Loading...
HomeMy WebLinkAboutPR 17488: LANDFILL LEACHATE HAULING MEMORANDUM PUBLIC WORKS DEPARTMENT TO: Floyd T. Johnson, City Manager FROM: Ross E. Blackketter, P.E., Director of \Public Works SUBJECT: P.R. # 17488, Landfill Leachate Hauling DATE: 10 January 2013 RECOMMENDATION: It is recommended that the City Council approve Proposed Resolution No. 17488 authorizing the City Manager to execute the first year of a three (3) year renewable contract with Triangle Waste Solutions of Port Arthur, Texas to provide leachate hauling for City's Municipal Landfill for the not to exceed amount of $100,000 for this year. The fee will be $52.00 per hour with each subsequent year being adjusted according to the Consumer Price Index category "Transportation ". Funds are available in account 403 - 1274 - 533.51 -01. BACKGROUND: Leachate is the liquid result of biodegradation of the garbage and trash that is placed within the landfill. This leachate is collected in onsite tanks and needs to be transported to the nearest Wastewater Treatment Plant (WWTP). Currently, this transportation is done with a vacuum truck by Triangle Waste Solutions. Triangle Waste has submitted the only bid for this three year contract at $52.00. BUDGETARY /FISCAL EFFECT: Funds are available in the Landfill Division Budget, Account No. 403 - 1274 - 533.51 -01. EMPLOYEE /STAFF EFFECT: None. SUMMARY: It is recommended that the City Council approve Proposed Resolution No. 17488 authorizing the City Manager to execute the first year of a three (3) year renewable contract with Triangle Waste Solutions of Port Arthur, Texas to provide leachate hauling for City's Municipal Landfill for the not to exceed amount of $100,000 for this year. The fee will be $52.00 per hour with each subsequent year being adjusted according to the Consumer Price Index category "Transportation ". Funds are available in account 403 - 1274- 533.51 -01. // i/�� Ross E. Blackketter, P Director of Public Works "Remember, we are here to serve the citizens of Port Arthur" S:\ engineer \Documents \Contracts \Leachate Hauling \CAM- 2013.docx P.R. 17488 01/10/13 reb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE THE FIRST YEAR OF A THREE -YEAR RENEWABLE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND TRIANGLE WASTE SOLUTIONS OF PORT ARTHUR, TEXAS FOR LEACHATE HAULING AT THE CITY LANDFILL FOR A FEE OF $52.00 PER HOUR FOR THE NOT TO EXCEED AMOUNT OF $100,000 FOR THIS YEAR, WITH THE SUBSEQUENT TWO YEAR RATE ADJUSTED ACCORDING TO THE CONSUMER PRICE INDEX CATEGORY "TRANSPORTATION ". ACCOUNT NO. 403-1274-533.51-01 WHEREAS, the City must haul the leachate generated at the Landfill to the Port Acres Wastewater Treatment Plant; and, WHEREAS, Purchasing advertised for bid for this service; and, WHEREAS, Triangle Waste Solutions of Port Arthur, Texas was the only bidder, see attached Exhibit "A "; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager is hereby authorized to execute the first year (not to exceed $100,000) of a three (3) year contract (attached as Exhibit "B ") with Triangle Waste Solutions of Port Arthur, Texas for leachate hauling from the Landfill at a rate of $52.00 per hour; and, THAT, the subsequent two years' rate shall be adjusted according to the Consumer Price Index category "Transportation ", and, THAT, funding is available in account 403 - 1274 - 533.51 -01; 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. 2013 at a meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor Councilmembers: P.R. 17488 Page 2 Noes: Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF FUNDS: leci izeno ' Deborah Echols, CPA City Attorney Director of Finance 0-YC 6 t A./ I APPROVED FOR ADMINISTRATION: Floyd T. Johnson City Manager 4 / Ross E. Blackketter, P.E. Shawna Tubbs, CPPO Director of Public Works Purchasing Manager S:\ engineer \Documents \Contracts \Leachate Hauling \PR17488.docx EXHIBIT A 1 a a a v 4• y a, a1 a1 M e3� z z a Ctt 44 D x z - E' i W I 45 In ' U • -p L ti ti • = a it 0 g cd bA bA A H ' H ° oo x x x g A 0 0 E* a-4 e a .0 c4-4 f A 03 a te. U 0 w U •° 8 G Sao al el as o N 0 at ° o ° H = 0 0 et p _ _ -- 1� ...i ZS 0 RI 111 O b a a A Q 1 LA - N M .0- v _ ) 4 E 0 '''' C441i EXHIBIT B CONTRACT AGREEMENT FOR TRANSPORTATION OF THE CITY OF PORT ARTHUR LANDFILL LEACHATE TO THE CITY OF PORT ARTHUR'S PORT ACRES SEWAGE TREATMENT FACILITY ON HIGHWAY 365 THIS AGREEMENT, made this 5 day of February , 2013, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or `CITY ", and Triangle Waste Solutions, LP a(n) corporation herein acting Individual, firm, partnership, or corporation by and through Leah Guillotte -Stark hereinafter called "CONTRACTOR ". WITNESSETH: That for and in consideration of the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for one year, renewable for two (2) additional one (1) year periods, with the rates adjusted according to the Consumer Price Index category "Transportation ". 2. During the term of this Contract, the CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor, and other services necessary to connection therewith, excepting those supplies specifically not required of CONTRACTOR in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the Specifications and Contract Documents and comply with the terms therein for the prices stated below. ITEM Tank Truck w/ Operator Full Load $ 52.00 /hour Tank Truck w/ Operator Partial Load $ 52.00 /hour Minimum Hours Charged per Call -out Full or Partial Load FOUR (4) hours S: \engineer \Documents \Contracts \Triangle - LeachHaul- 13.docx Page 1 4. The term "Contract Documents" means and includes the following: (A) Agreement (6) Invitation to Bid (C) General Information (D) Specifications (E) Bid (F) Bidder's Information Sheet (G) Insurance Certificate(s) 5. The OWNER will pay to the CONTRACTOR in the manner and as such times as set forth in the General Information such amounts as required by the Contract Documents. 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first written above. 8. This agreement can be terminated with thirty (30) days written notice for reasons other than just cause as stated in the specifications. OWNER CONTRACTOR BY: BY: Floyd T. Johnson City Manager Printed Name: S: \engineer \Documents \Contracts \Triangle - LeachHaul- 13.docx Page 2 DELORIS "BOBBIE" PRINCE, MAYOR FLOYD T. JOHNSON WILLIE "BAE" LEWIS, MAYOR PRO TEM CITY MANAGER COUNCIL MEMBERS: City o f SHERRI BELLARD CITY SECRETARY RAYMOND SCOTT, JR )� ELIZABETH SEGLER MORRIS ALBRIGHT HI art T u ll r VAL TIZENO HAROLD L. DOUCET, SR CITY ATTORNEY ROBERT E. WILLIAMSON Texas DERRICK FREEMAN KERRY "TWIN" THOMAS NOVEMBER 20, 2012 INVITATION TO BID TRANSPORTATION OF THE CITY OF PORT ARTHUR LANDFILL LEACHATE TO THE CITY OF PORT ARTHUR'S PORT ACRES SEWAGE TREATMENT FACILITY ON HIGHWAY 365 DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, December 5, 2012. (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, December 5, 2012 in the City Council Chambers, City Hall, 5 Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: Leachate 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, 4 Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writing to: City of Port Arthur, TX Clifton Williams, Senior Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 cwilliams @portarthur.net Questions concerning the Scope of Work should be directed in writin' to: City of Port Arthur, TX Ross Blackketter, Public Works Director P.O. Box 1089 Port Arthur, TX 77641 rblackketter@portarthur.net Purchasing Division /Finance Department 1 Purchasing Manager, Shawna Tubbs, CPPO, CPPB P.O. Box 10891444 4th Street 1 Port Arthur, Texas 776411 409.983.8160 1 Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS 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 comer 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. Shawna Tubbs, CPPO, CPPB Purchasing Manager Page 2 of 13 INVITATION TO BID TRANSPORTATION OF THE CITY OF PORT ARTHUR LANDFILL LEACHATE TO THE CITY OF PORT ARTHUR'S PORT ACRES SEWAGE TREATMENT FACILITY ON HIGHWAY 365 (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 13 Specifications for the Transportation of City of Port Arthur Landfill Leachate To the City of Port Arthur's Port Acres Sewage Treatment Facility on Highway 365 General Information These specifications are for the loading and transportation of landfill leachate from the City of Port Arthur Solid Waste Landfill on Highway 73, 1 -1/2 miles west of the Taylor Bayou Bridge to the City's Sewage Treatment Facility on Highway 365 west of Jade Avenue for disposal. No fees will be charged Bidder for disposal of the leachate at the sewage treatment facility. Specifications Bidder shall supply the following: 1. A Minimum of one (1) 3,200 gallon truck, with additional trucks being available to fulfill the City's needs, with 3" and 6" loading and unloading capabilities. 2. Bid to include fuel and maintenance. 3. CDL Hazardous Materials Endorsement license and any peripheral equipment (i.e. hoses & connections needed to connect to City's sludge handling equipment. 4. Current registration with TCEQ as a transporter of landfill leachate. 5. Company's permit numbers and name must be displayed on each truck. Successful bidder shall work on an "as needed" basis under the general direction of the Solid Waste Superintendent - Landfill. Bidder shall use a City- supplied trip ticket showing time of departure from the landfill, amount of load, time of arrival at the sewage treatment facility, and a treatment facility operator signature. Trip tickets shall be submitted with invoice. A typical workday will be 6:30 a.m. to 2:30 p.m. Bidder shall provide a rate on the basis of a full truckload and on the basis of a partial load of less than 3,200 gallons. Bidder shall state any exceptions on the form provided. The City estimates thirty (30) full truckloads per week and this is an approximate amount for bidding purposes only. This amount was determined from recent experience, and the City has the right to increase or decrease the amount of loads hauled as the landfill operations dictates. All work shall be performed in the capacity of an independent contractor and contractor's agents and /or employees shall not be considered employees of the City of Port Arthur. Successful bidders shall be required to maintain required insurance. This is not a contract for a completed project but, instead, shall be paid on a monthly basis for loads hauled within the previous month. The successful bidder's failure to perform the obligations of this contract in a timely and proper manner (as determined by the Solid Waste Superintendent) shall give the City the right to terminate this contract by written notice. All prospective bidders are encouraged to visit the City of Port Arthur Landfill site to observe present practices and field conditions prior to submission of their bid. CONTRACT PERIOD: Successful bidder must agree to enter into a contract with the City of Port Arthur. The initial term of the contract shall be for one (1) year beginning after Notice to Proceed and shall be renewable in increments of one (1) year for an additional two (2) years upon specific yearly approval by the City Council. Prices quoted for the first year of the contract shall be firm, and shall be indexed for the next two (2) years using the Consumer Price Index for a category of work comparable to this service. Page 4of13 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Transportation of the City of Port Arthur Landfill Leachate to the City of Port Arthur's Port Acres Sewage Treatment Facility on Highway 365 BID DUE DATE: December 5, 2012 DESCRIPTION COST Tank Truck w /Operator, full load $ /3,200 gals Tank Truck w /Operator, partial load $ /1,000 gals Tank Truck w /Operator, full load $ /hour Tank Truck W /Operator, partial load $ /hour Minimum hours charged per call -out, full or partial load hours COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX (PRINT OR TYPE NAME) CITY STATE ZIP TITLE AREA CODE TELEPHONE NO. EMAIL Page 5 of 13 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 $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. 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. Page 12 of 13 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 13 of 13 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Transportation of the City of Port Arthur Landfill Leachate to the City of Port Arthur's Port Acres Sewage Treatment Facility on Highway 365 BID DUE DATE: December 5, 2012 DESCRIPTION COST Tank Truck w /Operator, full load $ n/a /3,200 gals Tank Truck w /Operator, partial load $ n/a /1,000 gals Tank Truck w /Operator, full load $ 52 /hour Tank Truck W /Operator, partial load $ 52.00 /hour Minimum hours charged per call -out, full or partial load 4 hours Triangle A ke Solutions, LP 1000 S Business Park Drive CO PAN", STREET ADDRESS ,- / Illk AO, n/a r r ' OF BIDDER P.O. BOX L-ah Guillotte -Stark Port Arthur TX (PRINT OR TYPE NAME) CITY STATE ZIP Sales Manager 409 736 -3600 TITLE AREA CODE TELEPHONE NO. leahs @trianglewaste.com EMAIL 1 Page 5 of 13 BID OPENING DATE: December 5, 2012 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY Triangle Waste Solutions, LP ADDRESS P.O. Box 4253 -P CITY /STATE /ZIP Houston, TX 77210 -4253 SEND PURCHASE ORDER TO: COMPANY Triangle Waste Solutions, LP ADDRESS 1000 S Business Park Drive CITY /STATE /ZIP Port Arthur, TX 77640 TAX IDENTIFICATION NUMBER 47- 0932325 Page 6 of 13 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: X I 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. g Y 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. Triangle Waste Solutions, LP 12 -5 -2012 Fir Name Date 00 �W Accounts Payable Authorized Signature Title Bethany Hebert 409 - 736 -3600 x140 Name (please print) Telephone bethany@trianglewaste.com Email STATE: Texas COUNTY: Jefferson SUBSCRIBED AND SWORN to before me by the above named / <y - lia/`,� R_ ( ib.t ` - on this the day of 9 /' ' 20 L.2--. Al 4110 O ���PY P ���ii l 1,* f am . ,0 0 .a• .�s,-., SERENA ANN COPELAND Notary Public =�',1.. Notary Public, State of Texas � . " My Commission Exp .; ..`�``� -�•,,,;;,,,.� December 02, 2014 .i 1 y ` • . - - AS PART OF THE BID PROPOSAL Page 7 of 13 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80` Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person 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 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. N/A 2. 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 7 business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. N/A Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? fl Yes n No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. N Signature of person doing business with the governmental entity Date Page 8of13 INVITATION TO BID TRANSPORTATION OF THE CITY OF PORT ARTHUR LANDFILL LEACHATE TO THE CITY OF PORT ARTHUR'S PORT ACRES SEWAGE TREATMENT FACILITY ON HIGHWAY 365 (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO • SPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FRO THE VENDOR'S LIST. However, if you are removed you will b reinstated upon request. In the event you desi not to submit a bid, we would appreciate your respo e regarding the reason(s). Your assistance in co leting and returning this form in an envelope . rked with the enclosed bid would be appreciated. NO BID is submitted: his time only not this commod /service only Yes No Does your company provide this pri ' uct 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 p du or service? Does your present work load permit additional w • •? Comments /Other Suggestions: Company Name: Person Completing Form: Tel • hone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 13 Client #: 37443 SPRIWAST ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) 9/13/2012 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONT Cindy Enick Alpha Omega Insurance Group LP ( , o, Est): 832.678.3318 FAX No): 281- 897 -8484 11330 West Road ( —) ADDREE - MAIL SS: cenick @alphains.com Houston, TX 77065 INSURER(S) AFFORDING COVERAGE NAIL # 281 897 -9393 INSURER A: Greenwich Insurance Company A XV INSURED INSURER B : American International Companie A XV Triangle Waste Solutions LP INSURER c : AXIS Surplus Insurance Company A XV 1000 South Business Park Dr. INSURER D Evanston Insurance Co. A XIII Port Arthur, TX 77640 INSURER E Texas Mutual Ins. Co. Not Rated INSURER F: XL SPECIALITY INSURANCE COMPANY A XV COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP . LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYY) LIMITS A GENERAL LIABILITY x x GEC0037950 07/01/2012 07/01/2013 EACH OCCURRENCE $1,000 000 B X COMMERCIAL GENERAL LIABILITY PREMISES (Ea oNcur° nee) $100, CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 X Primary PERSONAL & ADV INJURY $ 1,000,000 X Pollution Liability CPL11818212 09/27/2012 07/01/2013 GENERAL AGGREGATE $2,000,000 GENT AGGREGATE LIMIT APPLIES PER: Occurrence 10,000,000 25,000 PRODUCTS - COMP /OP AGG $2,000,000 7 POLICY PRO- LOC Aggregate 10,000,000 Deductible $ A AUTOMOBILE LIABILITY X x AEC0037949 07/01/2012 07/01/2013 (E° accident SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED — AUTOS AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS X N-OWNED PROPERTY DAMAGE AUTOS (Per accident $ . X MCS 90 X Primary $ C )( UMBRELLA LIAB X OCCUR X X ENU761390012012 07/01/2012 07/01/2013 EACH OCCURRENCE $10,000,000 D X EXCESS LIAB CLAIMS -MADE AGGREGATE $10 OOO OOO DED X RETENTION X0MS521912 07/01/2012 07/01/2013 Occ. /Aggreqa $15,000,000 E WORKERS COMPENSATION x TSF0001225797 07/01/2012 07/01/2013 X WCS TORY TA I IMIT S I OTH- AND EMPLOYERS' LIABILITY Y / N FR ANY OFFICE PRIETOR/PARTNE EXCLUDED? ECUTIVE Y N / A E.L. EACH ACCIDENT $1,000,000 (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 F Property Coverage US00034355MAl2B 07/01/2012 07/01/2013 10,000 Deductible Cargo Coverage $100,000 per vehicle DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Name 2: For Leachate Landfill CERTIFICATE HOLDER CANCELLATION City of Port Arthur SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Port Arthur, TX 77640 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I I itt © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S292842/M291898 CIE