Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24345: PURCHASE OF ONE 2025 HOGZILLA TUB GRINDER FOR PUBLIC WORKS LANDFILL DIVISION
Croy cat urt rthu1� www.PortArthurTv INTEROFFICE MEMORANDUM Date: May 19, 2025 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: P.R.24345 — Authorizing the City Manager to purchase one (1) 2025 Hogzilla Tub Grinder TC-1564P for the Public Works Landfill Division for$1,052,000.00 from CW Mill Equipment Co., of Sabetha, Kansas. Introduction: This agenda item requests the Council's approval to purchase one(1)2025 Hogzilla Tub Grinder TC-1564P for the Landfill Division. Background: The Public Works Landfill Division provides an effective disposal of solid waste. Equipment such as the 2025 Hogzilla Tub Grinder TC-1564P will assist staff with reducing waste volume, conserving landfill space,producing mulch and compost, and improving Landfill operations. City Council approved the purchase of this equipment in the 2024-2025 fiscal year budget's capital equipment schedule. The City advertised the equipment for bids on April 2, 2025, and April 9,2025. Four bids from two vendors, The Akana Group, Inc. of Houston, Texas, and CW Mill Equipment Co., Inc. of Sabetha, Kansas,were received on April 16, 2025. The Akana Group submitted the lowest bid of$1,014,110.00; however, the specifications for the lowest-priced equipment did not meet the bid specifications. The next lowest bidder, CW "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Mill Equipment Co., Inc., was therefore determined to be the lowest responsible bidder with a bid of$1,052,000.00. Budget Impact: Funding is available in the Capital Reserve Fund Account, 403-50-320-8522-00-00-000, for the not-to-exceed amount of$1,052,000.00. Recommendation: It is recommended that City Council approve PR 24345 authorizing the City Manager to purchase one(1) 2025 Hogzilla Tub Grinder TC-1564P for the Public Works Landfill Division from CW Mill Equipment Co., of Sabetha, Kansas, for$1,052,000.00. "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 �J� UPDATED 06/10/2025 PR 24345 5/19/2025 LLJ Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO PURCHASE ONE (1) 2025 HOGZILLA TUB GRINDER TC-1564P FOR THE PUBLIC WORKS LANDFILL DIVISION FROM CW MILL EQUIPMENT CO., INC. OF SABETHA, KANSAS, FOR THE NOT-TO-EXCEED AMOUNT OF$1,052,000.00.FUNDS ARE AVAILABLE IN THE FY24-25 CAPITAL RESERVE FUND ACCOUNT,ACCOUNT NUMBER 403-50-320-8522-00-00-000. WHEREAS,the Public Works Landfill Division receives and disposes brush daily; and, WHEREAS, the purchase of one (1) tub grinder will assist staff with reducing waste volume, conserving landfill space, producing mulch and compost, and improving Landfill operations; and, WHEREAS,City Council approved the purchase of one (1)tub grinder in the 2024-2025 fiscal year budget's capital equipment schedule; and, WHEREAS, the City of Port Arthur solicited bids in the Port Arthur News on April 2, 2025,and April 9, 2025,with bids opened on April 16,2025 (see Exhibit A); and, WHEREAS, the City received four (4) quotes from the Akana Group, Inc. of Houston, Texas, and CW Mill Equipment Co.,Inc. of Sabetha, Kansas, as shown in Exhibit B; and, WHEREAS, the Akana Group submitted the lowest bid of$1,014,110.00; however, the specifications for the lowest-priced equipment did not meet the bid specifications(see Exhibit C); and, WHEREAS, the next lowest bidder, CW Mill Equipment Co., Inc., met the listed specifications and was therefore determined to be the lowest responsible bidder with a bid of $1,052,000.00 for one (1)2025 Hogzilla Tub Grinder TC-1564P, Exhibit D. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: ■ f PR 24345 5/19/2025 LLJ Page 2 of 3 THAT,the facts and opinions in the preamble are true and correct; and, THAT,the City Manager of the City of Port Arthur is hereby authorized to purchase One (1) 2025 Hogzilla Tub Grinder TC-1564P from CW Mill Equipment Co. Inc. for $1,052,00.00; and, THAT,funding for this purchase is available in the Capital Reserve Fund Account,account number 403-50-320-8522-00-00-000; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED,AND APPROVED this the day of , A.D. 2025 at a meeting of the City of Port Arthur, Texas, by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman Bill Bartie Mayor ATTEST: Sherri Bellard City Secretary PR 24345 5/19/2025 LLJ Page 3 of 3 APPROVED AS TO FORM: Roxann Pais Cotroneo, Esq. City Attorney APPROVED FOR ADMINISTRATION: Ronald B , City Manage Tozel C. Ro erts, , Eng, MBA, CPM Direct() of P lic orks APPROVED FOR AVAILABILITY OF FUNDS: its• Clifton E. Williams, Jr., CPPB Purchasing Manager :\bi-Ct<24- Lyndawell, ICMA-CM, MA Director of Finance P.R. No.24345 EXHIBIT A CITY OF PORT ARTHUR Request for Bids Grinder for Landfill April 2, 2025 April 9, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS e is hereby given that sealed Bids,addressed to the City of Port Arthur,will be received at the a of the City Secretary.City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 nc than 3:00 p.m.,Wednesday,April 16,2025 and all Bids received will thereafter be opened and aloud at 3:15 P.M.,on Wednesday,April 16,2025 in the City Council Chambers,5th Floor,City Port Arthur,Texas for certain services briefly described as: GRINDER FOR LANDFILL received after the deadline stated above,regardless of method of delivery,will not be considered Hill be returned unopened. es of the Specifications and other Contract Documents are on file in the Purchasing Office,444- 3treet.City of Port Arthur,and are open for public inspection without charge.They can also be wed from the City's website at https:l/www.portarthurtx.govlbids.aspx or www.publicpurchase. City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not rd a contract to a company that is in arrears in its obligations to the City. • (AMA W ,m�FPe Purr-haring%1an*Krr P BLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS 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,April 16,2025 and all Bids received will thereafter be opened and read aloud at 3:15 P.M.,on Wednesday,April 16,2025 in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: GRINDER FOR LANDFILL Bids received after the deadline stated above.regardless of method of delivery,will not be considered and will be 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 httpsa/www.portarthurtx.gov/bids.aspx or www.pubticpurchase. com. 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. ' 1 • curt µ Mims.C PP Purchasing Manager P. R. No.24345 EXHIBIT B 2 k _ q � - c z 'u-- U_ c / = - n - k r- S c Cr] Q - q § p 3 ® © C.) ? c S g \ 2 2 - \ = 2 in t » , r - - § 2 V et11 Tht C.) v "N m - / o ••. E c / § 2 § / \ H o 2 _ U C q § / d 2 0 2 NI » % 2 a _ ° M / / E L. Q ci 69 « q 2 % a> ae § c P. ■ .� coWo / �Ow� R � / �_ d I. C H k Q Q § 2 § = 2 - 2 2 % 3. N } Q - \ 3 cu \ \ . 3 2 / d ' , k Ct , 1 . § « : . �� § 6tr. \ = 7 ° ►] \ . T , " me 2 U § - ic ■ # 3 2 2 q / \ ƒ — IM d .4 P.R. No.24345 EXHIBIT C City of Port Arthur Landfill CW Mill Equipment The Akana Group, Inc. Co., Inc. Morbark 1600 Hogzilla TC-1564 Meets Specifications Yes No Yes No Engine - No less than 1000 hp X X Hammermill torque converter X X Motor Comp. pre-cleaner X X Conveyor belt swing out X X Conveyor belt, No auger X X 15' tub X X Auxiliary engine X X Warranties X X P. R. No.24345 EXHIBIT D THURMAN BILL BARTIE,MAYOR \ lr ;. RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM - City of { �� COUNCIL MEMBERS: ` SHERRI BELLARD,TRMC CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD o Pt rt jg u ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,HI Texas DONALD FRANK,SR. MARCH 29, 2025 INVITATION TO BID GRINDER FOR LANDFILL DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, April 16, 2025 (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, April 16, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. MARK ENVELOPE: P25-041 DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid 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 the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.wi ll iams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1 409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS 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 ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams Purchasing Manager Paee 2 of 17 INVITATION TO BID GRINDER FOR LANDFILL (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: Page 3 of 17 SUBMIT THE FOLLOWING. A. BID SHEETS -PAGE 6 & 7. B. NON-COLLUSION AFFIDAVIT-PAGE 8 (MUST BE NOTARIZED) C. AFFIDAVIT-PAGE 9 (MUST BE NOTARIZED) D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN&DATE ON LINE 7- PAGE 10 E. CHAPTER 2252 CERTIFICATION-PAGE 12 F. HOUSE BILL 89 VERIFICATION-PAGE 13 Page 4 of 17 SPECIFICATIONS FOR GRINDER FOR LANDFILL Tub Grinder Specs • Engine—No less than 1000 horse power • Caterpillar(with warranties) e Automatic shutdown • Hammermill • Driven by torque converter (Not belt driven) • No drum • Load sensing • Minimum of 36" x 64" * Interchangeable screens for different sizes of material ® Motor compartment e Pre-cleaner(In order for machine to run cooler) ® Conveyor belt • Must run on rollers ® Able to swing out to stack material * No Auger ® Tub • 15 feet or wider • Must be accessible ® For clean-up • Jams E For preventive maintenance • Auxiliary engine e With compressor included for preventive maintenance • Warranties included PaQe5of17 1 1 CITY OF PORT ARTHUR. TEXAS BID SHEET Page 1 of 2 BID FOR: Grinder for Landfill BID OPENING DATE: April.16, 2025 1 ITEM DESCRIPTION TOTAL COST 1 I GRINDER FOR LANDFILL $ S1,052,000.00 Please Review the Quote for Possible Options Number of days 21 from date of order till delivery subject to being able to secure the stock machine (with no additional options) that is being reserved for this bid until May 16, 2025. Any selection of add-on options may add additional time subject to component availability. Please see following page. CW MILL EQUIPMENT CO WC. 14 COMMERCE DRIVE COMPANY NAME STREET ADDRESS • n ,,��,, PO Boa 246 SIGN T RE41113 DER P.O. SOX ANGELA J.LOURANCE SABETHA, KS 66534 IPRINT OR TYPE NAME CITY STATE ZIP ADMINISTRATION 785-284-3454 TITLE AREA CODE TELEPHONE NO J hogzilla@cwm ill.com 785-284-3601 IEMAIL FAX NO. Page 6 of 17 1 Number of days 21 from date of order till deliverysubject to beingable subject to secure the stock machine (with no additional options) that is being reserved for this bid until May 16, 2025. Any selection of add-on options may add additional time subject to component availability. (See options on following qupte.). 1 The delivery times associated with built-to-order machines can vary --- based -upon the-production-backlog-at-the-time-that-an order-is placed: - �� At the time that this bid was placed, production backlog indicated that it may take 210 days from date of order till delivery of a built to order machine,lithe reserved stock machine is not ordered prior to May 16,2025. 4 '.1 Li 1.1 LI L !.J CW MILL EQUIPMENT CO. Quotation page 1, # 20250407A 1111 P.O. BOX 246 SABETHA, KS 66534 Date: April 7,2025 785-284-3454 / FAX 785-284-3601 Terms: • Formal Municipal Purchase Order at time of order. Sale to be invoiced at time of delivery. Full payment is due on or before 30 days after City of Port Arthur, TX Landfill the date of the invoice. 4732 Texas 73 CW Mill Equip.Terms&Conditions of Sale Apply Port Arthur, TX 77642 Delivery: To be estimated at the time of order. Item Qty. Description Price #1 lEA NEW 2025 HOGZILLA TUB GRINDER MODEL TC-1564P WITH ENGINE / POWER UNIT ITEM#1 STANDARD EQUIPMENT • Heavy Duty Tubular Steel Grinder trailer frame equipped with trailer brake system and lighting system including stop,turn, &clearance lights. • Fifth wheel trailer mount with hydraulic downriggers • Triple axle suspension with dual 275/70R22.5 tires,fenders and mud flaps • 15 ft. Diameter Tub Flair with provisions to ship 11'-11"wide. • 10.5ft Diameter Tub Barrel. • 3/8"Thick Steel Tub Construction • Heavy Wall 5"Tubular Steel Structure Tub Floor Construction • 1/2"Thick Abrasion &Impact Resistant Tub Floor Plate over Tubular Structure • Tub hydraulically tilts over 90°for maintenance &easy screen change • 8 ea. Poly tub support rollers • 10 ea. Poly vertical guide rollers • Tub chain drive w/continuous sprocket around tub • Hydraulic system for tub drive, variable speed, forward & reverse • Hydraulic tub drive feed system • Automatic tub operation based on system RPM (Stop, Start, Speed, & Reverse) • 64 in. long "TC-Series" grinding cylinder with a 38" hammer swing diameter • 1-5/8"thick Precision machined hammer rod plates (Not a drum style rotor.) • Rotor plate spacing set for 3" maximum width hammer capability • Mill Position Lock for holding mill during maintenance • 2ea 5-7/16" self-aligning spherical double roller bearings on rotor. • Electronically Balanced Mill Assembly (handles up to 44ea 2-rod hammers). • 30ea rigid bolt-on tip style 3"wide abrasion-resistant hammers (26ea hammers installed with 4ea spare hammers.) • Hammers to be rigid and reversible with machined rod holes & machined faces • 2 ea. 26pc. set(52 total) bolt on hammer tips with 7/8" hardware(1 set installed) • 1 ea. set(8ea) hammer rods, 3" Diameter Stress Resistant Material (installed) • Rods have both ends drilled &tapped for rod pulling &pushing (Reversible) ' • Hydraulic Rod Puller System & Lever-Style Rod Pusher System. • 2 sets of 2ea Interchangeable Screens, 1"thick (Made to customer's hole-size specification for different sizes of material) • Heavy Duty 48"wide belted belly conveyor for under-tub discharge to stacker • Heavy Duty 42"wide belted stacking elevator with magnetic drive pulley& aluminum chute. 29 ft. long with hydraulic raise, lower, &fold for transport. • Rubber lagged drive pulley on under-tub conveyor and stacking conveyor • Troughing style rollers in both belly conveyor and stacking elevator • Radial stacking side-to-side swing out on stacking elevator Purchaser's Acknowledgement Initial . 4 1 NWCW MILL EQUIPMENT CO. Quotation page 2, # 20250407A P.O. BOX 246 SABETHA, KS 66534 Date: April 7,2025 785-284-3454 / FAX 785-284-3601 Terms: Formal Municipal Purchase Order at time of order. Sale to be invoiced at time of delivery. Full payment is due on or before 30 days after the City of Port Arthur, TX Landfill date of the invoice. 4732 Texas 73 CW Mill Equip.Terms&Conditions of Sale Apply Port Arthur, TX 77642 Delivery: To be estimated at the time of order, Item Quan. Description Price STANDARD EQUIPMENT CONTINUED • Caterpillar C-32 Tier 4 Wet Sleeved Engine V-12, 1,000 HP @ 1800 -2100 RPM (B Rating) — Caterpillar's defined acceptable engine load duty cycle varies with the assigned rating. • Caterpillar Engine Clean Emissions Module with dual exhaust • Caterpillar Engine Radiator • CW Mill Suction Fan System for Radiator • Caterpillar Engine Dry Type Air Cleaners • Engine mounted in place • Extra Large Radiator pre-cleaner housing with engine intake air drawn from inside housing for cleaner&cooler air. • Engine Drive Area Cover with side panels &doors. • Twin Disc 21" Torque Converter Drive • Instrument/grinder control panel including grinder controls and hammer mill tachometer. • Wireless Remote Control with E-kill, Idle/Run, Tub Fwd./Rev., Tub Fast/Slow, Tub 2-Speed High/Low, Radial Stacker Side to Side, Elevator Raise/Lower, & Tub Guard Movement. • Electronic Engine Monitoring System with Automatic Shutdown Capability • Electronic Load Sensing Engine Speed Control Governor. • Mounted & Enclosed Battery box with 2ea Caterpillar Brand batteries • 2 ea. 250 gallon fuel tanks • Hydraulic reservoir with 150 gallon oil, cooler mounted in radiator precleaner • Diesel Powered Auxiliary Engine with HogZilla 30cfm air compressor& auxiliary service hydraulics • 2 ea. 20 lb. Fire extinguisher • Mounted Lockable Tool Box • Grinder enclosures to be lockable. • All weldments sandblasted prior to painting with HogZilla severe duty primer& paint top coat. Unit includes a HogZilla tub grinder safety decal kit. • lea Complete set of replacement hydraulic oil filters for machine. • 2ea Owner's manuals with parts sections and schematics. (One manual stored in enclosure on machine.) (One manual for off-machine storage.) • lea Free Sample of Safety Gear including 2ea hard hats, 2ea safety glasses, and 2ea pair of leather gloves. • 1 ea Grinder tool kit that includes 1 ea 1" pneumatic Impact wrench with hose and socket for changing inserts, lea combination wrench for adjusting belt tracking, lea extended reach compressed air blow nozzle, lea grease gun with a case of grease. (-,7\/ Purchaser's Acknowledgement Initials: CW MILL EQUIPMENT CO. Quotation page 3, # 20250407A P.O. BOX 246 SABETHA, KS 66534 Date: April 7,2025 785-284-3454 / FAX 785-284-3601 Terms: Formal Municipal Purchase Order at time of order. Sale to be invoiced at time of delivery. Full payment is due on or before 30 days after City of Port Arthur, TX Landfill the date of the invoice. 4732 Texas 73 CW Mill Equip.Terms&Conditions of Sale Apply Port Arthur, TX 77642 Delivery: To be estimated at the time of order. Item Quan. Description Price ITEM#1 CONTINUED - WARRANTY & SERVICE DETAILS WITH PRICING 5 YEAR/6,000 HOUR LIMITED EXTENDED SERVICE COVERAGE ON ENGINE ONLY BY CATERPILLAR PLATINUM PLUS ZERO DEDUCTIBLE COVERAGE. 1-YEAR/ 1,250hr LIMITED WARRANTY ON HOGZILLA GRINDER UNIT BY CW MILL 5 YEAR/6,000 HOUR LIMITED WARRANTY ON THE TORQUE CONVERTER. *1 YEAR WARRANTY ON TORQUE CONVERTER ONLY BY TWIN DISC FOR FIRST THE YEAR. *WARRANTY EXTENSION ON TORQUE CONVERTER BY CW MILL EXTENDING TORQUE CONVERTER WARRANTY OUT AN ADDED 4 YEARS RESULTING IN A BETTER WARRANTY OF 5 TOTAL YEARS OR 6,000 HOURS ON THE TORQUE CONVERTER. NOTE: ALL WARRANTIES&SERVICE COVERAGES ARE SUBJECT TO LIMITATIONS AND CONDITIONS DEFINED IN INDIVIDUAL WRITTEN STATEMENTS RELATED TO EACH WARRANTY/COVERAGE. (Caterpillar Platinum Coverage on Engine) SERVICE MAN 3 DAYS FOR OPERATIONAL/SAFETY TRAINING AT CUSTOMER'S JOB SITE UNIT TO BE DELIVERED TO CONTINENTAL U.S.A. JOB SITE BY CW MILL. LIST PRICE AS QUOTED: $1,355,000.00 All Available Discounts Including No Trade In Discount: ($303,000.00) ADJUSTED SELL PRICE LESS All Available Discounts Including No Trade In Discount: $1,052,000.00 The quotation is contingent upon CW Mill Equipment's separate sales agreement being signed by authorized representatives of both buyer&seller. The purchaser is responsible for determining, achieving, &maintaining compliance to all regulatory issues that apply to their use of engines and equipment in their chosen areas. ALL PRICES ARE IN U.S. DOLLARS. QUOTE IS VALID FOR 60 DAYS. ANY REFERENCED BUILD SLOT IS SUBJECT TO POSSIBLE PRIOR SALE. See Page 4 of this quote for additional upgrade options being made available with this machine purchase only.THE CUSTOMER MAY CHOOSE ANY OF THE FOLLOWING FACTORY INSTALLED UPGRADES. EACH UPGRADE IS OFFERED INDIVIDUALLY,AND ALL OPTION ADDITIONS MUST BE MADE AT THE TIME OF MACHINE ORDER. C),)Purchaser's Acknowledgement Initials: CW MILL EQUIPMENT CO. Quotation page 4, # 20250407A P.O. BOX 246 SABETHA, KS 66534 Date: April 7,2025 785-284-3454 / FAX 785-284-3601 Terms: Formal Municipal Purchase Order at time of order. Sale to be invoiced at time of delivery. Full payment is due on or before 30 days after City of Port Arthur, TX Landfill the date of the invoice. 4732 Texas 73 CW Mill Equip.Terms&Conditions of Sale Apply Port Arthur, TX 77642 Delivery: To be estimated at the time of order. Item Quan. Description Price #2 1 EA OPTION #1 FOR ADDED FIRE SAFETY: $45,000.00 Upgrade machine to include an Auto Deploy Ansul brand fire suppression system routed into the engine& drive area dispensing wet chemical extinguishing agent from canister through a minimum of 16 nozzles. —Additional suppression system features may be purchased Note:All Fire Suppression Systems are to be Warranted ONLY by Ansul with their Standard Warranty. #3 1 EA OPTION#2 FOR ADDED SAFETY WITH EASE OF OPERATING WITH A TUB GUARD IN PLACE: $70,000.00 Upgrade machine to include an Extra-Large Containment Shield Assembly including the HogZilla"Side-Slide" System enabling the guard to be set back away from the side of the tub and providing hydraulic adjustment from a position that completely covers the entire top of the tub to variable positions over the tub up to a straight up extra-tall complete back stop behind the load-side and including an adjustable top section fold function for contouring the cover. (All T.O.R.S.hydraulic functions to be able to be controlled by machines wireless remote control.) #4 1 EA OPTION#3 FOR SCRAP TIRE PROCESSING PACKAGE: $25,000.00 Upgrade machine to include optional scrap tire processing package including lea bolt-in scrap tire processing plate with replaceable wear liner inserts,48ea hammer shims,and 1 ea water injection sprayer system with 50' hose. Note: Additional options for the quoted machine are available upon request,and custom variations may be available within the options upon request. The price&availability of other options &customization is available upon request. Some options influence performance,weight, &portability of the machine. Option prices vary and often increase with field or retrofit installation when compared to factory installation on new machines. ALL PRICES ARE IN U.S.DOLLARS. QUOTE IS VALID FOR 60 DAYS. ANY REFERENCED BUILD SLOT IS SUBJECT TO POSSIBLE PRIOR SALE. All quotations are subject to the potential of prior sale. All taxes,duties,and/or tariffs are the responsibility of the purchaser. Purchaser's Acknowledgement Initials: CW MILL EQUIPMENT CO.,INC.—TERMS AND CONDITIONS OF SALE-Except as otherwise expressly agreed in writing and signed by an authorized officer of , CW Mill Equipment Co., Inc.("Seller"),these terms and conditions shall solely govern all quotations covering purchase orders for and sales of products manufactured by Seller or Seller's parent,affiliates and subsidiaries(the"Products")as well as service relating to such Products if applicable,and any provision of the Buyer's order in addition to or inconsistent herewith shall be deemed waived by Buyer. Any acceptance by Buyer of Seller's offer to provide products is limited solely to the terms and conditions contained herein. All orders are subject to acceptance and approval by Seller. If in any way Seller's actions,conduct or silence would otherwise constitute an acceptance of Buyer's order or purchase agreement,any such acceptance is hereby limited to the terms and conditions herein,and is made conditional on Buyer's assent to these additional or different terms and waiver of Buyer's own additional or different terms. PRICES: 1. Prices quoted are F.O.B.Seller's warehouse unless otherwise stated. 2. Prices quoted are for prompt acceptance and subject to change without notice at any time prior to receipt and acceptance.of Buyer's order by Seller unless escalation terms are included heretofore in the quotation. Published prices of the Products are subject to change without notice and will be applied as in effect at shipment. 3. Prices exclude Federal,State or local taxes,use,excise,transportation,occupational or similar taxes. Buyer agrees to pay any such taxes applicable to the sale or use of the Product or,in lieu thereof. Buyer shall provide Seller with a tax exemption certificate acceptable to the relevant taxing authorities. The Buyer shall promptly reimburse the Seller for any such tax advanced or paid by the Seller in respect to such products. 4. Prices are subject to change if; buyer requests product changes or deviations from the specifications quoted after acceptance of buyer's order,or if the cost of production increases more than the 10%allowed in Sales Agreements with a PPI index adjustment clause. TERMS OF PAYMENT:: 1. The purchase price of the Products shall be payable,without deduction of any kind,within such period of time and according to such terms as provided in the invoice. A customer's failure to pay any invoice within defined terms may result in a refusal from CW to provide future sales and/or service including warranted items. 2. If payments are made late,Seller shall impose a monthly service charge which will not exceed one and one half percent(1 Yr%)of the total amount due. Acceptance of such service charge by Seller shall not constitute a waiver of any rights which Seller has because of non-payment by Buyer. 3. Buyer hereby agrees to pay all costs of collection, including reasonable attorney's fees, cost and expenses, and the costs if any,of financial or credit checks or investigations on accounts sixty(60)or more days past due. 4. All payments are to be U.S.funds unless prior written approval is received from CW. Ownership of all cash&non-cash payments shall pass to CW upon receipt with clear ownership title to all forms of approved payment guaranteed by the purchaser that is providing the payment. 5. Any granted credit that is a result of any CW approved product return shall be paid only in the form of a CW customer account credit available for use as payment on other purchases. Any failure by the customer to pay billed invoices within defined terms shall be cause for CW to withhold any warranted item. TITLE AND RISK OF LOSS: 1. Delivery of the Products to a carrier by Seller,consigned to Buyer,shall constitute transfer of title,ownership,possession and risk of loss or damage to the Products and such carrier shall thereafter be deemed to be acting for Buyer. Seller assumes no obligation whatsoever with•respect to damage in transit. 2. All claims for damage or loss after delivery of the Products to the carrier must be made by Buyer to the carrier,but Seller will provide all reasonable assistance in securing a satisfactory adjustment of such claims. 3. New&Unused parts stocked&sold by CW are only eligible for return with prior written approval from CW. Consideration for return of new parts is limited to 30 days from date of shipment for items kept in new,complete,and undamaged condition. A restock fee may be charged by CW in conjunction with any return request. Used, non-stock, custom-made, and/or custom-purchased items are not eligible for return. New grinder units (tub or horizontal) are not returnable. Insurance: After receipt of the Products,Buyer will maintain,as long as any part of the purchase price of the Products remains unpaid or until all servicing of the Products is completed, sufficient insurance in Seller's favor to provide full coverage of damage or loss by fire,theft,negligence of Buyer's employees or other causes. The insurance will also cover tools,testing equipment and other property brought onto Buyer's premises temporarily by Seller's field or service personnel. DELIVERY AND SHIPPING SCHEDULE: I. Delivery of the Products shall be as specified in Seller's acceptance of Buyer's order. 2. Seller shall not be liable for unavoidable delays in delivery or service caused indirectly or directly or in any manner by fires,flood,accidents,riots,Acts of God,war, governmental interference,embargoes,strikes,labor difficulties,shortage of labor,fuel,power,materials or supplies,transportation delays or any other cause or causes(whether or not similar in nature to any of those specified herein)either beyond its control or which it cannot remedy without great economic hardship. 3. In no event shall the contract of sale be subject to cancellation by Buyer as a result of delays in delivery or servicing or for any other cause,except by mutual written agreement(see termination and cancellation provisions below). 4. No penalty for late performance may be assessed against Seller unless agreed upon in writing when Buyer's order is placed. 5. Seller shall not be liable for any special or consequential damages as a result of delay in shipment or servicing. 6. Seller reserves the right to make partial shipments and to submit invoices for such partial shipment in accordance with Seller's standard terms. CW MILL LIMITED WARRANTY INFORMATION GENERAL DISCLOSURES: See separate page for specific warranty statement details related to each individual item with a warranty. 1. CW mill warranties,when present,are defined in writing and come with limitations. CW warranties are individual product specific,and warranty arrangements may vary for different items within a sales transaction. CW warranty statements do vary with the specific type of product that is being sold,&some items are sold without any warranty. Customers may make a written request for a copy of the applicable warranty statement related to any warranted product that they are purchasing at any time before or during the warranty period. 2. Warranty'related terms,conditions,&limitations are to be defined in the individual written statements.The absence of a written warranty statement associated with an item shall result in a transaction without warranty such that the item is sold AS-IS with no return. All new grinder units that are to be warranted in any way shall have a written,serial number specific warranty statement from CW Mill associated with its sale defining the timeline,machine hour limits,&other limitations. CW Mill's written warranty statements are exclusive&expressly in lieu of all other warranties,written,oral,implied,or statutory including but not limited to expressed or implied warranties of merchantability or fitness. in addition,seller shall not be liable for any loss,damage,or injury of any nature,whether direct,indirect,or consequential in connection with or resulting front the purchase,use,resale,or sale of output products. 3. There is no warranty on parts subjected to wear,impact,or friction,such as belts,hoses,hammer tips,hammers,screens,rotors,shear bars,mill components,bearings,chains, sprockets,etc. Parts and equipment whose original manufacturer's warranty should apply are also excluded from any available warranty from CW Mill. Any available warranty will be in effect only for those items that are properly maintained and serviced according to the technical data sheet. 4. Some materials,components,and products may be sourced from the global market. 5. Some materials may be manufactured with the use of recycled ingredients. 6. No warranty is made as to products which have not been installed,used,or maintained in accordance with Seller's instructions,or which have been subject to misuse,abuse, accident or alteration or improper on negligent use,maintenance,storage,transportation,or handling. 7. No warranty is provided on parts or labor used in diagnostic or troubleshooting maneuvers. No warranty of any kind is provided for areas outside the scope of any technical service that may be provided. Work on one area,component,or system does not provide any type of certification or fitness approval for any other area or component within a larger system. 8. Unless defined in writing&signed by seller,Used,Pre-owned,&Rebuilt Grinders,Parts,&Equipment are sold without Warranty and are sold"AS IS"with no return. 9. Other than HogZilla',Armorilog',Dynaaog',NitroGritrs',and CW MillTM,all other product names,logos,brands,and other trademarks shown or referred to are the property of their respective trademark holders who may not sponsor,endorse,or approve our products or sales materials. 10. CW Mill reserves the right to make changes and/or improvements to its product offering up to the point of shipment and to the end of any applicable warranty period within the confines of applicable quotations and/or sales orders made specifically for the purchaser defining specific product configurations required in the sale. Other product variances may occur between similar past,present,&future units. Product configurations and design standards for all CW Mill products are subject to change without notice. CW Mill design evolution and/or product variance are not cause for warranty upgrade or change unless deemed necessary at the sole judgment of CW. 11. Unless otherwise agreed in writing and signed by the Seller,no warranty is made regarding the fitness of Products for any particular Buyer application or use. 12. Purchaser is responsible for determining and achieving compliance to all regulatory issues that apply to their use of all Products. 13. CW Mill reserves the right to revise any warranty statements that may be pre-packaged with products prior to sale. The applicable warranty statement will be the previously recorded revision closest to the date of associated invoice. ASSIGNMENT: Buyer shall not assign his order or any interest therein or any rights hereunder without the prior written consent of Seller. CANCELLATION: Seller shall have the right to cancel an order if at any time Buyer does not strictly comply with all the terms&conditions contained herein or if Buyer's credit standing is any time disapproved by Seller by giving written notice of this decision to Buyer.The notice shall be effective when mailed.Contracts shall not otherwise be subject to cancellation without Seller's written consent.If cancellation of an unfinished contract is accepted in writing by Seller,Buyer agrees to pay without delay the full contract price for all delivered Products,cancellation charges f,r any unfinished portion of the contract(taking into account actual expenditures by Seiler,including,but not limited to,overhead charges)and reasonable profit on the unfinished portion of the contr ct. GENERAL: In the event of breach or repudiation by Seller,Buyer shall not be entitled to incidental or consequential damages for loss of use.The transaction between Buy- & Seller shall be governed by the laws of the State of Kansas.No agent,salesman,or distributor has any authority to obligate Seller by any terms,stipulations or conditions not erein expressed.Neither the warranty nor any other provision stated herein entitles Buyer or any third party to damages,direct or consequential for personal injury aris,,g f um the installation,operation,servicing or use of the Products and Buyer agrees to assist the Seller and to hold the Seller harmless in effectuation of this provision. Buyer s d advise Seller immediately of anything herein which Buyer does not assent to as a term or condition.7 20 2023 Purchaser's Acknowledgement Initials and Date: Aim. , _ eirc 5 E 1-3' 0 ES TU iv3 G +`: 0 Dli0E j a. C 15• 1' i t t _ *t '. \ , _ `ice; ice''' iiit • flOORMO-Ngto.- ,-- ' ' K---,_. _. "--. „ , 41 4 rR i--- I TC SERIES TRAILER 1 �.'a 4 k: -1,. O. I` MOUNTED HOGZILLAS: .{ ` t: � . .,�The MOST ELITE class of grinders on the r '_i.�`,.. ,1...1-1.t .'2..?-- f :-- ��t0'J. • t1ti - _ r•'i '�:u r .ice � "7` ,, .. market are HogZilla TC Series tub grinders. �'.-�:„ifY �',� '-;�,. • � ,� • ;• .� � �-- '��= The sole purpose of the HogZilla TC Series 3p , z<•t .. ,..- 1 I ietw 156�'P-MODEL., -%••/e::.s ti: µ •is to reliably dominate the toughest grinding ��„ ..;_ - y; ti applications with the highest production rates. Created with the goal that all possible components " -I.. �_ " should be the best&most rugged available,the TC Series •`r'•; `-: has earned its place at the top of the grinder market. All TC t . r ti • : -,,$y !,. `models use a Torque Converter to drive the hammermill r .71`,, ••; _ . d , 3%# - - which multiplies engine torque for maximum production. 5 ,F. -+ b{' y'[f. s ; t '� ® MODEL s ? ,.•_ . TC I-1564P MODEL e • ,, / TC-1564P W/i5IDE SLTL EjTHROWN .. . N. , .,'.. y. t ;OB'JECT RESTAINT SYSTEM .r f 4.19 e .,•t,, 1 , - �; ati�j i. --ti' i 1-•gym ' 1 S. a r1. --..: -441 , .y, )ta ''i air ft i a� ' _ THE MONSTER ' � . TUBGRfNDE , 1 v 'Cr 't�"•.��i"'-•• .yvarr, x fq., n .v. ;' "T.1,,=t` ' skit ', r Tiry - ;-i MONST•ER PROD `CTIION!: >±ry t1�`; �3�`=� jig. -4. '. ;' S ¢0' ' ;.;. .<a��{ ! , IA f6 ..•41i'‘.114W-?•;WillMi.1 •I :": '.• -,- t.;, ."1 , •,VIII*U: • • • T -_— f �i:l 1 • �►'c^+/ �"��7i.:,.s. .+,!_� r . „is". .Ss ti'Q„S - �f•. p` 1_„t,, }�r ' ��•+•ram y � r`Y'. ,:...Lliairlfil I ' = lull _ - -i 1p..,, , lit 7 ;41AP3—e.r.;;.:.l,a.:..17.-0 .:.,:.7:•T...•...,.-::.'. i.•. s tt7�- 6' 'f 6..... ,ij,. . _ a t, 1 -�`" fit:-'- " o • a- '`--� h ,� � .r .- ;i_ :-t •cr-:: _- ::' . ._-r r v_ - •; - TC1-15642JMOD'EL". 1Nhether you grind stumps and logs by the acre, wood - �` . waste by the ton or green waste by the yard,HogZilla is '` manufactured to provide maximum production per hour. `z . l '-logZilla is built for reliability providing you the most -1�• i �r-•--:— profit. It delivers performance you can bank on. $, ,. ,,.�.!. ; 1 .i 7-'1'terse ;-,t p..'i ,11, mowi 5� - ' ?ne loader/excavator operator can feed the HogZilla, p ; -..r ; , yly %s; - 4 "' - controlling it by remote control and the 60°radial 1} ifW3 FUfitti`f`l": `FIFA---- , - =zt- ; stacking elevator enables longer production runs. *- . - t )its , ' - e + ri .ix k _ T'he TCII variation of the TC Series has a hammermill � ...0 assembly that can be changed to different swing diameters r' °- �'. `j'= -, 1 'n the field. This enables easy customization of the .•.X ,; " ' • :l : , machine to match specific grinding needs. Maximum n .:'. ' :`-•:i . k, - -f efficiency and productivity can be fine-tuned for any \ ' T •—•2--.4 :* Fpplication, if also offers a significant added benefit ... ',A-. 1 +. . 'r- . .T in future resale value since TCII grinders are the only .:.r T , ,. - s:N, a •',....,, machine that can be transformed to match future buyers •r ', . ., , }.t individual preference in mill diameter and depth of cut. r° :� .. �z4 Check out HogZilla's Features,Quality&Workmanship.You'll see why TC - _ r _,. , togZilla Grinders are the Most Reliable,High Production Grinders in the world. Standard Features • Torque Converter w/5yr Extended Warranty 4%4 —!tom ..,_ • Electronic Horsepower Controller �r- w �'.T • Remote Control C9 s: • - _ �. 60°Radial Stacking Elevator C) P. � r f .. - _ • Trougher Roller Conveyors ` , • � - . • Vulcanized Conveyor Belts Cia 'fip:% t <•� - f, � - : 17 : s;. • Radiator Precleaner Enclosure _�,:,� 'i ,, .• :; ;,� = ,,, ,� Diesel Service Engine <,,J 4 4y„« .« \ • Auxiliary Hydraulic Powerrn t._ J 1 - - r�j f•'fie l.j. '4 , .0" ' '� • ,'. ,. • Air Compressor .. " - 't ; • Hydraulic Rod Puller S '' 'f -a . 'i..:e: I' .a s, ` w w , N:.: f %- ,. `r - •` `{� _ -� • Optional Equipment . *ate _ is j p:r,• t-_ - '� _ �� ;A .' _ '. • Bolt-In Tire Grinding Package When the load on the hammermill increases, the hydraulic fluid • Back-side Mill Deflector s automatically re-routed against the turbine blades, adding • Custom Thrown Object Restraint Variations 'pprox. 30%additional reaction torque to engine torque. The engine • Wetd-an&Bolt-on Tip Variations isprotected bythe torque converter fluid absorbingshock loads& • Ct Custom&Swing ppre si n Variations io q Fire Suppression Variations •itorsional vibrations from the hammermill, assuring longer engine life. • Mulch Color Attachment _ SPECIFICATIONS ICI I-15 4P0 y TC-1564P(3}TG-1564P iom varriations may be avaditional options are ilablewl th n the e u on ptions CAT C32(Standard Engine) 1000 hp 1000 hp 1000 hp upon request. Some options influence the capabilities, ;-lammermiN Diameter 45" 38" 36" safety,performance,weight,and portability of the machine. (Screen Area 5480 sq. in. 4610 sq. in. 4374 sq. in. , Estimated Maximum Production Range Screen Thickness(sumo 1"/ 11/h" 1"/ 1" 1"/ 1 h (tons per hour s Yardwaste- 150-200 ;-iammer Weight 110 lbs. 70 lbs. 60 lbs. Stumps& Logs -85-120 Hammer Number 24 -48 24 -48 24 -48 PalletiConstruction Waste -75-120 *My stated production Information is estimated and is subject to Yanables that may Sod Diameter 3" 3" 3" fluctuate. Machine mnigurations include performance options that are changeable, and tie actual materials being processed may differ resulting in actual production . .tub Top Width(Standard) 15' 1 5' 15' variations. Other production variables inducts user-based circumstances such as & 42" speafic Job Sara setup.malice)input procedures.8 operational setting aciJusbnents. Conveyor/Elevator Belts 48" & 42" 48" & 42" 48" Frans. Width It - 11" 11' - 11" 11 - 11" : ; tarts.TER P, Q Ue'rip Nj ` `i,Frans. Length 56'- 3° 56' - 3" 56' - 3" ‘4 rA t r _. -;�'. ,. ; Total Wei ht(Approxamately) 96,000 lbs. 94,000 lbs. 92,000 lbs. "' `` • '-- 1/ ei Specifications subject to change without notice. .�. ��a, 1 t t,.., '1- ,.,s improvements are made, actual product offered for sale may vary in design. !' - :� J,.`i� }ly §/IPWiritrfar CMILL EQUIPMENTC©.,INC. L i 14 Commerce Dr.,Sabetha,KS 66534 ,/// !( llpir 785-284-3454 or 800-743-3491 Fax:785-284-3601 TO 0 �� Web: hoazilla.cam Email: hoazillaOcwmill-coin 0 LETS CONNECT. ,GENUINE WEAR RESISTANT 'TOOLS t __:-:------- --- CUTTINGt . s TOP QUALITY...BEST VALVE...LONG LIFE... _�� — Q- ` .' BETTER FIT...FAST DELIVERYaNNR GM D , ---. Made in the same factory as HogZilla Monster Grinders, HogZilla wear-resistant parts are simply unbeatable when it conies to finding the best fit and ultimately the best buy for your HogZilla Grinder. -= - HogZilla craftsmanship has developed through decades of industrial grinding experience in the toughest applications. Genuine HogZilla parts are backed by genuine HogZilla knowledge&experience. We are constantly improving our materials, processes,and manufacturing equipment to advance ;he quality of our parts & our ability to react to meet your needs with faster shipment and better value. p•� .+ �' r-Y .-:-; • - l�Z!f•i itifi iML+-4. ia • i.. + t -•_. p .1 fit ,,ctv tt1 illi l.: 1. - '.fo'rm;• 4- .rr;, s:r� ,.r j 1. :.:.,, ,.,. .. ,... :.,..„...„14,,,, ,,,,,,, ,. 8_ . 1 i ,44. 1, .1 Z 1, t' - ' ice - `� a _ • ��� _ t.-- ' , .' 'is 44 Ei .... - .•te a` ' ,• - �ril,l trillik' 4�I , -- - -- -. ..�` '� �' �L, '* t ..: �. ' 1' Your Best Source for Hogzilla ■•• ".�.`�t'I '� ! Wear Resistant Cutting Tools! I ..-fi *•„�!i v. .;t ,., T i GENUINE i a , . �I s t ZI i ' iHogZilla parts... - -�- t t ` . :� i. / `i � • to w s made in the same factoryas .�,_ HogZilla�, ea..t t -. �' i `` =�Mital*;iif Monster Grinders 0 O� \ S;tr i�t f ;• • -• .*.4,."" --• - - I, with excellent craftsmanship ' s Nit! ' IL __ :._,.� e.�1 = developed through decades ' '` ! r> � r 46......... ,. , of industrial grinder r e, _ tre. 1. ;'� .,t• e �� ,.. - manufacturing. ,.dam ,, _i t 'e,- ~,- - Of • C� i� L` "`3i1 ,'-, - - -, '' ', ,/r si am'" �=1 vi. 'strzss Resistant Hamr.[er Rods Threaded in Reth Ends to be Revers;bte ... ;• ClC',retake Curd fr q•r, -._._ _ 'Quick-Ship'Custom Nene Seams /x, " •,..rw♦ e` •e • rt� g •. c • _ _ -" r ,fit ,•.'C4 ''' "...,,,,i, .1........e; - .,-----. -.- a -- , iiiip r; '' ,4i ii:// 4107:,,r1 \,:t ir . -.... --- i''' Po ,..., - i 1 ::;-..-;,-- .4.,;-.- ammer'ies.i:h:uY mum Cowls of proiaefor op Performance h va:ue Wear Relate.:Ae+ery.le hammers+..tn race....1 p Faces a Ros,roles Seer:len:edam:I neseradoe SMI,Ba 4111 nj •. —''':' .--,, -;-,— - 'Olt . 4 „...... . so% }I eft - ... ,.1f :. - f --._!. i T.►-. -.0 if '800-743-3491 FOR YOUR GRINDER PARTS NEEDS LETS Our factory based Service Dept. offers over 50 yrs combined experience to assist you with your service (CONNECT. ruestions& needs. Let us put our knowledge & experience to work for you. Whatever your requirements, our highly trained staff can Get you back in operation or help prepare for scheduled maintenance. 1 NON-COLLUSION AFFIDAVIT ICITY 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 1 collusion related to the develop ;ent and su missio +• this bid proposal. Signature: Printed Name: Angela J. Loura' oe Title: Administration Company: CW MILL EQUIPMENT CO., INC. Date: Apri18, 2025 SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf of said bidder, Notary Public in and for the State of Texas My commission expires: J Page 7 of 17 u 1 1 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 C Arthuragre e 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. CW Mill Equipment ., Inc. April 8, 2025 fFirm 'a e Date itka Administration Authorized i re Title Angela J. Lourance 785-284-3454 [I Name(please print) Telephone hogzilla@cwmill.com Email ISTATE: COUNTY: n n SUBSCRIBED AND SWORN to before me by the above named Ark.r10, T Laut2c04e on this the day of ((�� " C't?Ro t : 20 a.5(42) gt mhAp • o.c Wes.'.., ,j Notary Public U RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL L ( Page 8 of 17 `J! 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: Timothy Wenger Title: Vice President/Sales Manager Company: CW MILL EQUIPMENT CO., INC. Date: April 14, 2025 SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf of said bidder. Notary Public in and for the State of Texas My commission expires: Page 7of17 1 I CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity 1 This questionnaire reflects changes made to the law by H_B.23,134th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who pate Recafved has a business relationship as defined by Section 176.001(1-a)With a local'governmental entity and the 1 vendor meets requirements under Section 176.006(a). fly law this questionnaire must be f Ted 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. 1 A vendor commits an offense if the vendor knowingly violates Section 176.006;Local Government Code.An offense uhder this section is a misdemeanor. r . -1I._Name-ofvendor_who has a.business.relationshipwithlocal governmental entity. ._ _ . _. . . _. ._... __ . 1 Not Applicable ®� 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 1 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 _II Describe each employment or other business relationship with the local government officer,or a family member of the 1 officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts Aand B for each employment or business relationship described, Attach additional pages to this Form CIO as necessary. rI I. A. Is the local government officer or a family member of the officer receiving or likely to receive tarahle income, i_ other than investment Income,from the vendor? I j Yes j 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 1 local governmental entity? Li Yes ri No f Li .J Describe each employment or business relationship that the vendor named in Section 1 maintains with a eotporation or other business entity with respect to which the local government officer serves as an officer or director,for holds an ownership interest of one percent or more. li J L Check this box if the vendor has given the local government officer or afamity member the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 1761T03(a-1). el/okv ,,, ,QA1 glixi"1 5 ., 2oz ' - � ngthegoVemmentaGn' �r-�G Dad Form provided✓✓✓by Texas Ethics Commission wrtrw.ethics.statet.tx.us Revised 11/30/2015 i u Page 9 of 17 i CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http:/Avww.statutes.legis.state.tx.us! Docs1LG/htm/LG.I76.htm.For easy reference,below are some of the sections cited on this form. Local Government Code A-176.001(1-a):"Business-relationshlp"-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; _ ._ _ (8) a.transaction.conducted-at a.price.and.subject2o.tetrnsavailable.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 f 176.003(a)(2)(A)and(By: (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if: 1 (2) the vendor. (A) has an employment or other business relationship with the local government officer ora 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 j 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 focal governmental entity is considering entering into a contract with the vendor, (B) has given to the local government officer or eternity member of the officer one or mo re 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 Code 176.006(a)and(a-1) (a) Avendor shall file a completed conflict of interest questionnaire it the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a focal 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-1);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 Inrat 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 officer,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. Emm provided by Texas Ethics Commission WWW.eMics state.tx.us Revised 11/30/2015 1 ' Page 10 of 17 , U 1 1 SB 252 CHAPTER 2252 CERTIFICATION 1 I, Angela J. Laurance ,the undersigned and representative Of -CW Milt Equipment-Go.,-Inc. —_ - ----- --_. .. (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 r-i 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 II 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. 40s.tht._ 1 N tof Company Repr sentative(Print) Sigriatu, f Co y Representative April 8, 2025 Date L L Page 11 of 17 J House Bill 89 Verification 1 Angela J. Lourance I, (Person name), the undersigned representative (hereafter referred to as "Representative") of CW Mill Equipment Co., Inc. (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 1 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; 1 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any i 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. •� 1 SIGN RE O REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of Artil , 20a} PAA.NW" o Notary Public Stag of K - MY ARPt-�.14-A- o IC4J Page 12 of 17 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. 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. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. Excluding Federal Funds TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. 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. Page 13 of 17 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 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 ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid 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. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. 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.: Accounts Payable, 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 60I f 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. 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. Page 14 of 17 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 ITB. 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. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. 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. 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 Page 15 of 17 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 Contractor 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$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate.policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. Page 16 of 17 b. If individual limits are provided, minimum limits are $300,000 per person, $500.000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 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. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 17 of 17 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDfYYY1) 4/3/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Holmes Murphy&Associates PHONE Zach Seale FAX 2727 Grand Prairie Parkway (Am,Na.Ext):816-857-7945 LAIC,Na): Waukee IA 50263 ADDRESS: ZSaafe@hoimesmurphy.com INSURERS)AFFORDING COVERAGE HAIL 8 _ INSURER A:Cincinnati Insurance Company 4QB77 gr INSURED CMAIILPC INSURER a:Cincinnati Casualty Company 28665 M1 CW Mill Equipment Co Inc INSURER Cincinnati SpecialtyUnderwritersIns C _ . 13037 '- 14 Commerce Drive _ 1. 1 Sabetha, KS 66534 -INSURERD: I INSURER E: i- ,INSURERF: i. COVERAGES CERTIFICATE NUMBER:33687484 REVISION NUMBER: i THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 44TTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUER POLICYEFF POUCYEXP '1 LTR TYPE OF INSURANCE IN50 D UCY NUMBER (MMIDOt YYY)_(MM(DD(YYYY�, LIMITS A X COMMERCIALGENERA,LUABIUTY EPP0367538PO 1/1/2025 1/1/2028 EACH OCCURRENCE $1,000,000 AMAGE TO CLAIMS-MADE X OCCUR PREM PREMISES(Ea acamErrencal $100,000 X 1 000 MED EXP(Any one Person) S 5,000 ' I PERSONAL&AD`I(NJLIRY $1,000,000 _GEMLAGGREGATELIMTAP!�PLIES PER GENERAL AGGREGATE $2,000,000 POLICY X JE 0. ! I LOG PRODUCTS-COMP/OP AGG $ OTHER: S A AUTOMOBILE LIABILITY E$AO367536 1:1l20Z5 1/1/2026 (CEaDMa NdEBAntSINGLELrMIT $1,000,000 X ANY ALTO _ BODILY INJURY(Per person) $ OWNED SCHEDULED BODILYINJURY(Per $ AUTOS ONLY AUTOS t 1 X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY jPer axidentL $ S A X UMBRELLAUAB X OCCUR EPP0367538 1/1/2025 1/1/2028 EACH OCCURRENCE $3,000,000 . EXCESS LIAR CLAIMS-MADE AGGREGATE $3,000,000 DEO I RETENTION$ $ — g WORKERS COMPENSATION tAt 05/671706 1/1/2025 1/112026 X PER TUT=_ I OTH- AND EMPLOYERS'LIABILITY Y I N STA ER ANYPROPRIETORIPARTNER/EXECUTIVE Y EL.EACH . OFF ERRAEMBER EXCLUDED? n N F A $1,000.000 (Mandatary In NH) Si.DISEASE-EA EMPLOYEE $1,000,000 II yes,describe under DESCRIPTION OF OPERATIONS below E.L.OISEASE-POLICY LIMIT $1,000,000 C Products/Completed CSU0097978 4/17/2024 4/17/2025 Each Oc ur ence 1,0(10,000 Operations Aggregate • SIR 2,000,000 50,000 i . DESCRIPTION OF OPERATIONS 1 LOCATIONS(VEHICLES (ACORD 101,Additonat Remarks Schedule,may be attached ifmore space Is required) City of Port Arthur,its officers,agents and employees are Additional Insureds on the General Liability as required by written contract with the insured,per policy terms and conditions. I 30 days'notice of cancellation will be furnished to the certificate holder.. J iCERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Part Arthur ACCORDANCE WITH THE POLICY PROVISIONS. City Secretary _� 444 4th Street,4th Floor AUTHORIZED REPRESENTATIVE Port Arthur TX 77640 't/_ t>� @ 1988-2015 ACORD CORPORATION. All rights reserved. ILi ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD