co 0 co • rtrn ° x° 7. O C -° Fo, '° in I-) N i ° V Pi, C 0 -<. aN nv) a a rn v) CD Q O -3 i� ,< n ° aa . in xnDrD CO O < rD -<< rD rn Or Z ri -< o rD OT CL 3 -, 0) O < in „ '+ v rD N w v '+ C (D s �, a A- = • a s w n N Q Oo Ni 3 r•r nD f0 a < n OS in C 2 = -+. ' -" D v. N Ln d rr N rD n • ° 10 O'Q a �, or O �, a a- Q r0 04 O 3 = r_7 rD ° 00 CD •s 3'Ciq v, O, d Q O N L 3 of 0) O N ? ° -p' 3 a C �• co Q CD f-D O Oa0 33 a 6) 7 rD d ° ,�+ n 0 -, < N 0 K• CD O n ° < 3 0O � m 3 r- a x cC n co D) j a CD O ° a 0 n d 3 C (-, CD y rp y N aicr. O cu a 5 S a Ov"73 n 3 nlD X � � m = O f D. , CD W 0 J cu � N � 3 3 CD a/ rD a = __ 00 - T O ° O - rD H N <_ ;" m a 0 rn a m o_ 3 a &' a 5. craa G)cm r r -3.-O O LLc, p N v n0 a) rD 5 0a, rD LA ON z- a) �+ Cu n a -, O a. C n rn 5 n nD rD d a rD rr O N ,•+ = rD 7 0) •C 0_ a) rn y fD n S r.) Na y a 0 0 _,n ,a+T.c a o s O < O cn ... all d CA * to V, 00 °- ° N rD N v, C.c • a- rD rD • m c, = in D • 5•-o N DDii c 0 'xa < W Q O -a u -• n 0 O erg D ? c a < N d CDD CD O O N -I, N v,, ,7• O rZ C DI ro • p r. Q D! 7 7C 8 C N co D) D) IT rD n C 7 d '_Y. O �_• (p 7 01 7 !D tD CM cu d-< 04 7 O rD ' n X CD N "� •N O_ ID O7 tDD 3 CD O n OCC N' n0 (D Gl .. N 1D S < 7 cro -p 1 Dr -- O O _a n — -, rD y C '0 Q cu,-. d j D) X d rD N j n rD 13 Cu 7 A O C C' a� O CD (D 0 7 7 7 O 7 CD 0_ OD -1, 2. -, N rD -,. N -•• O_ -, to �+ co N CU Y ^* QD rD O ~' v ti N c (D fl V, DJ rD Q 0 0 7 y a °O 2. ff flJ p• Du " N O n t0 U r0 n ,vim, a �•OC O (rtp Q ? O O N < D 3 0ii (03 oD• n v p- O•-< CD rufl D , Cn3 v a D o CD (D ' s ,v -p . D rD rna, CK — o " a 3 7 -a 0 D,„su CD 5 < -, r: Cu O rD rD N n s a d a ,- a, W. rD C O n -a N m (D WOnz o n < wfl Q 3 — o• o -0Di ccD im ac in3 - 3 ' -, 3 D ?� rn n. 0--r" -- n et)• cr 33 (..) N Q f�D Dr N 7 (D ,d-. 7, (D 7 N w n ro 3 fD 7 p m •D a O W a 3 y' of rD eiN a 3 N. n o �' -a o C a Qm m 3 3 " •rt � .�. ' Cu r0 ,••. N Cu N N N A- n N r0 N 3 7 co N p 3 ar 2 y D' CU 01 r+ , C , N rD -, _ O 7 -, N_ o_ N (D Qir '3 rD 3 rD C N .�, rD O -Os 7' rD 7 < a' O N O 3 r0 r0 p- O O < N S 3 7 �7 .0+ n 0 . O 3 07 lD _, -,• n — 7 c 0, 7 _a 7 r+ o O r+, n 5 C a" _ -, O 3 Z Q S 7 p c O 7. • n 7 CD 3 rD C 7 7 3 7 N 7 < D) 7r - -I v01, C—+ .7+ 7 rD N 7 DJ N W D) 7 O_ 93 N N 7 7- 7 rD a (D fl-a Cu n cu Q j N,L no• O O 7• CD . n • - v N O O O• -+> r3D 7 DO n CD p D,CTQ -I — rD a' 07j C -., 7 7 ..+00 07 O -. C Du N 3 < N C 7 D N 7 0 f�° 7 �. to = da/ w 1 N '"' N. Sto Q O N . t.1 H rD N Qi C Q y, v, D) n — rD D) (D O X 3' N �n�, CU cm. G1 r<D 3 -p To ,,, CL . N c 5' O O N -a vl "O = 7 ry N O S D) r7 W 7- �^ any CD = 7 C v, p �- 00 7 — D' O N n n < -p r0 'n'• 2 3 _M p 7 K 3 w p C O 7 �• ( rD o X '^ r0 7 • On v7o o `7' 7 cu n 7 O N N -G O_ 3 p 7 * 3 N (4 n N Q O (D d rD ti, 0J Di O rD rD 3 '+ ,+ N 7 �_ 7 7 7 N S •-• (D• S O9, W a`< N CL 0. rD 7 N in !D 010 EXHIBIT 1 .8. 1 BMP' S STEPHEN SMITH GAS PROJECTS ego 20 03 to rit4+ ,, , r �x G = r? p cri. ,:,,, . ,...„, i .. ,—.- — sa r CD 73 ZWI CD '� - <- t y §-, - _ , ' # y } - * .. rIn 7, VI CD n rot. 2 a ra _ _ t _.,is . . . . „ . . , ._,,,...,-, i --...1/4.... „....-. -.,... ..,. , ..„4 _ .....,. _ { w` '_"__^� f Lam. _ § ,_ ��„e,,.+•mom"""-""`" 1. I _ — #,. SFr _ 11�, j$ �t -44 fQ�� C d t _ � kl- T D. Z N N N N N 0 Z O- -n CO O 0 ro ro O n 7- p) C rY ,C-r rC+ N CCDD 7- Cu P- n 7 7 N = 0- n n 7- 7- 0 v, rD rD N a) a) O N 3 o ,• n r T ro E E = D0) ro 3 n ("S C 3 W Q 0) v I C7 O v OC OC 7 ...... n r O O CL N -G r W •-r r7-r - T w a) C V r a) Z ✓ 7 ul a, a) n = r vs 7 0) i 7 N N 7 _n r T T 0_ 3 CA v Q - < < a - a = rD = = 5 CI) T T = n CD T _ _ K -K ' ' _ -0 _ _ _ _ 4 N.) N --IN D N N N N 70 m 71 m m E CD 0 0 � * � * N 0 0 0 0 0 0 D D m -o m -0 D m D D D D CP 0 073 n c c N o N E coco rn r m m 70 m z m m > N m r D D z zD X -. co 70 rn m r-y > x G) E 7o D 171 j > D u' D v' D D > z > ; zz zz z ZGI co Vf m m —I rn m m m 0 7J n C of C of n D 7- r Z 37 0 0 n D N Z 7 mil C C 0 0 vni E c 0 m o m a0 0 T T m 0 C 70 < —I > 71 70 > k Oz z z c) c) 0 0 N O -0 -o z 5 CI N CD > > D N N _ _ LC 5; -0 U.) Ql N N W N.) N Cn 61 I--' in 4- CI) 0 0 �' 0 0 0 CO "' •0 0 0 �" O 0 00 O O 0 00 O O O w f^ r.. Db V, 7 VI -G zO; ; ; ro ; ; ; ; ; ro 7 D CD rD ro 0 • CU v n a a a a, a) v a) v CD Cr 0 Cr Cr 2 0- Cr Cr Cr Cr n `.• fD CD Co CD CD CD ro CD CD (D I-- Z Z Z z z z z z z z 1.a n) a) m a) DJ CU a) m a) v mrr rt rr ,-+ r-r rt r+ rt rt rr C C C C C C C C C C in it N a) I' al nJ al al n) 0) N A. a) Di a) a) a) a) a) a) a) D 0 N vl V/ VI V/ VI in LI-, In vi v.' K _� xi O O O O '6 6 6 B "O a Z co CD (D (D CD CD (D (D CD CD G1 7 7 C 7 7 7 7 C C 7 D ro (D CD (D (D ro co CD ro CD (D Co ro ro ro ro ro CD a) CD m Cu Cu n Cu Cu nn Cu Cu Z. n -e O O 0 O 0 O 0 0 O 0 7 7 7 7 7 7 7 7 7 )...... m MI. T 0 a rel EXHIBIT 1 .8.2 BMP'S STEPHEN SMITH REFERENCES 21 References for SB Smith Projects Kurt Shaner Formerly:Waste Connections, Regional Engineering Manager Currently:Waste Connections,Vice President of Engineering and Sustainability M:901.351.1439 kurts@wasteconnections.com Wm.Christopher"Chris" Murray Formerly: Republic Services, Environmental Manager, Memphis,TN Currently: Civil&Environmental Consultants,Vice President 0: 615.577.9359 M:901.232.4780 cmurray@cecinc.com Frank Yenchick Formerly: Clean Energy Renewable Fuels(CERF)and Aria, Regional RNG Manager Currently:Clean Energy Fuels, Director of Operations M:734.796.6763 Frank.Yenchick@cleanenergvfuels.com Tyler Henn Formerly:CERF,VP of Finance and CFO Currently:Clean Energy Fuels,Vice President, Business Development and RNG Investment M:562.977.7660 Tyler.Henn@cleanenergvfuels.com r%1 EXHIBIT 1 .8.3 BMP' S KYLE WALKER GCCS PROJECTS 22 f s4 ' 0 o •s •a G) O m i7 ', O • A T. 'a n 3 m m = CO �_ m `� A mg '' ` a N f u. CD s (,Atilif 9i'S+ t• 1 a raw` ` A t}�` A CD , J AP'.‹, fir �g * ^ G$ lit / * § " p#Ir ' ♦/j� +mot• ,; ,'7-.2 ? 1` ,N s� * _ `NH -,---,-,- i-- .r..* \* tL .-----. "' w`,i` 'a •,. ^. * VS a+ y`te ,:a; sx K t x ' `* y v rh' ,. , :+ t u{, xj ; v�. 4'� . } • \t • e 7> EXHIBIT 2.5. 1 INTRODUCTION TO TRI CON WORKS rus 23 'P . �. - ItTR1 CON WORKS LLC Who we are We are the country's leading environmental contractor specializing in the construction and maintenance of methane gas recovery systems for solid waste landfills throughout North America. Together with our sister company, Diamondback Works, we have the ability to deliver turnkey project solutions including power plant design and build along with the full field installation of landfill gas collection systems. Our team, with over 100 years of experience in GCCS development, has successfully completed over 1,000 projects on behalf of every major waste company in the industry and municipalities across the U.S. Our Services • We offer technical expertise in the construction and drilling of methane gas recovery systems, continually applying new technologies to improve I , ., environmental protection and regulatory compliance for our clients and -• their operating environment. Our services include stand-alone construction for all methane gas and leachate collection systems. We successfully deliver projects of various sizes and complexity on-time and _%... within budget that include landfill expansions, retrofits, upgrades, _ I../ repairs, and rebuilds. Tri Con is a leading expert in HDPE fabrication, civil construction, concrete foundations, and general construction. Partial Menu of Service Options Landfill Methane Recovery Hourly Operated Equipment jir Systems Rental Landfill Methane Gas Wells Construction Management %Nit ' Dual Containment Piping Budget Estimates Sump & Pipe Fabrication Concrete Foundations f Flare Installation General Construction Industrial Piping ON 1 77: T\s‘r TiZ 1 CON _ .., WORKS LLC • Our Company Tri Con Works (TCW) operates throughout the US and will continued to expand our service area as necessary to accommodate our clients' needs. We are uniquely positioned in the industry to"follow" our customers into new territories as required. 0„, Tri Con Service Territory 2022 The company has multiple drill rigs in our asset pool along with strategically based construction crews, which allows us to rapidly respond to service requests across the country in the most efficient and cost effective manner. Since our founding in 1998, we have drilled and installed over 700,000 feet of vertical extraction wells and installed more than 10,000,000 feet of lateral, header, horizontal collector, air supply, and forcemain piping. Due to its longevity and associated expertise, TCW has established one of the most efficient and least disruptive construction process for the industry allowing our customers to maintain or expand their operations without interruption. What Makes Us Different? First and foremost, our company operates under the framework of a "zero incident culture" which has allowed us to post a .04 TRIR aggregate score since 2017. 2 ,Z; .- Till CON /WORKS LLC• _ _ Our ability to take care of each other not only improves our operational efficiency but also makes us an attractive home for the industries' most capable performers creating long term standards of quality, stability, and continuity to our workforce. . Our dedication to Workface Planning is especially important in today's environment where we all must be cognizant of the social implications that have been imposed on us due to Covid-19. Using our proprietary strategic planning process that organizes in advance all of the critical components necessary for project implementation, we routinely deliver safe, efficient, and effective project execution that offers improvement in ''^' personnel alignment and collaboration, increased labor T!lrcX1lg ('arty t>j Each Other productivity, and the highest level of customer satisfaction in the industry. - Tri Con Works adheres to the highest levels of universal health and safety standards ensuring our workforce is trained and operates within all federal, state, and local EH&S requirements. Special accommodation is given to LFG specific safety training = and can be customized to fit customer centric qualifications. Any activity associated with excavation, re-grading, and re-vegetation will be managed to comply with all laws and regulations, in particular, those associated with waste, waste water, and stormwater management. Our operating procedures are centered around environmentally secure and responsible practices that minimize the effect on the environment maximizing our customers' ESG scores. 3 VRI CON e.� WORKS LLC We track all of our physical and personnel assets using integrated GPS and Active RFID technologies, a practice that is unparalleled in the sector. Having greater visibility to our operations provides for better asset management and utilization extending the asset lifecycle and improving the security and accountability for all on-site equipment and personnel. This practice effectively maximizes our use of resources including raw materials, energy, and water allowing all of our operations to minimize greenhouse gas emissions. * 41"1.151.11r OM' r----•--,. . We partner with our customers to ensure that all of our operations are consistent in supporting our clients' sustainability initiatives in both the administrative and operational functions. We live by our Core Values: - Do Things The Right Way: No matter the cost or consequences, we do what's right. - Take Care of Each Other. We watch each other's backs, create a safe and productive workplace; each of us doing our part for the good of the whole. - Continuous improvement We build our team with a focus on "A" players who we hire for attitude and continuously train to be multi-crafted, multi-skilled. - Have Fun: TCW promotes a "lighthearted" atmosphere where there is no fear and personnel are always encouraged "to make someone's day". 4 ,0""1 e - TR1 CON 7 WORKS LLc Our Customers Tri Con Works provides engineering and construction services for some of the largest municipalities and public companies in North America. Since our founding in 1998, we have completed over 1,000 projects in the LFG sector, and in combination with Diamondback, we are now able to expand our service to the general industrial market. Here is a sample of our clientele: Public Waste Companies: Independent Power Producers: Clean Harbors DTE Waste Management EDL Waste Connections Energy Power Partners Republic Services MAS Energy Waste Corporation of America Morrow Energy Waste Industries River Birch GFL Environmental Montauk Energy Municipalities: Industrial: Miami Dade County, Florida Lyondell Basell City of Grand Prairie, Texas JX Nippon City of Farmers Branch, Texas Valvoline City of Snyder, Texas Goya Foods Jefferson Parish, Louisiana Syngenta Santa Fe SWMA, New Mexico 5 V6;1 CON rs / WORKS LLCjegek Multi-year Development Plan We are strong advocates of using a systematic approach when planning for G.CCS build outs and recommend including a multi-year development process. This longer term view provides the following: • Maximizes client and vendor coordination • Provides long term efficiencies in logistics and asset allocation • Ensures continuity of the budgetary process over a longer horizon • Financial benefits from economies of scale • Consideration of the whole project life cycle Multi-site Bundled Contracts With our operational capabilities that span throughout the US, Tri Con Works has the unique capability to offer bundled service contracts at both the regional and national level. Combining or aggregating multiple projects into one contract allows both the client and TCW to gain the financial and operational benefits as follows: • Continuity in quality control • System wide performance standards • Single point of accountability • Discounted service offering • More efficient use of physical and personnel assets 6 1 Oft c.ZI CON woMKS LLCM Summary Tri Con Works, LLC® is please to make this introduction to Biomethane Partners and outline our company's capabilities in providing Gas Collection and Control Systems engineering and construction services. We are a company that has: A Safety First culture Core Values driven Experienced "A" team players .- Structured Process Systematic Program management Nationwide Footprint Innovative and Technology driven We look forward to having continued conversation with you and explore how TCW can become a valued construction services partner. For additional information please contact: Corey Allard President Tri Con Works, LLC Email: callard@triconworks.corn Phone: 936-697-5304 7 EXHIBIT 2.5.2 INTRODUCTION TO WEAVER CONSULTANTS GROUP 24 \\'# Weaver Companyoverview NI Weaver Consultants Group Since 1991, WCG has grown to become one of the most experienced solid waste Al consultants in the country. We have a reputation for solving our clients' problems with innovative and cost-effective solutions by applying our extensive understanding of the local environment and regulatory requirements. WCG has proven experience providing practical 6 ti solutions for a wide variety of solid waste issues. We are constantly monitoring new regulatory trends to help our clients look ahead and plan their permitting strategies. WCG continually strives to maintain this leadership position by responding to our client's need for innovation and cost-effective strategies. ALLandmarc Environmental Systems, LLC I Landfill Construction e0 Landmarc Environmental Systems (Landmarc) is a Landfill Construction Company that operates throughout the United States. specializing in Landfill Gas and Leachate Management Construction Services. Landmarc's Landfill Gas Drilling Division crews continue to set the industry standard for drilling and installation of LFG/leachate collection wells. Landmarc is fully equipped to complete landfill gas/leachate drilling projects in difficult environments. 4 Sligo Systems, LLC I Controls and Pumping Systems We are the leaders in innovative solutions for solid waste facility operations, advancing 111 electromechanical technology and products built to combat cost and hazard in the workplace. -44 From custom-build leachate pumping systems, to live metering feed on your smart-phone, we provide the products and services that make your site run efficient. clean, and safe. Revolutionize the way you monitor your facilities, creating a compliance centric infrastructure, all while increasing efficiency and eliminating the need for physical surveillance. itAnchor Construction, LLC I Industrial Facility Design/Build Construction Our team will take on every aspect of your project. Anchor offers complete pre-construction. design, general construction, construction management and design-build services tailored to the exact needs of your project. Our ability to provide an in-house team of highly skilled professionals is what truly sets us apart in the industry. All engineers. architects and designers working on the client's project are Anchor employees. This expedites the design process and allows clients to have direct contact with the design team throughout the project. This same principle applies to on-site construction managers and project superintendents. allowing the client to get up-to-date construction information and progress throughout the entire construction phase. n Weaver "„„„ I Consultants Grou ., p Statement of Qualifications Landfill Gas Services 4 Air Permitting and Compliance Sustainability Ail Odor Management and Control e 11 September 2022 Weaver Consultants Summary of Qualifications �., Group STAFF QUALIFICATIONS AND EXPERIENCE Weaver Consultants Group (WCG) was founded in 1991 as a full-service environmental and engineering consulting firm that provides high- WCG focuses on quality solid waste and environmental management services. The providing high quality firm has successfully grown to over 350 engineers strategically engineering services to best serve our clients. distributed throughout 21 existing offices. In over 30 years, WCG has grown to become one of the most experienced solid waste consultants in the country. We have a reputation for solving our clients' problems with innovative and cost-effective solutions by applying our extensive understanding of the local environment and regulatory requirements. WCG has proven experience providing practical solutions to a wide variety of solid waste issues. When founded,our Principals embraced the notion that a successful professional consulting firm must provide both high-quality technical services and be attentive and responsive to client needs. WCG takes considerable pride in its ability to complete complex and intricate projects, including turnkey solid waste consulting services. WCG is specifically structured to perform all aspects of landfill gas (LFG) and air quality projects. For example, WCG routinely provides the following services on an annual basis. • LFG system-related design and construction projects. 6 LFG master planning/ budget planning. • Air quality permits/compliance submittals for landfills. • LFG-to-Energy facilities studies/permitting and design. WCG has been actively working with several states and the EPA on all the recent rule changes affecting MSW landfills and as such has a working knowledge of the background and development of the rules. Organization From an organizational perspective, WCG operates for the most part under a horizontally flat structure, with few or no layers between our engineering staff and our team of practicing principals and senior managers. To our client this means that their project is being executed with the input and oversight of our most senior professionals, which is a key factor in the success of WCG and our high client satisfaction. www.wcgrp.com 16420 Southwest Blvd.,Suite 206, Fort Worth,TX 76109 1817-735-9770 1 Weaver Consultants Summary of Qualifications Group LFG Engineering Design and Air Permitting WCG's LFG design group is guided by nationally known experts, well-regarded for both extensive hands-on experience and scientific knowledge. The LFG/Air Design Center Organizational Chart, and resumes for the below key staff are provided in Attachment A. Matt K. Stutz, P.E.—Principal Mr. Matt Stutz, P.E. is a Principal of the firm and Manager of the LFG Design Center. Mr. Stutz will serve as the Principal in charge for this project. Mr. Stutz, a professional engineer with more than 25 years of experience, has completed over 200 LFG projects. He is responsible for coordinating complete integration of LFG and Air Quality services, from conceptualization, through design, construction, and operations. He has taken part in the design and installation of LFG collection and control systems, design, installation, and monitoring of LFG probe networks, LFG to energy (LFGTE) feasibility studies, analysis, and permitting, and air quality project for municipal solid waste landfill compliance throughout the country. Mr. Stutz has extensive experience with regulatory agencies and works with several state agencies as well as the EPA. Colin G. McInnes, P.E.—Project Director Mr. Colin McInnes, P.E. has over 13 years of professional experience in the LFG Design Center. Mr. McInnes has completed over 100 LFG projects. He is responsible for coordinating complete integration of LFG and Construction Quality Assurance from conceptualization, through design, construction, and operations. He has taken part in the design and installation of LFG collection and control systems,design,installation,and monitoring of LFG probe networks, LFGTE feasibility studies, analysis, and permitting. Mr. McInnes also manages construction projects from the design to completion on multiple CQA projects a year. Archana Nagaraj—Project Director Ms. Nagaraj has 20 years of professional experience in air quality permitting and compliance assistance to municipal solid waste landfills as a member of WCG's Air Quality Services Group. Her experience includes air permitting, preparing emission inventories,dispersion modeling, risk assessment and regulatory applicability/compliance analysis. She specializes in state and federal air quality permitting and compliance. She has worked on numerous air permitting projects, including Standard Air Permit applications for landfills and all associated operations and an LFGTE facility which utilizes IC Engines, Title V permit applications for MSW landfills and electric generating facilities, and Permit By Rule (PBR) Registrations for spray painting operations, www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 2 Weaver Consultants Summary of Qualifications ,1 Group turbines, engines, flares, tanks etc. for various clients. Ms. Nagaraj currently works in over 14 states and has a working relationship with the state regulators. Angie Vandergriff—Senior Project Manager Ms. Vandergriff has over 17 years of professional experience as an environmental scientist in WCG's Air Quality Services Group. She specializes in NSPS compliance and Tier 2 testing and has completed Tier 2 testing and reporting at over 30 sites throughout the U.S. She has worked on numerous air permitting projects, including Standard Air Permit applications for landfills and all associated operations and a LFGTE facility, which utilizes IC Engines, Title V permit applications for MSW landfills and electric generating facilities, and Permit By Rule (PBR) Registrations for spray painting operations, turbines, engines, flares, tanks etc. for various clients. She has also prepared numerous SARA Title III,Tier 2 Reports for MSW landfills and transfer stations. Staff Members WCG also has geologists and staff engineers/scientists who will be available to perform required el\ tasks for successful completion of the projects included in this contract. In addition to the engineering staff, WCG has highly experienced AutoCAD technicians who work on a daily basis on projects similar to the ones included in this contract. WCG administrative staff includes highly experienced word processor specialists to provide extraordinary support services. Our field service group performs LFG GCCS and LFGTE operation and maintenance tasks on a daily basis across the country. www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 3 Weaver Consultants Summary of Qualifications Group LFG Expertise WCG is recognized as a leader in the LFG (LEG)and air quality fields, having provided LFG services at over 150 sites in the United States. WCG's LFGTE Project Experience and LFG/Air Quality Experience matrices for the past 5 years are provided in Tables A-1 and A-2, respectively. WCG offers complete turnkey LFG services from project conception through construction and operation and maintenance. We also provide individual project components (e.g., feasibility sue-- : studies, air permitting, design, construction, O&M, equipment, monitoring, and related services.) WCG has proven experience providing practical solutions to a wide variety of LFG and air quality issues. WCG has extensive project experience in LFG collection and control system planning and development, including field services. Through its hands-on experience and knowledge of industry standards, WCG has gained the reputation as an industry leader in its ability to recognize , , _ efficient and effective solutions to LFG management problems. This has enabled WCG to make accurate 55 decisions that affect design, coordination, and site """ evaluation activities. Our involvement in a wide variety of LFG-related projects has allowed the firm to become proficient in Our LFG clients include LFGTE developers, counties, cities, private all phases of LFG technology and management. Our waste management companies, and capabilities are outlined below in the key service state and federal regulatory agencies. areas of: • Engineering and Design of LFG Collection ® LFGTE Project Feasibility and Control Systems (GCCS) • LFGTE Project Development ■ GCCS master planning and budgeting a LFG Field Services An overview of our key LFG services follows. www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 4 Weaver Consultants Summary of Qualifications Group Weaver Consultants TABLE A 2 WEAVER CONSULTANTS GROUP LFG CONTROL AND AIR QUALITY PROJECT EXPERIENCE MATRIX / Group SCOPE OF WORK Private(P)or LFG GCCS Design GCCS GCCS GCCS LFG LFG CLIENT GCCS Operation NSPS Landfill Air Municipal(MI Migration and Construction Flare Compliance Generation Client Study Design Plan Permitting CQA end Permitting Compliance Permitting Monitoring Modeling Maintenance City of Arlington M • City of Denton M ✓ / / V / CaineCity nf flatland Drive LF Ckvof Gallant M ✓ / / r / r ♦ ✓ Rhine LF City W Grand Prairie M I / I / / / / / ✓ City of Punt a City P ✓ / !let Street LF P / / .4b1Ym•I.F RI&P / / / / ✓ r / 1 Mn SIMLF P / •• / ✓ / v ✓ :41a.-tutit 1' I • / • ✓ Blur IRA N I.F P / 1 ✓ / / / lto itdrr LF p ✓ ✓ ✓ Ib liken A t ftAV I.I. P ✓ I ♦ ✓ ✓ / ✓ / ✓ IAdbr 1•atn1y Et' P V. / / I V. ✓ ,.xi 14- 1' / 'amain,Li' M / / V. I V / V ✓ Canadian Valle)I.E I' ✓ ♦ / / ✓ ✓ ♦ I I'atlrt Valle.I.F P I I ✓ / I 1 I Oslo/adu Tuvrel 1.1- P / / / ✓ (Mhedal l.F P r / ,, / / / .. ♦ teTh Weaver TABLE A-1 WEAVER CONSULTANTS GROUP Consultants LFGTE DEVELOPMENT PROJECT EXPERIENCE MATRIX / Group SCOPE OF WORK Project Type Equipment Project LFG S Private(P,or Engine{E). LFG Technical I End'. Developer Vender Project Solid Construction Cellecmon Sordoni CLENT Economic End User Startup and Municipal 84 Direct Salo(D). Generation Use FoasMiiKy Bidding Design and W aeto and Management I System 06M Mont High 8TU Modeling Stu Foesibility Study Contractand Bidding A. COA Support Design i Pipeline ill) Negeciaaons SelecWo PermittinghrroamServicesen Services 41rt;1aep•I F M F I I e e / / e 1 lklaearw t n•1.1 P Ii • i 1 .IrRnsen Day/.1 1 P H I ✓ I • t asdr t4 lvr 1.1 M 1 ! / '• , 1 ✓ / • I ✓ ✓ / Illetae 1.I 1t E I I / / I I / I I / 1'alrWlet I 1t F I e / I / ✓ / Wrocith..F P F I I I / tk.line 11 P F / I ✓ r ! 1 • rlkr Vim Q IT P F / / / tttyiMkslI P F I e I • 41.1.oily pud lF P I I 1 I 1:1 hIl IN T41441e1 11 H I / • I r I 1 nt dt:l.nd 11n..r P.I I 11 F I I r • r r a nt at Whirira/a11.11 41 b,I I I I I t.r.rrrwnnd Iannsl 1 ', it 1 r I ✓ • imlq l t.ek LI P 11 / • -- -- __ / I Our/lured 11. meal I.I 1' H t✓ r 1-It)el ldmnarq 1.1 I' 11 I / I M PO.new.I tivarappeetral1.1 1' H ✓ ' I 1'nT of lrtrtn 1.1 1` II 1 • 1 ✓ 1 j www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 5 Weaver Consultants Summary of Qualifications Group Weaver TABLE A-2 Consultants WEAVER CONSULTANTS GROUP LFG CONTROL AND AIR DUAL(TY PROJECT EXPERIENCE MATRIX I Group SCOPE OF WORK Private(P)or LFG GCCS Design GCCS GCCS GCCS LFG LFG CLIENT GCCS Operation NSPS Landfill Air Municipal M) M ISratitxr and Construction Flare Compliance Generation Design Plan and Compliance Permitting Client Study Permitting COS Permitting Momtonng Medenng Maintenance Drm'n Regional Li South P V ✓ r I I ✓ ✓ r I DM Li' P I I e ✓ I ✓ / EC))LE P / I ✓ ✓ ✓ I Fill Sand LF P / ✓ Fonthilb LF P ✓ I I I I ✓ I Forth o,U,LF P v ✓ / I ✓ ✓ Furl N noon Southeast I.I' P r ✓ r ✓ ✓ ✓ Fountain LP P I I ✓ ✓ I I • Galveston('aunty Li P / / ✓ I Golden'II land1e LF P ✓ ✓ I ✓ I ✓ I Gt eettwuod Farnts LF P I I I Hillside Li P ✓ r ✓ ✓ / I Ilntchns 1.1' P ✓ Irma LF P • ✓ r ✓ I ✓ I Jackson Madison('oumy LI' P I ✓ I I JATcn 1 LI' P ✓ / I Jefferson Davis LF P 1 ✓ ✓ I ✓ I I kern-Ole Lk' P I I ✓ ✓ / ✓ nicCarty Road ix P '' r ✓ `' I I I I Slc('nmmas IllofI.l' 01 ✓ ✓ ✓ I I Siena Li 1' ✓ ✓ ✓ ✓ ✓ ✓ ✓ Still('reek LiI' ✓ ✓ ✓ ✓ ✓ ✓ ✓ Middle Pont IF 1' r I I I ✓ I I Morris Farm Sanitary LE" 1' I I I I / Newlinann LF P I " ✓ ✓ ✓ I Newcastle LE 1' r ✓ r ✓ ✓ ✓ ✓ r ✓ Ill RDF(NT TOW DI M ✓ I I ✓ ✓ ✓ ✓ I r %nrrh Shelby Li I' I ✓ I ✓ I 'North West I V Disposal TV P ✓ ✓ ✓ cone I.E. I' I I Oklahoma City LF P r I r ✓ ✓ ✓ I / Ptnehpll.F P I I I r I r I Pleasant Oaks I F P I ✓ ✓ r I I Plum thlePet IF P I ✓ I ✓ i I Tncattrt I.F P I I / I I Porter IF P ✓ ✓ I I I Red Carpet LF P r I r I I I Rtu°tarok Valk.LF P r ' I r I I R,,al Oak,LF P 1 ✓ I ✓ ✓ Sand Valle,LF P ✓ I I I I I Skyline I.F P r I I I I I I Southern Plano l.F P ✓ ✓ r ✓ I I I I Southeast LF P ✓ r / r ✓ ✓ ♦ ♦ r ✓ Southwest LF P r I r I r ✓ r I South Shelby LF P I ✓ e Sunset Faints LF P ✓ I ✓ ✓ ✓ ✓ I Tessman Road LF P I 0 I I I ✓ I I Towro Road LF P o I I I I I I It Ldi.Oaks LF P I r I I I Tulle)(Cirri.LF P r r r r ✓ I I r I Vi,larlu IS P I I ✓ I I I I 'Srathrrfmd LF P I I / ✓ ✓ I Woolen Plants Li P I I I ✓ I I I Whlspet nod Prates LF P r ✓ r I I ✓ ^ J o www.wcgrp.com 16420 Southwest Blvd.,Suite 206, Fort Worth,TX 76109 1817-735-9770 6 Weaver Consultants Summary of Qualifications Group Engineering and Design of LFG Collection & Control Systems (GCCS) g g g WCG has been providing engineering and design of LFG GCCS projects across the US. Typical engineering and design activities include: • LFG generation and collection modeling. • LFG gas flow modeling (using KYGAS to determine LFG velocities and pressure losses). • LFG extraction system layout and design. ■ Wellhead, condensate sump, and condensate knockout designs. ` LFG piping sizing and layout. • Blower flare station design and specification. • GCCS master planning and budget planning WCG regularly designs GCCSs that can facilitate future LFG extraction for LFGTE projects, at a benefit to our clients. We also have developed projects that facilitate the dual removal of leachate from landfills that utilize the LFG extraction system piping and wells. • LFG Engineering Control Systems WCG routinely designs LFG emissions and migration control systems consistent with regulatory requirements, site conditions, economic constraints, and environmental considerations. Key LFG control services include: • Developing LFG monitoring, design, and management plans for migration and emission controls. • Developing and conducting LFG field assessments to evaluate site compliance with LFG control performance standards and to identify any LFG-related hazards. • Developing, designing, permitting, constructing, and operating LFG control programs; ranging from small, passive LFG barrier and venting systems to comprehensive active LFG collection and control systems (GCCS). • Evaluation of control alternatives • NSPS/EG compliance • Control and flaring system design, construction and operation www.wcgrp.com 16420 Southwest Blvd.,Suite 206, Fort Worth,TX 76109 1817-735-9770 7 Weaver Consultants Summary of Qualifications eff Group LFGTE Projects WCG's full-service approach to developing a LFGTE project can guide a client through the entire process, including preliminary feasibility, engineering design and permitting, construction support, and startup assistance for successful project development. WCG routinely assists with the following components of a project feasibility analysis: • LFG generation rate modeling. • LFG collection modeling—summary of existing gas system combined with general model and collection model. • End user marketing analyses. • Technical and economic feasibility studies. • Coordination with public awareness and communication programs. Our project feasibility determinations can assess potential end users and markets for LFG; develop financial estimates and projections to focus on the most feasible alternatives; and help landfill owners decide whether to develop the project independently or to lease LFG rights to an outside developer in return for a royalty. We can also assist with efforts to promote public awareness through communications with the local community in an effort to gain public support for these beneficial use projects. LFGTE Project Development Once project feasibility has been determined and a conceptual collection system has been designed, WCG assists each client in developing an economically viable LFG recovery project. In most of the projects, LFG (approximately 50 percent methane, with a heating value half that of natural gas) is used either directly as a medium-BTU fuel, or processed to a higher BTU value. The industry's most common uses for LFG have included: Medium-BTU Gas High-BTU Gas • Industrial/boiler fuel • Pipeline quality gas • Engine-generator sets • CNG/LNG vehicle fuel * Internal combustion * Gas turbine generator sets 9114) www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 8 Weaver Consultants Summary of Qualifications ,,6 Group WCG routinely assists with the following components of the project development process: ® Equipment vendor negotiation and selection. .• Contract negotiations with the LFG user or developer. • Full project engineering and design. • Air and solid waste permitting assistance. ' • Construction Management and Quality Assurance/Quality Control Programs. a Collection,energy conversion, and initial installation. ' Equipment and LFG field maintenance and operation. WCG has been involved in the development of numerous LFG recovery projects,which include: • Design of energy-recovery LFG collection systems. • Design of LFG-to-electrical generation facilities. • Design of LFG-to-ethanol production facilities. • Construction of the LFG collection and energy recovery systems. Operation, monitoring and maintenance of the LFG collection and energy recovery systems. LFG Field Services As a full-service environmental engineering consulting firm, WCG also provides comprehensive field services to complement our in-house engineering capabilities. For LFG projects, these services include the following: * Construction of LFG collection and control systems. '-` Construction management. • irar earn •-- R • Construction quality control and assurance inspections. • Initial LFG control system startup and balancing. Training of client personnel in system operation, monitoring, and maintenance. • Assistance in the selection, operation, and maintenance of recommended LFG monitoring instrumentation. www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 9 Weaver Consultants Summary of Qualifications Group WCG maintains a staff of experienced field technicians for operation, monitoring, and maintenance of LFG monitoring,collection,and flaring systems. Whether responding to a client's request for one-time field sampling and analysis or providing long-term LFG system operation and maintenance (O&M) services, our field personnel remain current with state-of-the-art field procedures. GCCS and LFGTE Constuction Servcices Within the Weaver Family of companies, Landmarc is a largest GCCS contractor in the country and can perform GCCS construciton and repair servies from coast to coast. For LFGTE contruction, we provide all the site civil servicses such as surveying, grading and drainage plans, utility connections, and build permits. In addition, with Anchor Contruction we can provide full service construction services and management. Air Quality Services WCG has extensive experience in air quality compliance and permitting for landfills and other sources. WCG staff has been involved with the Landfill NSPS/EG for 30 years, since its inception. WCG has been WCG currently working with the EPA and State Agencies on the new proposed provides landfill NSPS XXX and EG Cf and has provided numerous comments and air quality and presentations on the impact of the proposed rules. compliance services to over 120 landfills in Our Air Quality Services Groups provides the following 10 states and Puerto Rico. services to our clients. Air Permitting WCG understands solid waste facilities and as such is uniquely qualified to assist the solid waste industry will all aspects of air quality permitting. We know that the basis for on going compliance first starts with a logical air permit that accurately represents the needs of the site and provides for the flexibility needed at solid waste sites. Given rule complexities and the new Greenhouse Gas rules we start each permitting project with a permitting strategy so that the permits not only provide for current needs but to also plan for the future. Our permitting services include the following: Permitting Rule Applicability Current Permit Evaluations www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 10 Weaver Consultants Summary of Qualifications ,,..,, Group • Permitting Planning and Strategy • Permit Reviews • NSR Permits PSD Permits • Construction Air Permits Title V Operating Permits ' Minor and Significant Permit Modifications We have experience permitting all types of emission sources commonly found at solid waste facilities, including: • Landfills • Solidification basins ' Transfer Stations Bio-remediation pads • Flares Parts washers 6 Engines and Turbines * Storage Tanks • Paint Operations . Roads ■ Tub Grinders Construction activity Air Compliance Compliance with the many air quality rules and permits can be very confusing and overwhelming. However,given WCG's extensive experience with EPA and state rules,we can guide, provide,and assist a site will all aspects of air compliance. Our compliance services include the following: • Annual Emission Inventories • Greenhouse Gas Calculations and Reporting • Deviation and Compliance Reporting • New Source Performance Standards • National Emission Standards for Hazardous Air Pollutants • NMOC Testing and Reporting • Site Inspection Assistance ' Start-up, Shutdown, and Malfunction Plans and Reporting ▪ LFG and Emission Generation Modeling The following is a list of some of the federal air rules which we typically work with: * NSPS Subpart WWW/EG • NSPS Subpart IIII www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 11 Weaver Consultants Summary of Qualifications ,.., Group • NSPS Subpart JJJ1 • NESHAP Subpart AAAA • NESHAP Subpart ZZZZ • NESHAP Subpart CCCCCC ■ NESHAP Subpart HHHHHH • Federal Operating Permits • PSD/NSR Permits Rule Development and Tracking WCG continually monitors federal and state regulatory agencies to stay on top of any proposed solid waste or air quality requirements that could potentially impact our clients. WCG personnel are involved in the rule-making process by reviewing draft regulations and offering review comments to the agency bodies. By being involved, we are able to quickly keep our clients informed and up to date on rule development and the implications on site operations. WCG has been actively involved with rule development for the following federal rules: • NSPS Subpart XXX/EG Cf ■ NSPS Subpart WWW/EG Cc • NSPS Subpart IIII • NSPS Subpart JJJJ • NESHAP Subpart AAAA • NESHAP Subpart ZZZZ , • NESHAP Subpart CCCCCC ■ AP-42 Emissions Factor ■ GHG Tailoring • GHG Mandatory Reporting Sustainability WCG has been providing sustainablity services to our clients for several years. These services include devepeloment of a sustainblity management plans and carbon footprint analysis. Odor Control and Management WCG has a fullly staffed odor control and management team and provides these services across the country. Services include:Odor Control Assesements and Management Plans, Laboratoy Services, Odor Control Chemicials,Odor Contorl machines/systems,and Nasal Rager Services www.wcgrp.com 16420 Southwest Blvd.,Suite 206,Fort Worth,TX 76109 1817-735-9770 12 . _ ,:- .,. ,----, 411,-o' La n d m a rc ENVIRONMENTAL SYSTEMS , LLC ...,_ _,.., --7,-v - . ,.. - --- Your Partner in ,,. ,. ., Landfill Construction . , ...„, „....,„- . - -• v t-' _- -- _ ------- _ _ -._ , -......_ ,,.. . , .-- ... , .,- - ;- , ....•,,....=. ..-•''"‘••--.... - - • .-- _ "'4,..i.7.-''....,414,4 ..;.., ;... , -N,,Iik, ;- _ ,,,,, _ -- - - ..... - , _ Ir...- . .„..,..;,. ,..,..--";.- ' 1:. :-;1111t:111.j*.', "" 1'1 4(11;47 ,-;:r, -7 '''' I 44 ..." --- , - ..- , e----," -,,,P ;4 — _-: ----.' - 7..''' • - .... —--... 1-- ; I ass.;mvms•- ..........-4.:,,,, . .._ ' ...- --. i 71W _...., ----__. . , 11 .., .. ,,, ---- aZ. ,..„-- - 1-..7'7 ' , •'-' .. 44 - - - ,....i,---.. ------ ..,...k....... -.:kr,i . - -' • -.., -q.iiirvi., Asp., - • . ' '''.- 1' '11-1 . -' .,..... - ..--. . -- - ..-...tz, -_. _... _ __ ,- _. _ .. ,........ .„....,_.,,_ , , ,, ......„:„..z..7 .. __. _;_;...„.i..,...,,.„ _.„,...„,,,,...,_._ __ : ..,____ " _ ...37.''7 2*-----.;; ,-- ., ''' -", ...;:------- ...- - ,,,,,40L--,---- ia-A!pM,,, ,*-c.-.21444Sit. -14 ' ,t''".*,,,,,I..--..,--- — . - • , ...e4...., ,,..._-- ''''''' 1`,. ' * '-- — '-'-' -'3' -.....--m. :-..-'•-• - •it, ',-..-t • "..- ,.--...r.•-• _, . -. ,. ...ti-istt, — - ts.:.,„... - -. .. tos,,,,,,.., . .,. e ---s_.'?- - ' '''' ',1.7.-t.e%f `. " '''''. ' , ...A..:,,,,-.-. , :---- i ---• *._— -,...iitr.:;,: .7.---'-- --.:-' ----- _.,,-;•:'..-- ".,'.'_,----...7":r'' .`"' - .. . ' . , '''''''''...: - 17'. ..;',.. ..fze,e ; - V - . '-'" ' -.'- 1 - - ., - %-t— , - -to .t.--1' 7,-,,;*1-';.-‘4.- --A. -4::'-t--.''' ' - -41:::-.'-`.- 1 -- '' ..-•,,,,,so '''. '', ' s - Ike' os., --:• ` -' 1 ., , ....z.g. :....., ....... ...... ''. - `' ' - . „ie., _. 0.- .: ..-,-", ...?... .... _,., .,-.. ., .. ..„ .., ..„ • . ..,.... .., ..-- - . . :,... - 41%4 -0.-- ' , '" ..;* -*-witkk,_ V.., . ...1.'+4.6.4:0-,..,^-1. , ; .., ,:, _„..,ti,,...,t.,, .._ ''4.5-*4 t -a- .... • ._ iiii,,,„„1„, tit imi.imirift ,A41. - 1 Ow 4 pi 1116, voill ....., our Locations Naperville, IL Murfreesboro,TN Fort Worth,TX 1316 Bond Street. STE 108 1523 Sarah Court 6420 Southwest Blvd.. STE 206 Naperville, IL 60563 Murfreesboro, TN 37129 Fort Worth. TX 76109 Phone: 630-717-4848 Phone: 615-624-8005 Phone: 817-735-9770 Springfield, IL Kansas City, MO Henderson, NV 3516 Ogden Road 424 NW Business Park Lane 1489 West Warm Springs Rd. Springfield, IL 62711 Riverside. MO 64150 STE 110 Phone: 217-787-2502 Phone: 816-741-5006 Henderson. NV 89014. US Memphis,TN Columbia, MO Deland, FL 35 Big Creek 6301 East HWY AB 1760 Langley Ave Atoka, TN 38004 Columbia, MO 65201 Deland, FL 32724 Phone: 888-660-0346 ..a .411111110, is 4 / �� I d 'fir ,+v„X = __ _ .._ »; w fr a E R -. p 4 About Us „,„ _ ., . ,.. Landmarc was founded by construction professionals who believed in bringing service-centered solutions to the waste industry. Driven by a desire to create safe. efficient, environmentally sound services. our team never stops looking for new ways to improve landfill performance through innovation. What sets us apart is the importance we place on supporting our employees and providing opportunities for professional growth. Our number one goal is the safety of our employees. clients. and business partners. This embodies our 12:1 culture and makes us a trusted advisor to the largest waste companies in the country. our Core Values : SAFETY EXPERIENCE RESPONSIVENESS We are committed to With over 20 years in the Our nationwide resources nproviding our employees industry, we pride ourselves allow us to provide quick, with the necessary training, on having the industrial supportive service to our equipment, and experience qualifications to approach clients with successful to support a safety-first project construction, projects completed in all company culture. installation, and systems major regions. troubleshooting in a pragmatic manner. our Core Services ....: _ , ... : ii.„ _ . . . -,„3- Li_ .• ,. r., . , 0... , , , • iiii4r... -: ` LFG CONSTRUCTION LANDFILL O&M LEACHATE SERVICES Safety r-, Building and maintaining landfills is dangerous work. Landmarc puts safety above all else. requiring all technicians to complete rigorous routine training to stay up to date with OSHA industry standards. This commitment to ongoing education is ingrained into our company culture. earning us outstanding safety ratings each year. IIONGOING TRAINING Landmarc provides employees with consistent learning touchpoints and resources to increase safety understanding and best practices PPE 1011/ We provide all the necessary protective gear for technician safety, including puncture proof steel toe boots, gloves, hearing protection, safety glasses, high-vis clothing, and more. 1111 GAS METERS All employees wear personal 4-gas meters on site to monitor air quality and ensure they are working in safe environments. TAILGATE MEETINGS Morning tailgate meetings go over the daily work plan, safety protocols, PPE needs, and any ♦ other important communications. SITE AUDITS DPOur safety team travels to all sites across the country to inspect equipment, observe work procedures, site conditions, and provide in-field training opportunities. MONTHLY SAFETY TALKS illt< Each team dedicates time monthly to discuss the topics of raising safety awareness and to any new proactive safety measures. Plus, every technician completes mandatory trainings and yearly refresher courses in: OSHA Construction Health and Safety 30-Hour CPR and First Aid Refresher • Smith Defensive OSHA Hazardous Waste Operations and Emergency Driving Course Response 40-Hour and 8-Hour Refresher , I, r: x: . — _,.. . �f .f I h_ s 3a^, ..a x �4r , r'+ t, ,( = - . � -fir.` ffi k jr, 1.' I • ,S'-? �. .. 4 v� 1 ,, - � _:,,- Cam {, ..t'. = -_- -77 k .-° � _ �.. ,� N may.. t r. «t. A"ram'''r .._ What We Offer Our Clients After 20 years in the industry, our founders saw the need for an elite set of fundamental landfill gas and leachate management systems. By combining research, technological innovation, and environmental application, we `• maintain quality standards while focusing on compliance regulations in: LANDFILL GAS EXTRACTION AND COLLECTION We are fully equipped with the latest tools and technology to complete drilling projects in even the most difficult environments, including side slope well completion with minimal surface damage. LANDFILL GAS PIPING FACILITY OPERATIONS AND MAINTENANCE Landmarc designs each piping network based on site- We provide operations, monitoring, and maintenance specific conditions, including landfill gas generation services throughout a landfills entire life cycle rates, existing systems or obstructions,and future and beyond. From routine maintenance to major site plans. We have the industry experience to ensure construction.you can count on us to keep your your piping systems are designed.constructed, and operations functioning safely and efficiently while operated properly and efficiently. maintaining regulatory compliance. LEACHATE SYSTEMS INSTALLATION WELLFIELD GAS AND ODOR CONTROL From multi-million-gallon storage systems to smaller Maintaining compliance with ever-changing surface specialty tanks, Landmarc has extensive experience emission regulations and controlling odors are a designing and constructing fully customized turnkey challenging facet of landfill gas wellfield operations. _ T\ leachate systems, including the installation of risers, Landmarc offers a simple. unique. and cost-effective piping, pumps,and electrical,as well as submersible solution to combat these challenges. and dual extraction pump systems. Our Services Landmarc is dedicated to providing clients with comprehensive landfill gas collection and control systems and leachate services. From drilling and construction to operations and maintenance.our elite team of construction experts can facilitate all your needs with our industry-leading safety record, technology, and innovative spirit. We Specialize In : CONSTRUCTION Design landfill piping networks based on site-specific LFG and leachate collection system expansions conditions LFG drilling to depths up to 250' - Drilling and installation of landfill gas and leachate collection wells - LFG flare installation Handling challenging conditions or specialty wells with high - LEG piping from 8"-48" size HDPE levels of leachate/liquids safely and effectively Modifications and expansions to existing landfill gas and Leachate management systems leachate/condensate collection systems OPERATIONS & MAINTENANCE Blower and flare station evaluations and monitoring - Landfill gas well rehabilitation,including down-hole camera analysis - Compliance audits - Monthly landfill gas wellhead monitoring Condensate/leachate pump service Post closure services for closed sites CQA Services during leachate system installation Quarterly surface emission monitoring - Data analysis and interpretation - Remote data acquisition and notification of out of - Data management and reporting range conditions - Determination of collection system efficiency and - Repairs to collection system components system limitations - Software specifically designed for compliance and Emergency response to collection and control production tracking system failures - Solutions to prevent gases and odor from escaping - Hydrological Evaluation of Landfill Performance into the atmosphere (HELP)modeling System start-up and well field balancing -- Landfill gas and leachate collection system O&M - Turnkey site maintenance - Landfill gas collection,control system assessments, and troubleshooting r$ our Presence ,,...... With over 150 employees with backgrounds such as engineering. construction management. and more. we pave the way for what's next. improving quality while maintaining regulatory compliance standards across the board. Our ability to adapt and grow has made us one of the largest contractors in the industry, and that momentum motivates us to work even harder for what's to come. Landmarc currently operates in the following states: WA_,„.4 . i MT s OR MN ---- ID WI 1 ip WY NV I OH UT Ill° It IN (WV CO �J CA KS ' MO KY ._ TN AZ NM OK AR ii MS 1 AL TX !1 FL AK • .pi-`, • Ili ' Awe .,,..,* i • .e 'r _mow:-/"' ., ;. # ter _ 'E* �. � x� a 5 i- _` r -� ..• _- _-,�,.�-:*-^" c- / .. -�� •<c .gym+...+- _--,'1. 'an't-..T W - o- �,{ - rg. Featured Projects Landfill Gas Collection System Construction: ' Landmarc crews have installed over 160 miles of HDPE and PVC pipe in 2021 , ranging from sizes of 2"-42" pipe. 2021 Landfill Gas Extraction Well Drilling Breakdown : I Over 425 wells drilled i 20+Wells installed between the I 30+ Wells installed between the depths of 151-175 VF depths of 201-225 VF + 65,000+Vertical Feet + 30+Wells installed between the + 5+Wells installed at a depth + 100+Wells installed between the depths of 176-200 VF greater than 250 VF depths of 120-150 VF L LandmarcENVIRONMENTAL SYSTEMS, LLC 00 www.lmenvsys.com ©2022 Landmarc Environmental Systems, LLC. All rights reserved. SLIGO COMPLIANCE MONITORING SYSTEM SYSTEM OPERATIONS DATA ANYWHERE S. i 1 , --4'Alr.,,,ts„,,_.., _-.- _ „ - ow _ a , ,._,... __, . . _ _ _____ ,_,,..... _ .., it, .,- _ ,,,4-7..4 ' • '• 1 ,•t 'h --...,,,,---,.,,.,,t!'_. .7----f.,,e- :-:--,-,ru„.i 7,4,,_,,t -----',-,.. ''',.*- l t--. ''„:" i , # _ Remote data capture and visualization for compliance and systems operation. SLIGO SYSTEMS Controls &Pumping Systems WELCOME Welcome to Sligo Systems. Sligo Systems,specializing in custom built leachate and gas condensate pumping systems and controls,has become one of the most innovative suppliers to the solid waste industry.Our advancements in the design of these rugged and durable pumps allows for true solids handling and run dry capabilities,coupled with our intuitive microcontroller based control panels,provide simplicity and reliability.Our control panels are infinitely field-upgradeable,often requiring no additional hardware to be installed thanks to this computer technology.This gives management and operators unsurpassed flexibility in system operation and future expansion/upgrades. Sligo Systems offers monitoring and control systems that give landfill operator's access to their critical processes from anywhere they have a live internet connection.Or,if manpower is an issue,Sligo offers services to monitor and collate daily information on leachate and gas condensate systems on the customer's behalf.This allows the customer or Sligo Systems'technicians to identify trends which could lead to manual intervention prior to a failure, reducing downtime and maintenance costs.This proactive approach provides the user with the ability to manage these electromechanical systems methodically rather than by crisis.This system also streamlines the collection and dissemination of mandatory data to the regulatory authorities. elit It is our goal to provide our clients with second-to-none customer support including a 24 hour/day helpline.We can ship spare parts from stock and we have the ability to provide component parts for other manufacturers'products to support your needs.Reducing delivery time,net cost and backing this up with the best technical assistance available all contribute towards our goal to be your partner of choice. Please give us a call with your questions and challenges.We will be glad to hear from you. Best regards, Bob Wendland SLIGO SYSTEMS 011111115 SLIGO SYSTEMS Controls S.Pumping Systems 10 phone:3862184981 fax 386-218-4986 vmvw. mrnn VCMSTM Solutions by SLIGO BUILT TO WORK FOR YOUR SITE Sligo Systems'VCMSTM systems are compatible with existing equipment,easy to use,and easily upgrade your facility to give you better and more reliable data to make more informed decisions.Revolutionize the way you monitor your facilities,creating a compliance centric infrastructure,all while increasing efficiency and eliminating the need for physical surveillance. SAVE INCREASE ACCESS EXECUTE SIMPLIFY MONEY EFFICIENCY REMOTELY COMMANDS COMPLIANCE MONITOR FROM ANYWHERE, ANYTIME. Track trends and record data through real-time reporting you can access remotely.Your data will always be accurate and reliable,allowing you to change alarm/notification setpoints,view historical data,and generate reports directly from any device.Keep tabs on an unlimited number of parameters from pump stations,flares,storage tanks,weather stations,and more.Customizable,rule-based alarms will alert you via email or text of potential issues,and remote controls enable you to take care of problems before they escalate. TAILORED TO YOU REAL-TIME UPDATES SECURE DATA Easy to scale up or down Always running the latest Nationwide cellular coverage based on your needs version,no yearly licensing with data hosted by AWS ABOUT SLIGO SYSTEMS We are the leaders in innovative solutions for solid waste facility operations, advancing electromechanical technology and products built to combat cost and hazard in the workplace.From custom-built leachate pumping systems,to SLIGO SYSTEMS 11110 live metering feeds on your smartphone,we provide the products and services Controls Si.Pumping Systems that make your site run efficient,clean,and safe. phone:38 6 21 8-4 981 far 38621841986 woxw.sligosyacesmonrn .. i ; _ on"1111GS ,* ' L353 0.0A 18.3in _ F . YOUR SYSTEMS STATUS AT A GLANCE. By pairing 1:1 meter readouts with your database, .,' ....,q I SLIGO's VCMSTM systems give operators and �,.�*� _ environmental managers a complete picture of their pumps and control data,in real-time. ALL YOUR METERS. ON EVERY DEVICE. =o __« m�� ; ��� Using our web portal,all you need is a simple a.�® login to view your site's administrative,historical, _. - - and emergency data,so you can verify compliance and optimize system operations o®® m..® from anywhere in the world. ®�® F >= t OPPIli""Nii I 1 L145. , _ EMI EMI,, • f* REMOTE MONITORING JUST ONE PIECE OF THE PUZZLE. As a turnkey pumps and controls implementation company,our VCMSTM systems are just one part of what we do. •Vertical Free-standing Pumps •Odor Control Systems •Vertical Guide Rail-System Pumps •Submersible Level Sensors •Submersible Pumps •Flowmeters •Control Panel Installation •Pressure Sensors •VCMS1"Systems Software Administration •Breakout/Junction Boxes ...., ' SLIGO SYSTEMS Controls S.Pumping Systems 111 phone 396 218 4991 fax 396-2194986 WNW Sigasy te.ms.corn AANCHOR Industrial Desi n Su ort CONSTRUCTION g pp 4. Key Industrial Design Services qs „us ,,., • Design-Build ■ Pre-construction and Design *i s ' ' =Pr . ... <.,, ■ General Contracting • Construction Management a t Anchor Construction is a design,construction management, This expedites the design process and allows clients to have and general contracting firm with offices in Granger, direct contact with the design team throughout the project. Indiana,and Fort Worth,Texas. For over fifteen years, This same principle applies to on-site construction managers Anchor has specialized in the development,architectural and project superintendents,allowing the client to get up-to- design,engineering design,and construction of commercial date construction information and progress throughout the and industrial facilities,with a specific focus on solid waste entire construction phase. facilities,warehousing,automation, manufacturing,and related office spaces,including renovations and remodels. Anchor's team is involved in its surrounding communities. Anchor's work has covered the entire country,from New and they understand community needs and regulations. York to Washington State, and from North Dakota to Texas. Anchor utilizes local contractor participation in the Anchor Construction offers complete pre-construction, community where the project is taking place, enabling them general construction, construction management,and to assemble an effective construction team on behalf of the ems design-build services tailored to the exact needs of the client. client's project. Anchor's staff of in-house engineers, architects,land surveyors,construction managers.and Anchor understands that a successful project begins long construction team work together seamlessly to bring their before the first shovel of dirt is turned. Throughout the combined expertise to each project. From innovative design, project,each small success that is achieved adds up to a through constructability review,to project permitting, successful project in the end.Anchor Construction partners ending with a completed project,the Anchor team executes with the client to accomplish these successes throughout the client's building needs. each stage of the project. What Sets Anchor Apart Anchor Construction designs and builds projects.With the From its founding,Anchor Construction has been an design-build project delivery method,Anchor provides the innovator in client-specific design, project administration, following benefits to the client: and construction management. Project Cost Anchor is a client-driven company,dedicated to • Owner-influenced design implementing the client's building vision by offering services • Guaranteed maximum costs to take the project from shovel to key.This includes • Less cost for construction documents complete pre-construction and design.general construction, • More building per dollar invested construction management,and design-build services • Economical change orders tailored to the client's needs. Project Schedule Anchor's ability to provide an in-house team of highly skilled • One-source responsibility professionals is what truly sets them apart in the industry. ■ Less time to design ems Anchor has a full staff of engineers,architects,and ■ Less time to construct designers working on the client's project in-house. • Quicker occupation of facility • Reduced frustration during building process www.anchorconstruction.com ANCHOR Industrial Design Support ,CONSTRUCTION r) Pre-Construction Services Architectural Services ■ Wetland Identification and Delineations • Building Code Analysis • Property Search&Acquisition • Foundation Design ' Land Surveying • Building Design • Soil Borings • Office Design & Layout • Soil Testing • Interior Finishes • Traffic Study and Analysis • MEP Design • Zoning Analysis and Evaluation • ADA Compliance ■ Land Use Revision • Coordination of Steel Design • Securing Variances • LEED Design Capabilities • Property Descriptions • Utility Company Coordination Construction Services • Permitting • Constructability Plan Review • Construction Management • Self-perform Construction.As Needed Civil Engineering Services • Safety Training and Site Management • Storm Sewer Design • General Contracting • Pavement Design ■ Value Engineering • Traffic Flow Analysis and Design • LEED Construction Certified • Storm Water Treatment Design ' Subcontractor Management) . Erosion Control Design ' Quality Control Management • Utility Relocation and Coordination • Project Plan Management ■ Subgrade Design • Project Budget Management • Parking Lot Design and Fill • Site Supervision ▪ Erosion Control Design fl ' rir - NTA it' 4/ !if / , „ : , _ , _,.. ._ k 60 ir if r/, )/ aimizi.#41/41/orjrimpaiti_ illi -. 1..4. ,;:Zt, AL .47'- / ri iIh i4 ,....--,1/4-wi,. A — r. - ---. --". - - wirf,:i immitt ,.-7,---i NI gem - -- "" lit ' - www.anchorconstruction.com rts EXHIBIT 2.5.3 INTRODUCTION TO LOCI CONTROLS METHANE CAPTURE & EMISSIONS 25 m K gi ='. ., tr) f-- - "'T a z z m 4 Q � n • C -1-.) C -I C . ,.: e ; rl O m z 0 , . a� „ _ , _, '-', . I= ' Cill ,, j fir.:' r ' d I 03 i . . ,,,. . , . ,. ;.4,,,,...:...,,,.. f- ,,t, • .„ . „ „, - i , ,...,..„,,,t, ....,,-, g ,„,.... ,, ,i ft) ''' 7,,,,„ tit Li oj 1 3 .. .. ...... say rE) __ . .,0„ „0„..,..„...t4„,„.11,„_ ___, y 1 rat ... _, ..,,,,, Wiz£ • • • 6Im O • �_ (0 = v I— 71 CO --1 Q ? . �. � 0 n n o = rn 7, 0 e't Z.' ob, N 4... Q pi. V) = 0_ V) (A crq O (D N O6, rill. • a o n i O w z,z 0 y ~d'Q rl. O n cm m� •c n t to ° r cr co al n C 0- V1 �� n O r-1- O 6 0 m rD 0 0 r0 Ow 0 0 -I r o `% O Z. n a `h < - S — r 0101 0 rip = MO 0 n O J � � Zco w Q. a) � 3 —i Q 0n rm. o O E o el * O o r- Q r)n, �. loom CD 0-0 o n. r° 0 o rut .r, a„. � '". an .`. ., b - ' ')' 0 Nom Cais 4 ro ,�� * ,I, xi ' i ji mg °` ,, ,. i• 0 . ` ., ;,, w ,ice, __ ,tamorp.,,,, Y s ,.VI1* t f, • n • CT 0 _. gl -.1w • 0 D TI Q —S -. n 5 O 1-- 0 m D ,rtMal H cn CD At "' D — C n .....1 pDCD < M� z z - - � m i` rD -• 70 r, rn _. o m _ r-r C M �c _1 m 0) P Vet Om J W _. C iT o z a� J rn Q rD 3 0 n g. D = rD 1/1 o ,ot J ' * mrD a O -t) CI • o 4 OW' r CD m - �. n 0 o �, � i a� C m z a � � rain � � T1 so- nn z n zz n D IOMMI * I rn O m — r�• O VI C° C el = C 70 Oq CD fD mz , � O p �. n < n = �•=3* _ -% r+ O —. n p VI m w 6111 r1 /5:0 g m mK �m .I N= cn —D .Ni Zm rn 73n v� Cucri nc n Om ft — 5 z szo > F. e-r a o ra oMill I.,t 0 3 3 I �, C \ 0. rt or4 t n Cl.n Cr M cr- "0 I ;/,I pArAmi rt mmi. * = NJ mil• M < J ••••. o. ill^ 0. M I i) . ... .,_____) V! 1 ., i - n .A r 0 6.1 0 el n — n Gl o -.. 7 0 70 co Cu > (-) M o c r 0 Ort r X M (D (D rm crl m fnD rr) 3 v O W _ O DJ m -0 O CD rD Z N in �G , i- 6, v1-I 9, fD r�-r Q N 3 raIDI -o O 73 .Ni Z m O On N to a) C • -0 (D rn m n * rc, (D0. n n _ FIT al-1 xi (D D (D C r-'- (D (D M Gli ( Om sZ o v hi o Z Q. * C T - DJ n' (D <CDVi 13 c IA 7 = 0 C m 3 n 70 Ii m rD m — rt O O rD 3 3 O �D C, uu -1 DJLA _. Q Q-0 "0 0- - o a o 0tn 0 _ a '� 0 cu v) -p — MIN �_ n 0_ 0 0 c 0 CfCl =n C N p 1/1 DJ o * o• .� (D L ril � � 5 < � � Ul 3 n 0 �, _ N r Q a o n 0 - o 0 0 rt. G1 n n) x 0 (f) V 1 cu ] X C -. Q CDrt ill 5 - CD0 • 3 o r- E gl 07a 0 M 0 Z ma r r) G1. 0 su o' MEN S) I n <-1-1 1;4 ...., ... rn m� ,_, .. .• ..' it, —• N 'Sm 0 MI L O NC'il oD - z,z in in 0 rn m> 0 mg 0� / - rib v, C-i r • Cu (--1c ro _t70 6 pm • f • • V) • r • > • • TO oz s� mic O VI - n �. 3 o al („� o Z � a_ � 0 m 0- aD o rt- fD O m- = C v � el'o `G v, rt m f 5 co n„ O- . Ih< D CL -s np - ! rD a ,+ a • • o MINN p• rC-t 0 0 -s r M N On .� -0 rt N a • C fD N D CD gaj r C f- r- M (D DJ p a) rn-r fD C a rD v n C1 R° CL o. C Cu Dn.7 Q. r-r VI PF 7-7 (n C — � a 0 Qm a 3 73 Z a) m ° n n v n rD z m CDGI m r+ rt D- — r+ — rt z CD n ainns C - rD M � � _ n a — o _ a)3 arD a n. � a CD 7 cn n a rib CU z � - CD3 = 0 0 N a 0 _ rD cu a 0ii - CD lib 0 �' r CD f, o �' v) mic a n ra co v o0.1 7J 0- V) • C r+ �G z cp' C < rt ribr n -O orq am• in rt75 v 0 0 in 'In :- - * gi 0 C O O C 0[ a• 0 4 , O- N r-r Y (D O s a_ D 3 cn0., m K ..„.,, (t) rts _r) rDo _70 n �� - cu O C� �, 0 -r'+ - C = ( zm szo Y� m �— v) Q Ow o _ O n -701 _ —S (J1 a� z r� �.f. oGil 01) w O ::. ,i n ITIr-r ram+ ,""'° O - CMIMI rD oo A a c p,0 O A rn aJ ,-,- en A �• O in - 0-s. oa, x r- '< �• i n D o 0- •mos Al CrQ CL C D �D CO cn pq n < D O O O �Q V aim•��=- (D -0 E r LA -1 = -0-3Q _' 0'Q p�Q =D- DJ U) 3 Ili. = c On a n r7 (0 rD D 2 73 3 li = ri-- otz .� Q O O ,9 n 0CD D a' f r_t C n o 1 • * n0 P1 n-* 6. I ' Q v rt n ° 0 c ' -' C. N ' -+ Q 7. 0 o ON a = 0 IV M in il) I , 0 NM=• 0 q a, n Nc • � N �m rt iP CD `rt lD ° ' ✓ �2 Q, n �, O OZ 0 C Z m Q (D 0 — _ Ep (D Q U Co r-r OC zOD. �c nm 0 rtO ,- O z� (D (D O (D ` 3 xi (DEn o 7 r Q (D rt O n LA 7 0 0 ((D T (D -1 n O v (D O r�-r .___ _ _ ., .,..._ ._. : C rt m R° v (D 0Q 0 co n Cli C ` Z I Q (D — 0Q n - C /NM0 it CD (D v l 3 = I,' ., _ ., � 0 . ;_ ', � r( i:.°"'"ram-- - �-' .- - — D V r .fti i‘„,..... . t „t . t 0 , ,. ,,=,,k;',4'.;11. ' ' /,' ..' , ,-.00" ji) CU ,. t • 0_ •s dam t „ '. ° ' 1 ? Y Irl 0 , 00 �C ca N o u ,. E. E, a i v 2 m r- O o a 3 ,. T a 09 o <i S r C9. . O O N �' p, ^J GC. - T Q ri fl. r • oco o o e e e a e e 0 w - . 0O v @) � GJmGInnG.' ) Gncngx v -: cc8 maa ccc cc cc c ooe oe000ac3N nQO o 0 0 0 o e eo e onoo oW 2A e W ' A � VaAAAp � ONW CA 0 O tD A N u . m - • n 9 f a.) O mK �° $ — m N N N ,. /.1 '' o t N Y uni V. Or U m a x W W ,' e l' Li") r v cn= Q � I IN-) O Z O £ ' 5 n Co' , Wa 0 mD 1 0 � n nC r. .m4g1 a„ 0 C n N q N r� 0 (D m s r--F a Z Qo O Q V) • • • n 0 el n` • • • • • S.L�7 am • • o ° • o "Y•s t. _i . •,q• • tea O \ SM • • • • CA' t• AM • • — : rD Ill � : •• • J m, n -Pr; , ' ` n 44. • • •1. m r -� • C 1 � 4� to it, . ,--p - . . • ;; ,: • m r-t '-< eL < rD m ‘6, a 3 m r--f N i .0 -• r-r' < (D G1 Q a o v CT -5 v O 0 —° r- *. 6" • a _. 0 -p �< 0 m -1 vI Ir = 75 O w '-' '^ n, 10 —I -n n (D -" �' v_i 0 m LT, 0 (D C ((DD E O p O nL11 m O el C c N 3 li) p oQ rD C -1 Vf IAo rD = . 0 0 m c m O E Cu U, (D < CT -1 O d �• 5 0 Y. Km v Q m o 3 v O C. O Zm K if O =O — CT I n— 0 D- =• ra crg m Xi n cz ,n-r = m C N D C '� p ^ m Or n (nj 3 r-r v C-�i -. (D n O O n r (D no n C N = rr m vti O O� �Q O.� m D O - 0 O Z Q° 0_ 0 re \ n0 N a l Cuil MIMI C el * Ct- o el' v 3 D = as 3Ca � ' < nco � nmi m m Li'Q o r1rib O Sli 73 0 ,-fir v p C < C O '-*- N 1-1 O 0• elm ut Q 3 O m N O v 0 C -O a O m O 0 p 3 * n SU 0 LAD `<C r O v O m v m — '-+. 0 D QJ n v a Q p' in v 0 n 0 SU oDTI �^ C -r Z O < r-r -, A a o �, w �• SN < c• 't (D p 73 . 3 ° m° o ° a -, E. 33fD � in • v * ma. r-r - C 6 m if) C n CD 3 QJ 0 !to a_ Iy Co rCr Q ref 0 !'D Q =, o f av ac, (D = a- c 'Y 3 v, 0 N G V O rr p _ N • O C C _ O �, n p O v C f"h 3 0 n • n n m 0 m y rnm m e 0 rD - gm' rp+ �• 0 (D 0 m 0 v rt c (D VIo ° �.t MIMI CD m = — cro -o 0 �• v, 0 (D 0_ S � ••D O f' pr n •r s � � 3 V 0 v; v O c. D o - ca. sZ fD G COI r 61. c _ n c 0 r rD 0 I o N — fD (D (D r*. — n r-t rt rt aj _CD p O A u D n N O O O O C rr c 3 iY m , a — �. Vl Vl QJ - rD nj rrt Q O u�Vi N= °- 0 r- n_-r ram-r Cr - QJ rD Z z r-r O- O (D (D (D • VI _ m n v 0• N (n A V1 r-r V1 13 mD 0 , X'Q n Q z O O 0 n O c ° _ r-r H el. ( O c E. �G c — � a- m a O m `< 3 Q 0� (D C {� N Q. cu l o z Q° r=r (D (D ID N n • _ p•q o p \ o o CD Q. � Mr'. LA O — r�r C 0 i r-r O (/1 um o -T < 0 I M a) O c rV n a' rt CI) XCM Quo fD 0 Q o X rt ,-* et tin Crq _ (A • • • • • • • -• D / m o a o �D rD V E � < " ' • > n cD p E < IL rl rt L11 MI n rp m O c_ X (D ‹. 0 O - —• v CL a n -t, f D (D 0"Q (D to C O m in rt n C rt. /1wA Cu o a`c Q � flJ ^ o ' Q� I = RC) LA 0 LA rD - o < X Q • rD ry n fD 3 a_m a Q X 3 -. Li) 3rDcro X 3 O 0_ r} Q NMI• rt 0 rD cn m 1111111 1111 di SIJ CD • n 0 -• 6. O D r- D -n a, r: O?El -0 C O (D riD to ID ri- c ° - n V- C nc - O 0 o r- -11 ( (D —r it O m mK i o - • D C Zm n (D C 75 V1 C CU C-ICT (D _. tu nc . CVO h15. (0 n- () — O 0 n G � mO m V . (D n CDfD O _ ( ZQ° -., 0_ 0 D ‹- 0_ 3 O < ! -C C Cu o ON C ( —a) C v n D- mv§ O rD � V-t la C p v n' (A O r Q 78 n �. __, rtt _ (D O (D (D —. O 3 O -1 n ....• (D X = O a O (D -. C C = ' NW3 (D (D till Q a a' (D < (Dcrg ° v < rt -N o tin -0 v -0 3 E c g n (D (O n C O 0 ra 3$ D c., - 3 _. D (D a ftlo • c g r D tin (D Nam'+, -1 (D C o- 0 0 -1 (D n = D g(1)V < rt (D (DE CU rt - CFO 1 ` O _ (D C Ti3 S rt C D O3o ri tin n Vl ,. N : n (D nCD fD (D (�D 3 n C (D r 0r C -s • a) r-t O v' 0.) 0- O Q .+a o O N3 303 � Q _ r_f. N cu C flJ rt Cl.) 0_ C Cfc) O a Di N ti 0 a r 6- 0 . l -. o 1 D C7 N CD r I- 0_ rD rD ort n 0 r- ,,,c-) * -7 (1) c o 0 0 ` , 7 a rt o 0 0 can rut, .., v,i 1r'1 � Q ? (D -s (D suR rfi r� cli ti OZ ram') n st Q r+ a v a rt =+, Z,1, () O fD —. Q CD n Q n � (D n °' mD 0 0 CO n (D D 0_ VI O 0 v a-' -• rD O (D O DJ H 3 rp m V1 rn_-r r-P Q . r�-r < 6 3 O Z Q° O 5 O - —• 0 �'1 C7 r�- r- 0 QS lin O J z - 7 3 0 'Z �!"�' o fi 0 _ Q 3 0- , (D :r (D < D- f D O CD o 0 -I a_ Q 0 O- v N oj on rD to n -N * C n CD r C1 Q „I. -, rr _. DJ C D a CU CD c O O = r-r 3 , Q e -c CL iN O D Q Q 0_ Oi QJ 0 1.13 CCD - ;oo v,• r-t � `!' 3 0 - no � � CD s (7' o rm 'A - cn r* O (D can O (D 0_ r• tA rrt = 0 CD rti"' C) n. O 4 n o ' 0 n 0_ cu O rrt n (D 0 • = z Q 6CU -• — o a) rt. 5- 3 CM Et! CD _ = 7° (D m 0 ] CL - -0 rt. n0 ° C et o S. -1 -. � = 0 scrg W (D 6., F 0 "." a) 0 CL cu rt 6„ -,), . c_,. 0.) ,_,. u,, N3 ...., D 5 0 a a) n N FCD O Z r- 0-) 0 .i Zm -S n — m 70n o� _ B N tD c o o �' z c n 0m n ` 7 �1 Z 2Q -0 Cn r-r 3 v a a 0 r-+ a) � (ncra 8 o 5' CD 0 —• CD n rt ^ -S O = r CD D CD Q 2 ='I I * 71)4 sl rD a.) BCD o c CD N CD CT a) N CD M wIlml CD cm En r+ 3 0 0 1 0 CU a.) _ i C 0 0 ,< — Cr 1 m CD CD,c CD -•s cn V) rn ,; 0 GrD m- c 0 e�-F 7i 0 CD v Q) -: r'f' r — �• = oata x, , C = CD -0 Gg a) CD =' C I CD 04 -o . , ;_ v On a.) 3 �-- o r* _o n (DJ 1)-1 o c r+ ci) v o XI D n 0 r) • , a)a) m r+ n 't 0' r CU e S ® 0 O CO o "- to T ^ 1Fa F n S cc.O• I— ra -nh.a.3,. Ni� I C4 rx Ja y .. r:. ci, in m 7. hIail." 4 0 .•.a1 Q u. et)* _. 6. „,„: :::, t. ,,„: .„ ,.„, ;., .. .. .. .. .. ,,, :, .„ .. .. . .. .. . ..A, :,,.., , ......, .. _ , (--7 MN% tit f Q h 0g Q ir" N ''..1 . 5'.1_ ID t: ':>'.:1 t'.\ mug 0 v1 C-�-, cu rn �� CP „/' M tin O 6 - I el in :::. - itti ... C : „ ,i Cr in ..ii, C5 : ,._ Li 1 f ,..._,. -.t. , , „.. s , i ? 01 ) ,r.,' 3 3 iO ! O l 7 .O ¢3 f3. K. m tr::: ) -.1.:' ''' !.r # M CIE r ) 4. 4! t. co !n 1 n N n _ C Ma t o . o 1 C !. aeill = .. ti. ce , ; ,} ate• •E O a O [T IQ `;. o in X o p C v1 r r lb -0 O 13 --t C �- - •� 9J • t/fCD • • _. = _ 73 Q 7, 0 o_ 3 v) �. `< -CD 11) -o Oc * fu fD 5o O n O O OG D - N0.1 a) -I dqrnm � �' /! n Cyy) r-t CD Ocln n O -h 1 DJ — Ozr^ -. Dn Q O OQ, 70 -I") - no� a CD o -0 ] D 2)� v c 3 o Z Q° n , O ] (D CDD E Q fD 0� SDt-t O -5 O (D -, — -r - rt O r < CUo D � n 7 LA P r 0 CD cr = ow,.�D O - -o L3 0n tenS1) CM , _ � �, 00 O Gtii fD < <D O N• rD n 0 r- CDCl. D.- O Q n -5 * CD - A N' 0- �n--r• �Q =eis � O n. . . - (D to O 0 LA �• �_ O + 0 -D LA r-r -s — 3 n N rim O v' 0 3 C O CDO —� O fD (O-r to O {p nD 3 .S �< O .'�' ri 0' 1/1 = P' ' ril n fD fD CD �7 O 0.) Q O `G -O LA = , 0 C/i C t" O g •S . CD �, v�' -0 0 3 rD -. n to O CD n a' — ' r -0 & DJ -o `< OrQ OrQ N e n) O CD CD r• 0(D — • CD 0LA n o C o. CD O In Dc < CD 6- EXHIBIT 2.5.4 INTRODUCTION TO NACELLE COMPANY (IN 26 o.„,„_, it- - „:"._Nli - COMPANY OVERVIEW _ A Wit a OS;t r- ' j 0'1 1. . 1: ,.4 Nacelle is a family-owned and execution-oriented technology and service company F' ' ! specializing in gas conditioning and upgrading in the Renewable Natural Gas ("RNG') . u [ . 111 industry. As an early mover in the RNG industry, Nacelle has proven experience .'i3 i} designing and safely operating multiple RNG projects and upgrading systems, and - ; /l currently has several projects in service with different leading developers across the , - • •" .-Ni :r.; x United States.Our service model is built upon aligning interests and achieving resultsIiii ' . t ( which allow our development partners to focus on other aspects of their business knowing , ,. e ,,,,,!` their operations are in good hands. - ••- , , �«' RNG UPGRADING EQUIPMENT Nacelle's Biogas upgrading systems separate carbon dioxide (CO2) from methane b. (CH4)while removing H2S, H20,VOCs, and all unwanted elements/contaminants �` - r resulting in pipeline quality, ready to use RNG. We offer individually tailored _ to biogas upgrading systems that incorporates the specific attributes and needs of / . ` the project and long term operations in mind. ,r -- I PROJECT INTEGRATION 1. Nacelle offers project integration services for the entire lifecycle of a biogas i,1',,:,,,:_i - -.. ' ' — '''' - ' project, from initial project assessments through commissioning. Services can `: - 1, be provided as a full-suite project integration contract or individually to meet the -• `i customer project needs. " - ' . OPERATIONS AND MAINTENANCE Nacelle's long history of gas conditioning and processing in the Oil & Gas industry coupled with its Biogas operations experience has positioned Nacelle as an O&M leader in the RNG industry. Nacelle's O&M services focus on safety and throughput achieved (as measured by RNG successfully delivered into a pipeline). I , I � f Active Operations in States T------- -T---1 1L67. . ., . .- NACELLE Sucessfully Completed I y^ ' 1 Jobs ., -I j , —� —__ . ________„------- ,,_,____-___..,_._ -, • , . . „ , ? . • , / Gas Processed ces •sec Engineers and Operators Offices: Buckeye,AZ•Midland,TX•Dallas,TX•Charlotte,NC Charleston,WV(Headquarters)•Waynesburg,PA•Appleton,WI A LEADER IN THE NACELLE RENEWABLE NATURAL GAS ."41Svhie INDUSTRY Nacelle provides innovative technology solutions and 24/7/365 operations and service ensuring a high level of performance and success. Nacelle is committed to gas conditioning technologies and service that meet the complex and evolving demands of the energy and biogas industries and creating new markets for the agriculture, landfill, wastewater and food waste businesses. Agriculture Nacelle works with the developer to sequester greenhouse gas emissions on farms and create -� eN a renewable,a sustainable energy source while, a generating new revenue for farmers. Nacelle's technology cleans, upgrades,and compresses -., . tea,. biogas from organic waste captured by an -#`.:' Milky Way Dairy anaerobic digester into renewable natural gas. Alto Project 2022 Landfill At a renewable natural gas project at a landfill,the biogas is f mom gathered at the wells,cleaned and reinjected into the gas pipeline systems. Nacelle utilizes its activated carbon H2S removal Air : 1l11111111'•: system and membrane separation technology to meet pipeline specifications gas quality throughout the lifecycle of the project. INN Wastewater & Food Waste x. In the United States,over 100 million tons of food is wasted annually, and about half ends up going to landfills. Nacelle turns your organic ,:. waste into clean, renewable gas and creates a zero-emission alternative to paying for fossil gas. DeKalb Landfill Project 2019 NACELLE'S UPGRADING EQUIPMENT: Produces up to 99.5% methane. Conditions the gas into pipeline quality RNG with a low carbon-intensity score. Enables for reliable speed to market and maximization of methane recovery. Captures the biomethane to avoid from being released into the atmosphere. Compresses the RNG making it ready for homes and vehicles that run on CNG. Biogas Upgrading Equipment: - - Nacelle's Biogas upgrading systems separate carbon dioxide (CO2) =` from methane (CH4) while removing H2S, H20,VOCs, and all unwanted lk ' ! f � $ ``*' elements/contaminants resulting in pipeline quality, ready to use x4 , - 'lel ' ' RNG. We offer individually tailored biogas upgrading systems that " incorporates the specific attributes and needs of the project. ..., Project Integration Services: „ ``�, ir Nacelle offers project integration services for the entire life _ ' ' cycle of a biogas project,from initial project assessments ; through commissioning. Services can be provided as a K .it- �� - full-suite project integration contract or individually to meet the customer project needs. As;. ,. ma I. 4y. Operations & Maintenance: t'-'4 Nacelle's long history of gas conditioning and processing - t in the Oil & Gas industry coupled with its Biogas "' _ " �`" operations experience has positioned Nacelle as an O&M leader in ` the biogas industry, Nacelle's O&M services focus on safety and , - throughput achieved (as measured by RNG successfully delivered into a pipeline). . ,% '_ `fL vig NACELLE '44Nyi j Carey Sullivan Carey.sullivan@nacellesolutions.com 281.620.5445 FUELING TOMORROW'S WORLD TODAY nacellesolutions.com EXHIBIT 3.2. 1 BLOWER/FLARE SKID CONCEPTUAL DIAGRAMS 27 > I W + 0 I O RI CO I m f I. P. - 1 1 " 1 _ - a II 1 I1 li Y111 lv' V V P,P P i 1 I 1 1 - • ! i 5 I P I ® _ •e . . I 00 TOCDCD ilp ,.. - ; r1111 . PI � ; �5a le U®O Co - 4Ot1:0 C7 9 ' x� m - m lZ a N. -D ,"N" ♦ •�: . ; il --3 l;j'-; v -',, C . g ,Z\ !4 ;Z l' --® D 1 � VA i ., ' co ?i z - m -< - 1 _ ® r 1 1 I i 0 .:44 W E 4-1 0i W R CD OM 0 o711 _� � lit ! it to � 1 .! — 4 1 pi •y5 11 -- -_-- Q• I �$ 0m - - - - - - c {G1z — p fA _ D C __ m m �n -4 > I CO + n I a L D I co + 0I O 41 . iii-IV 2 L---Iii - ' IS/ .._,„ 0, - V ii .1 _j i r. Z a DIs I - ,i ---- - ---- r9 IFTe) I- 0 fk : i Iq I , je 01 ' ' ■ Iitli z : 8 sin tiiii. s 1( ell. 1 5 III Ike ,er HI{• We I'-ter 4 u ' III r I I A I O L { = 1 ----Lr- pi ! KI Z i 11 5 C ,,, 1 g f Ell I■r rr- jII i';R:r' s IP I f psi I€ I f , 1 cow � � 1 l _ I -t t P a i ; � - g s- 3 I') '` ;i 1 ; �� IilI N - Z-,a W - 9xi ° 0 r-r 85 Z 4) r-r r-r e,—„- m0Z U) pn c9., N Z 1 D i co ♦ f) I O L > I co y 1 o tlr-ilfi 1 co 0x,•r Y-1* r-r j r f 0° V — AIR V H ` ) ♦ V C — ,-,Z r I ... _ ~ 4� k o ) ,._,4,4- ,NZ, ' O i _J Ir o PA1 2 I �i I-- -,. ,1 Pi : - u 1 .i — �� i i n F� ' H 0 1 5 • -CI i a \ - I' C 4- I-- -,,..,.sue ' pi D •nilsR `aaali . --'''!1 r— A ;r' 0 a 11 , Z _ _ 3 • , 1 I 11111 w g --- - — W P +0 i• IF- ) Mal i i i ,....,.....Th-A 0 r_____f: .w P —. (no en 1:1 W f vi . 11114a) 7C 1i:ei7 _ 1� ��i _ r 1 rim 2lig raki ® 9 9 4 1 it �Z aa' I-a' s .__._. fn I D I CO 4 n I 0 L EXHIBIT 3.3 . 1 PLANT PROCESS FLOW DIAGRAM 28 rN N/ , g,7 n Z 0 lA VO 7, si. ,3 z i , Lo_ n !I > . , , — - or 0/IN 0/IN 11111, I = C'D i n n K cy z 0 rD 3 rr) on 2 = ,.., Z n O i o CT rD = rt) Ln -0 im 0o co ri o a) rt sa. u --<' co et Ln r. ,-+ -N. CT 1---oce Z eet 0 V 0- On z L" =7 0 = el. lrs 'D 104 Ur 0 > 2 > 3 -0 o --, 2. Z Cli) -«, .-t assmok AMINMENIM• V 03 D.) 0 i erS) 0 0 , r4 rD e00 w-1. 0 2.H ell D0C)'Cl CT = 3 .4`" -a r' r t) -7. 2 ---* E; -0. ,,- •g n :1 °.--) o 2A EP, L ell — 2' 411011111 171 i-, L0 CO V U. .D. _ jr rsj COO 0 0 . .. 2 3 67 ,rD X X — CS. C. 7 '4 ZO 0000 C C , 0 0 z ,...-.. 3' 5' 3 CPI = = ms 0 on = 3 • EXHIBIT 3 .3.2 PORT ARTHUR PLANT TECHNOLOGY OVERVIEW 29 o riei mwal c1:0 Mml 0 P. IIw o. { 3 rD C X X X X X ?4 < < < < < I CD v CD N C D CD `< CD 0 CD CCDD CCDD CCDD Z a)O * 3 Q O Q < CD S. -0 -0 0 0 C) -0 CD T 0 CS _ CD =.,, 0 * CD CD CD CD Cl -n O0 a) G7 m +� O O 3. n r CD co (mn CT) N K (D 2 3 3 00 '-`•— Cl ♦ J O m Cn `c 7.: O CD ; CNm O C D 0 on v0 = CD CD OD C w C— C— m - M 3 Q -n 0 '5 w CD cs E. o O = m G) G) m K Li CD 0- 0 cD m 0 CO -_ (n cti Z7 CD Di CD U CD CD cDti) Z Z cn m �j m 0- ` �_ O O X D CD .�0 Q) CD U) CD w3 O CQ w O O p CD - -, O CD <G 7c `* m tin 0 m O rD. -0 = CD C07 CD CD _ r. O m 0 CD' 0 CDO Vi Cn 0- CD 3 C.0 D Cn CD I I 0 C') LU r K O to 3 to .23) o CC: `< z °.oc cn ii ir:r0 a m „iia g Cm-. 00tQ "im F ; a ' .".-' '' �h y a ,.San'I" -. A a ubv -Y' �` r � yY CD ,. ,e. ..ite!!., . "(..,,Ae.,.;-er -- - - ... CD -, { 3 . .. , ., . _,,, 00) . .. I .....,, _,_ , _ , . ..„ ,,,,• f .., i ♦ } . _ . . , ..._ ___---/ - . , , ,,,„ . . • • • . • • • • • ta s m foill y; � i n N O l > �,• -, r N A x - N A z Z C70 m V, Z T D N O m N N N r Gl N D D n Gl n C O 7 0) O •_' < p n O = rCr O m C H ffDD c d 7 0 C i0 CD ,< DC - 0. < f0 - K 7 d f0 p 5 tD fD CT 7 X N - VI r< Q. fD 7 fD fD C2 7 n 7 0, n O FD m O 3 7- o 3 � o m 7 cc, a m' r oN On, ' 'c N 7 o O 3 fi f D O, o ° o m p w rc 7 < A- 70 f_^ -p VI r o p- ' m a d n X 7 m D, c17 O Dri r O = f r n 0 2 n rr, d r fD a = r OO -, 7 < n 7 N n O 3 O n D N 3 7 7 r <. W CD T r+ 7 - S 7 fD T fD T T .p S fD y 7. O" N rr `C ; fD Q p N r. C, (4 (D D a l fD = co C, T N . N ^ < .< n on D, r y r s 7 r _ d c O r_l T Cl., -, -, D) 1,, O, DPz, fD m Y O r 7 O O Cu • 7 fD d N CJ '< O T .7. n < Q. f1fDC - _ T 7 7 n O 00 r M �+' 7 in O N 7 r r O. a 0) 7 7 00 p- N T a d S = n = N' d d L i Cu r f CDD 7 N r S O 7 T _ _ = N V, 7 N .■ 7 - T N = T * Q N 'T1 O 7 a N 7. -n Cu N �' r A) 7 = O 7 7 N 6 = _ �_ - rt fD N f1 T r 7 N n — A Q - N z - v+ T - n b • n -u = 7 00 T TI - —. fD O a r mum7 DC - 7 r �• - 01 n — T smlc n 7 CD .: Cu a (on -1 1 C•) � { � 5 KKKK Z Z O o o O o o -0 � -0 -0 � � � -1 -1 -, -1 * * * Z Z D ,./., _i rr, < x m x X A X D D D D A D D Z X X x D < orms. - n n m - K d o 7c O 0 v m o .A Gl D O O O w o n m K o �c D T x C 3 x n O 7- o N m a < 0) n, - m D,, < m ,* CO c c p 7- ? C 7 rNi a O C F ,,n O < c _ < N < 3 m m 0., < 7 0 7 v, fD -. 3 N -gyp C) N n O fn 7 O fD < < D) ? a 7 p .C. on G. A 7' rb •N S S S Q 7 N 'O 7 '^ CT v, fD p co 7 = fD w 7 N n o° a 3 3 3 `CD o < N m m 7 0 CD — c ,• 7 3 n n n (-IT < �; - - - -n▪• . * * ac'onzi * ^ * Ln X * FXZn * * c o AX * * ZZ * m * T e `znDCTn cr d D) D, D) < 0, n O D, DC N D, O O 61 7 61 D) r D) G, CC 1 7 r u, N O O N N r N S N N d x c N N Cr N ID N N N N OC so p C - r r - 0 m 7. S p x c CD fD Clm O n m O C CD CD D) N 3 CD CD 7 p7 (D fD f0 ti, CD fD F rL m cr fD fDCD C, fD CD 7 fD [D fD O 7 -, 7 7 fn n 0- D) W n n ro 7 • n m m c n D < n o` n . a a 3 3 a _ d < p , 7 7 r 3 p , G 7- 7 M 7 7 3 = n 7 N 7 - ? 703 3• 7 7 ;) O fMfD c 7 < < 7 7 7 7 7 7 7 7 j ,Z 7 N N N Da C) < d 0, 7 K DC 0) O O 0) d N N CI 01 fp N O <. DD 06 Cl CD fD = 7 f70 Q N' in n D e n. n f�D 7 7 co _ ro ro f3D rt N f�0 O O 3 fD n .. 3 3 3 p p 7_ 3 = N' -I o o S m o' 3 f3D f30 3 3 3 '' 0 3 3 3 Q ti CD fD (D �* 7 N CD �^. 7 7 O 7 7 fD .7. 7 f0 n fD fD 0, 7 CD co dLIP • 7 ti .7-. .7-. r N O- - n N N -. N 0 '^ - N N r7• .7+ M c - r7i r7f X C C /�► - n D 3 it • �• 7 5 < r 9 7 V, j N V, < / Z n Le) -n n O n D n a. A vO1+ a n N n Cl n 7° r. o r. N 0 rN o CCal �, al o m LAD fA o D 0 O• DC = 0 = CO °D _ n 7 0......„ C Cla CO S O CD CD CD m CAD Cl) 70 CDD m CD 70 C CCo m CD CAD m CAD CD Cl) fD 70 m CD 70 CD CDD C 73 AD C CD 73 CD CAD fD m m CDD CD CAD CAD CAD fD 0 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 • it) fD fD fD tD fD fD fo !D CD CD fD fD fD fD fD CD fD fD cD fD fD fD fD CD fD fD CD CD CO fD fD CD fD fD CD CD 2* f C e CC C) F f C DC DC f CC f f DC CC CC F DC DC DC F CC f D CC DC CC F F CC CC F CC f f f 'WA 0, 03 C) CO C) O1 03 fD 03 0) CO CO CO CO C) C) CO C) CO 0) C, 0) 0) 03 C, C, 0 C, d 0) CO D) CO W DC ,., CT CT Cr Cr Cr CT CT CT CT CT Cr Cr Cr Cr CT CS ACT CT CS CT CT CT CT CrCT CT CT Dr CrCT CT cr CrCT CT CS CT CT CD CD fD fD fD CD CD CD CD fD fD fD CD fD fD CD f0 fD CD fD fD CD fD fD CD CD CD fD fD fD fD Cl) CD fD fD fD fD /A Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z V C, C, D) D) 01 C, D) C) 0) 0, 01 C1 D) D CC D, D) 61 61 C, Cu C, C, D) N 03 03 C) N C, D) D) 01 C) 03 03 N CCCCCCCCCCCCCCC C C C C C C C C C C C C C C C C C C C C C C , 0) C) 01 0) N C) 0) 01 0) C) 03 01 D) a) D) C1 D, C) D) D, D) D, D) 0) D) C) 0) D) D, CI C) CO C) d D) D) C) Cl Cl CI C:/ Cl Cl CI Cl CI Cl Cl Cl Cl CI Cl Cl Gl G1 Cl Cl Gl Cl Cl Cil Cl Cl CI CI Cl Cl CI Cl Cal GI C.1 GI Cl D) D) C) C) CC C) C, 0/ 01 01 D D) D) C) C, C) 03 N d C, D D) D) 0) D) DI 01 C) 0) C) D) C) C) 0) N co D) N N N N N LA V, N N IA N N N N N IA N N N N N LA IA N 1A N V, N LA LA N N V, N N to LA m O < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < O r. fD CD CD fD fD fD fD fD fD CD CD CD CD fD CD CD CD CD CD CD fD fD CD fD CD CD fD fD CD CD fD CD fD fD CD CD �/� S 7' S S S =- S S S S S S S S 7- =- S S S S SS S S S S S S S S S S 7 S S 7- = �/0 n f1 n n n n n n n n n n n n n n n n n n n n n n Cr n n n n n n n' n fi n r, —. CD fD CD fD CD CD fD fD fD fD fD CD fD fD CD CD fD fD CD fD fD CD Cl) fD fD fD fD fD fD fD fD fD fD fD fD fD — T1 T T T T T T -n T T Sn T T T T T T T Tf TI Sn -n T1 -n T T T T T -n T T T T T T C CCC C C C CC C CCCC C CC CC C C C CC CC CCCGC C CC C C CD CO fD CD CD CD CD CD fD fD CD CD fD CD fC fD fD CD 00 CD CD CD CD fD CD CD fD Cl) fD fD fD fD fD fD fD fD fD Fw a on pn -a' -o -a* a o v -o• a -a -a a 'a' -a* -a -a' a -a' -a on .a -5 ° a -o a' -o - -a' 'o• a -6 a a -o CD CD CD Cu 03 fD CD fD CD 4, fD fD fD CD fD CD CD CD fD CD fD CD fD Cu CD CD D, fD CD fD CD CD fD fD fD CD CD 7' 7 7 c c 7 7 7 7 c 7 7 7 5 7 7 5 7 7 7 7 7 7 C 7 7' C 7 7 7' 7' 7' 7 7 7' 7 7 fD fD CD N N CD CD fD CD N fD fD CD CD CD tD fD fD CD f0 fD CD fD N fD CD N CD CD CD CD CD fD CD fD fD CD 7 7 7 fD fD 7 7 7 fD D. 7 7 Z. 7 7 Z. 7 Z. M. 7 M. 7 fD 7 7 fD 7 7 7 7 7 7 7 ` 7 7 CD fD fD fD fD fD fD CD fD co' fD fD fD lD fD fD fD CD fD fD fD fD fD fD fD fD fD fD CD fD fD f0 Cl_ Cl_ n Cl Cl n Cl Cl Cl Cl Cl n n Cl n n n Cl Cl Cl n Cl n Cl Cl n n n n Cl n Cl .. .. .. .. - .-. r. A.I. e.g. r. r. r. r. .1. r. r. , r. .. r. r. r. .-. - r. - r. _ - O O• O O O O O O O o O O• o O O O O O O O O O a O O O O O 5 o O O 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 ■ ■ ■ ■ 0 Cn ? 0 = = 2 = o 0 0 G 5 » / 2 pia CD = o I I g 2 / 0 5 5 O 2 G CO CD o' CD / �_ _ k / § / / / / 0' / / 0 m a O. CD / 0 U o O • / ƒ ° f / § 5. CD ® 2 n' = 0 ] / _ 2 E £ k co / o § / / ] E D @ » » £ ¥ 2 K ] a 7 Q) c 8 e 0 2 « e c ° < $ 0 c CD -0 $ 0 o = / / CZ 07/ % ƒ / / �_ / 9 q E 7 Cl)m 7 $ 0 f D k - ® \ = 3 $ 0 73 / E co \ / / ƒ \ E / / / cn- k - 0 / / 0 -I = § / c R / •E / 2 / 2 \ % k / \ r e / o• Cl) f £ M / S 2 CD k f 9 0 0. > Z Cl) CD 10 0 - k . � f \ - 7 ± » q a — CO k = 3 ▪ e 73 0 § — % /CA $ o Cl) a cn \ 7 \ _ a E — c � / c c M 0 § a) m E _CD / CD J < m m / @ — 0. M. 0 o o CD 0. ° 0 % k o - 7 0 cl) co 0 / Cl) / ƒ k O ) °0 ] $ 0 0. 3 5 g_ ° O B CD 03 \ C ® c / a CD r 0 @ § / 2 n / ƒ 7 » 5. ° a & ° FA m q ° O Cr) § 0- R 71 § co 0. q 0 • o ¥ m $ f o 3 D a ¢ / 0 0 x m c $ £ D) s al k 2 k 7 k k < k 0 \ ° 2 — o ° cp Cl) Z a 0 2 CD Z su 2 o m k ] c m s_ (Ti G) / C D - k ƒ o k k ƒ a) - : z 0 m 71 E_ O. 0 \ Cl) § 0 0 s -, £ a_ ° 0_ $ ƒ 0 ) a) 2 n ] c 2 cn O 0 = _ c E 0 n m CD a 0 = ] CD 0 ) Cl) / 0 = 2 a E w Z 1 0 0 2 O 0in Cl) a ? / cn / R Cl) E_ ] / - -n -a O \ Cl) / r) / CU CO = CD DO .. .. ter. < I Cl) !r .w+,.,.e-' IL- CD I, CD ma`s �" Otje'- ;'' • a ' wig I T m .t 4 . a ,, I. ' _ p1 L ,,, _. ro) g, N N N N Cl) 0 Z K 0 " co C C co mA- d Pan 3 3 K S S n n = = O ' _� CDD rD N d d ; O N 0 7 n cu va r=o_ O1' v ro 3 n n c m T p to nfD = ncu c c ,..0 W ("l r O O r r cocu < 3. a /� y c FCC vvai N 0) 3 r- N 7 / \ 7 ca. G G � a Q d m m d 7 w m m = nU) I 2 7, N )-, K N 1-' 0 2 -0 E 2 2 0 2 2 VI n J n J N N NJ -0NJ N ~' CM r Cn Ni) g g •Q1 g m Ql � m N D om N N 11 N N 1 !rt 3 CO E m D E D D Ss co77 A 0 O > Z > 2 .< CD N - 0 p130 0 - 0 my D D Z v Z v Z D n D D D Z D D �1 m -v O m v O K K to 5 I > < w N s. C r2.+ S N p U) N. m m Z Z m Z Z m -0 r^ rD N r^ r D -1 1 CD K K z _1 )3 —I )0 N E 2 D 3 X n • z co C 2 C 2 > CO D m S+ D D N Z v, Z Z m Z D r co L N 7o z o o n D z C c D Op D D N C m i ...... C r . Uv � o Y. (i) , V' .„ 3 `77= = r W 01 N N W NJ N N 01 01 o-+ "� n 3Mil 0 0 o o 0 O CCD v) 0 O 0 4 v; A O 0 0 0 0 0 0 0 0 0 0 n Y/ X A a -v rroo fDD rpo m `2 M : `t rno o rno O omi -' . or d 13 7 d < d 3 01 m 3 O C C .v'+ ,�. C 'Y rt. C r�i Q et d 0. Cr Q fD CD 6 N co Q' rD N < 0 r0 7 = /� F' Fa' n n ri z n r)' c d 7o a y = F' O 0 o d d 0 .. O CD CND CND 3 = CND rm 7 CND 7 at Od0 3 /� Z. rp co 2 O N 2 N Oa) 0 D o fD 3 7 V et ri n' n� n 7 a n -� 3 p c 3 nr ^_ 3 S 0 o' . . CD 0 vdi x A p 7 era 5 v.3 N 3 N j M N n n > > n n < 3 n n n O n (e)0 ill O -I Z Z K 0 —I —, Pc 0 Z 0 13 7, Z < < 7c Z x N 2 m d —� to In C 0 m y/ O- S N r0 G J O C O !�"/'��` co 7 3 D) N = _ c N 0) r0 rD `3 3 y 7 O < 01 0n) it O 'c `� O < _ 3 3 = 7 III ....a.....a.0) m G1 GI 70 m GI 70 Gl 77 G n1 73 Gl 70 G1 77 Gl 70 Gl 03 Gl 7D N m VI• 7 on 7 n . 7 H 7 r. 7 ' 7 Cu ro 7 N 7 vdi 3 H CD w O E f f el a) 0) n a) a) co a) a) co0) d •7o � cr S .L Q Q' U S iT S S *C ` 0 rD Ft", co rD co rD co al rD C Z Z Z Z Z Z Z Z Z Z -0r+ .e 6) 0) 0l a cu di a) .�+ co .�+ c C c C c C C C C c G y N N d Ol N N N G) C) D CD 'CD "O "O 1 'O 'O 'O "6 'O toD CD A r rD to rD rD rD co co K GI S 7 3 7 3 3 7 3 7 3 3 Q 0 ...... rD rD rD rD rD rD to to to rD -CL eb V n n P. ^ g ' 3 7 3 7 . . . 7 7 7 B�\ u CD Z D Z D D D Z D D Z D C D > D D 9 n 0 'n ° n n n _0 n n o n rD 'n n n p ,� S :+ 3' S S 3 3' S et S S S S S Co = 0) S 0) C) CD S 0) d S d rA d 0 d N n 0) rD rD rD rD co rD < C -, co C n D 0) D d N D) > d d > d 0 d -' 0) d 3 m3 m m m 3 m m 3 m o m -.cm m Cr O ..i/ rD 3 co 7 3 7 rD 3 7 rD 3 * 7 0 3 7 E mrD 2. rD rD 2. rD CD rD � ID r0 3 DI0 d 0 04 00 Oo d xid Oq 00 n 00 DO Z nr- T n n n P'1 n rr'1 n 7 cu n N rr.'1 C) m p .�� 70 07 CO CO CO )n N -0 -0 -0 ? o Z v - v -0 9 c: 0 O O O O 0 O c c c c I d 7c ,n-. CC Q. n ut n v+ . . . rD rn - ;s: CD • _ CD ,..... ...„... 0- elL 1. �;F � 71 4` L. C) Z . r 0 ICI Cl) N N O C O •. z1 N CD maw ,; ... 11111- ) -a ...„,....„....,,,,,,_„, . ..,. , .,„:„„,..„.„_._,,. ..•... ... . . ...... .. ....,,,. ..:„. ,,,:-..„... , ....... _..... ............„.. ,,„,,,,_ ,4 Z'''," a.. '#ej'a a 4.. K ' �J �• _ s yam. Vf _ aA.. „-( L. ® < X —• m 3 — o -oa, �CC m CL * * *at ( C' - 2 fD O C 7, O lD S G/1 lD — a) a1 G = fD �• 0 n O �• Gq n o m "Z 0 O SD A- O v N 0 M < tQ U. rt _�, S G {gyp G n o el a — U as 3 n 1l1 cD ? -, C n rnr Gq rr C Q 7C - O d fD Cr. C0 O '�. O_ rD m = O O m '� N Q T S Cq G lip' O 2 rn� Q 'O 0 O. E ro d o O cD M• O- < O -1 0 7 fD -. Oo < ,Ot c fD 7c O aq GO fD fD CTQ fD n = l ri N 3 —I ' CD (D ° 0" o O O. 3 r. O N - ai a fD S r+ O C• v+ - ? C Cq �, 7 CD 3 �' W O' �. — C Z. Q S n in 7 �J'I O p;r fD M CD 3 'O u r'o - s ., N_ v. cra rD° - S o V) ° rt ar O _ S ODD - OOqrD • O ‘3, o - r�D °, n ci C N cm o T1 0 r•h G) n G ? O O p O M CU < r* O 'G O t {np lD v+ v) _ ° = 2 rt 7 c O O to C DJ, v, c 7D' CD' 'n� O 3' CL n Qj r•r �n v+ o O f•D O c f�D c 0 O la n pXj C 3O 0, rD = `� < C Z tn 0 _ n 0- 0 mil 0 0 O O_ n - ' rD 0.)MI rD LA — u, rn _- 0 m fD in er ti, n=44 ,-r C (D fD tlQ o O � r�•r, fl- ,P.,. S l(I).y, ,3" 0 N VI S G� r - rD 3 O 0• rD T n = 0 0 N +n0 O -, x ell) n ao Co O C 7 n = cm rt - _ N r•h O fD S c' O O_ 90 0) V ^ C) �' tea. i m a) 03 U .® y � Di® e'' '� ;r m`' `, .4 , * Tom! CD *„` '�' '" 3 7C 5 s X CD > Y) 4 fir .; , 0 Cn w dYl t rqi € :'> • / i_t • • • • • • • f k 7 > • • ■ t E K K C -1• c (D (D cQ (D v) (DD CD a) a)sv Cl)N m Cr cn Cl) 0 = O (f) r+ v 0 N N p N �°—� o o o o v Co an c� CO n• .•r .-r Q C cr p CS 5' 0 co O a) O 0 CDD cD �D O co (D (D CD g, (D 0 fD 0 cD a) = O < cD c �• c Z (D -w C p N 0- Q CD p 0 C 0 0 -a o CD -, Q:-0 rn (I 3 3 -0 CD �, 0 c0ri CD CD ,. (0 CDCD m co O N O = = 00 O CID to su M 3 CT co co co Cl) co N 0 cc co 3 0 - = .�+ CO Co V' COO CO 7 CD cD CD cD C.Q Q -% p O O CD O O-. (0 (D () St 5 O co CCDD O 1•�7'7 . O CD CD CD (D c0 �• a) " (D CD �• �• "0 r [Q f� CD c-D CD Cn 3 (1 cD CD a)Cl) -' = = O 5 c CD a) = O x CD 7 a) m co co co CO 2 - p O 7 Cn co O CD v N a) CD O co 5..) O O O= Q d O' 0Q aQ Q. 5• a) fD CPcC SD = cn C a)co O co. O O O O um Q. C7 O O O a) 0_ a) D N cn co N O n O 7 n N co co 4 C0_ n O O O 3 = c• ci cci cci 3 O Q m Q Cl) -, co a a a .-« O' CD N < < 0 (l) CD 0 O O O O p CD CD p CD CCD p (D a e� N CD > > O O CQ (D t< -1 C.n O a) co A) coco a) a) a) v Q O `Q C) (el)) O c) 3 cv-(D C. . O cD co 7 3 -5• a) CQ cc) a) a) Cu N O• 00 A lD O13 N a) co co co co C cn O 3 3 c Q as CD CD CD < — CO O tD 0 O VVD 3 3 3 3 c C) CD CD CD CD - CD CD C O (�_ 30 Oct= n �O CD Q �• cn O O O O Q n 7 CD 3 S` fl. (� t/1 o c O O V) * 0 0 co5 'v 7 D* ten . if .Cn-. - co a) p 3 (Q CD (Q O CD N ? CO Q Q co cD CD .�'-. N CQ O O 0.• O a) O vi n O N N - VI Fa h O O � a) Cn (J) x C t3 Cp C O n co a) O CO C C CS O a) C Q 0' O O —_• N O CO O ^! 3 N a) '-'. C (n O 3 3 a To = 5 su Q - m m ch fD m co c N co Cl) �' a) O n O cD CD (n (n p Q fD CD -CI Z Q Cl) o co 3 co a cn N 3 = = cu co - = 0 —1 -01 -.- S `< O D O xO O C) nC to ; O' a) to3a. D Q Q ( 0_CO 1-- c rn a) 0 D G) 7 p' CO cn = 0 -Q -p -►. C o- o r: co a) 5n o co m w CQ 0a co cp. O• a) * a) v' 5' a) 0 5 CD rn CO 5' u N N 0 -10 a) .► coco CD cc• co n a) a)) 5. Sn CD N CO = O O 3 cn p C n co Oi O ca S 5' co co co—. coal -o � O cn < O CD a) a) Q co /� c). co O' m O O O Q O O Q r 7) -0n K D) 0 (/' N _ N _ Q- - n Cr) tr' M G) N 2 — (/) o, do CT 73Cl) + CT CD Q CD 0 13 N D K o • D o_ c o 0 -a CT o CD CI o CT Icii 3CT 6 O 0 0 Cl)0 a,, —. -, D o GO cn v < et, — CD al L — n CD 0 M. co o I D= r N w A In cn O p Cr) o , o Q Q \ CD o c co NJ ro N Or O /mit cr oN O ro m/ O m O N CD Q c r O N ID O n I • CD O O W N ` = CI) A G7 N p\ Irt NJO O r LA .t M a r.► (1) C, N 011110 O r N Q1 e"r D) DJ r O ...I = VI II ` I 7 < > � 3 �' 3 0 °i d a) Z vi — z c r et, a c Cs a- m Q ro -, ri X n fi v ti a q 4 C T ti V: W _ Y FC ry0 YYSS y C 1 e j o r' w R'o d c d I v S < n n g- S O O O O O 00� W r 7 N_ 71 (I) I Sy CD 0 pp) Z --1 N.) 0_ v U) CI.O xj a 7J $3 �h CD x O o CD CD C a 1MINI CD < at O C) U) O v CD O) v 5 - S1i Cr) N I V = I N cD I VANN 0 No c f .., 3 _ 3 0- 0 0 * - -�("13 * < '3 • rig c 0I o o O nCD 77 cn Qo a CD c n5. im N 71 O fD SQ N * g 7.4 M G c 0 a o z o Op 0 I3 0 ZN CO O lir DJ'4 B ii:x I. id l__ S '• M i L 7 7 ,, i o pas ô 1 { m r„ .O CO V a M 0 W Ng r+ I 4 T T i1 1 r Q I '7 r5 C R 'Q 3 ' m a. 4 ; K a -3Q g C I Q .7 7 l TD O s. fD Cr • t OMB ,@r ' CD it CU co CD O O topo O � .. � � CD 11) C a I . cn ai woe* i- ow - 'It 4 it "C3 I i R 1101 4 _ 41 o t IN Cl) . . rn • z ,o r 4 ; : P ''''''' 4040 4 . II . * cD - - ,... , . _ 411 I iii C) Cl) M. m 0 X -i. � 0. = r CD / ''' - gZ __ ...... ' � ...... � gyp._ 0 i - �� C C _ ; F o a_9 _ . gt a CR %a n (..�{�1 a 9. . 3 & E * a • 41, C. 6 It g3 ` 3 it $ Sis c , 3 n n . v # ! { E.E R § $ f ft. r - a • • g b s FI ." • n I 0 'I °. ' i- '! i- ' ' 4. r n n a t r Y ; : Z 0 i � Yz 2 > S � k O rt i' i r i n n . s = C ! 3 It, i � x - Yoh Y 1j ^ � C Z. Y A p� R. K o '�^ n s ; n i n . ' s 'i g E 9 i r s fig^ S 0) eft) p. m 0 M CIO = S C -n fl r M1 vi 2 " 2 3 r ,"4 (, 1 xis g f 3 .y 7 f o 4 $ ° Y /_a. , '� s ""' s ,' Q 3 g. g _n Z ° 3' $ '� 2 n m m CD =' E.` r i x ;' S 3 fc g g• w 0 R Z Tm7 a p^ O n 1 ' 3 0 to X --'I > ON d G f Q d iC a c w a 3 r g E 5. E a o F i N O V c R Y a, c ' 2 r O 0 C 3 - Ij ,s.. 7 If .. 9 D E. ' Q e T 3 0 3 ^ o p -1 75 o % o - e. • N o o -c - d Y d d 4- n 5 Er. Y o C c n t Q 6 U 0 . R O S m G n a 3 " -, OT c ^ 6r. v a e ^ o �• ' c 3 d d v a ' C w N ^ . ^ : 3 4. N N a Q '� a n c : d 3 1 a o- - 3 +� Yc( �0 3 D $ 5 p S' f a I d. - 9p o ail _ - C1 c M M 3 v G d 3. ] ,rt, f. a - R a 3 4 0 3 c a •-+ N a -+ 6-v i 4 61 Z ° 3 5 : m LI a n3noM m o3 * cx , M > R ? G n g p Z a c w X i C iT d K a7 LA Ll s. ^ 2 z a E- z R v E. x 4 a L1 1. a c 3 0 b ' ° o n a C jt n ° 0 3 a _ 3 7.nr a ^ AN r iZ n a d o ' Iii t.y rP C.3 CD R 5 493 fir{