Loading...
HomeMy WebLinkAboutAgreemwnt for Scrap Tire Storage, Transportation,And Recycling Augusta Richmond GA DOCUMENT NAME: A o..r: (:.em c-r. t:..(fo (" 2:c~ '\i -r c. 3-(:0 IJ<::' ,I \"o.(1Sporictf:.i on, , , U Qnc\ 'V"\.ec'fc\\\~ DOCUMENT TYPE: ~"-eiY'le.nb YEAR: 02 BOX NUMBER: 17 FILE NUMBER: llo53 J NUMBER OF PAGES: \)) . ~ '~ " ~i' i::;' ,.. AGREEMENT FOR SCRAP TIRE STORAGE. TRANSPORTATION Aim RECYCLING SERvtCES THIS AGREEMENT FOR SCRAP TIRE STORAGE, TRANSPORTATION AND RE "(CLING SERVICES..: I made and entered into the ~ clay of '11trd , 2002, by ~ corporation (hereinafter referred to as "contractor") and between Augusta-Ric ond County Solid Waste Facility (hereinafter referred to as "county"). WITNESSETH WHEREAS, the usual and ordinary conduct of its business, it is necessary for the Contractor to provide storage, transportation and recycle scrap tires from the County's designated area at 4330 Deans Bridge Road, Blythe, Georgia. ,/ WHEREAS, Contractor is engaged in furnishing forty-eight foot long trailer for storage of scrap tires while located at the Deans Bridge Road Solid Waste Facility. Once notified by the County, Contractor will respond within 48 hours. The loaded trailer will be transported by the Contractor from the Deans Bridge Road Solid Waste Facility to a State of Georgia, Department of Natural Resources, Environmental Protection Division's approved scrap tire processing/recycling facility located at Ridge Recyclers, 490 Hwy 121, Johnston, South Carolina 29832. WHEREAS, County,and Contractor desire to enter into an agreement whereby the County will tender scrap tires to Contractor for storage, transportation and recycling services. NOW, THEREFORE, for and in consideration of the recitals of promises and mutual covenants, agreements, representation and warranties contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, parties agree as follows: ARTICLE I OBLIGATIONS OF CONTRACTOR 1.1 Maintain and Furnish Equipment. Contractor will, at its expense, maintain, repair, operate and keep available trucks, tractors, and trailers sufficient and adequate to furnish prompt and .efficient transportation services for County, Contractor will furnish tarpaulins, tie downs and other necessary eqUipment for all labor necessary to protect, and secure the loading for safe transportation in the perfonnance of service. Contractor agrees to transport such loads as are required by County. 1.2 Independent Contractor. Scrap Tire Transportation and Recycling Services hereunder will be performed solely by Contractor and employees of Contractor and ,the County shall have no control or resporuiibilitr with respect to perfonnance of Contractor duties or employees of Contractor. 1.3 Identification. Contractor shall provide all identification required by federal, state or local authorities to be painted or attached to equipment. 1.4 Licensee and Permits. Contractor warrants that it has secured all applicable licenses and permits of all types as required by local, state, and/or federal legislation, regulations or ordinances to operate as a contractor. Contractor further warrants that' it will conduct all operations in a lawful manner and in compliance with all federal, state, and local laws, ordinances and regulations thereto. A copy of any such license or permit will be provided the County upon request of the County. In addition, Contractor warrants that it will pay all applicable taxes, fines for parking, moving 9r weight violations, tolls, fees and any other penalties of assessments incidental to Contractor's operations under this or other agreements. Deans Bridge Road Municipal Solid Waste Facility Scrap Tire Services Agreement August 2002 "- l' ~ " ;' 1:5 'Scrap Tire Processing: Receiots. Contractor shall obtain and furnish to County any appropriate receipts, tickets, or other data to be furnished to Contractor by the County's Solid Waste Facility and the designated Scrap Tire Processing Facility. Contractor shall be responsible for furnishing such tickets to County. ARTICLE II OBLIGATIONS OF COUNTY 2.1 Pavrnent for Services. County agrees to compensate Contractor for storage, transportation and recycling scrap tires performed at this rate of by the Ton: Eighty-seven dollars & Ninecv-five cents _ $87.95. Contractor shall provide original weight receipts or tickets with each statement or bill. The County shall compensate the Contractor for services, which have been authorized by the County under the tenns of this Agreement. The Contractor may submit to the County a monthly invoice, in a form acceptable to the City and accompanied by all support documentation requested by the County, for payment for the services, which were completed during the billing period. The County shall review said invoices for approval. The County shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or' a part thereof, as determined solely by the County, are unreasonably in excess of the actual stage of completions of the project. The County shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not be considered to be evidence of performance by the Contractor to the point indicated by such invoice, or of receipt of acceptance by the County of the services covered by such invoice. The County shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. ARTICLE III INSURANCE 3.1 Contractor. Contractor shall secure and keep in force during the term of this contract, insurance as described below with insurance companies acceptable to County. 3.2 Insurance Certificates. Prior to beginning work, the Contractor shall obtain and furnish certificates to the County for the following minimum amounts of insurance: A. Workmen's Compensation Insurance in accordance with the laws of the State of Georgia. B. Public Liabilicv Insurance in an amount of not less than One Hundred Thousand ($100,000.00) Dollars for injuries, including those resulting in death to anyone person, and in an amount of not less than Three Hundred Thousand ($300,000.00) Dollars on account of anyone occurrence. C. Prooertv Damage fnsurance in an amount of not less than Fifty Thousand ($50,000.00) Dollars from damageson account of any occurrence, with an aggregate limit of One Hundred Thousand ($100,000.00) Dollars, D. Professional Liabilicv Insurance in an amount that correlates to the amount of this agreement and nature of the project. ARTICLE IV Deans Bridge Road Municipal Solid Waste Facility 2 Scrap Tire Services Agreement August 2002 'i' ~ ,'? ASSUMPTION OF RISK AND INDEMNIFICATION 4.1 Assumption of Risk. Contractor agrees to assume and bear all risk growing out of (a) any and all injury of damage occurring in or directly or indirectly arising out of performance of this contract to (1) the property or premises of Contractor, (2) the property and premises of any other person; and (3) any property or equipment used or to be used or incorporated in the perfonnance of this contract; and (b) any injury to or death of any person or persons, whether or not employed by Contractor upon the premises where the contract is being performed. Contractor further agrees to comply with all applicable social security and unemployment insurance laws. 4.2 Contractor's Indemnification, Subject to County's indemnity below, Contractor covenants and agrees that it is the Contractor's duty to determine that each shipment is properly loaded and Contractor agrees to indemnify and save harmless County against all claims, losses, costs, damages, or liability of any kind or nature (including but not limited to pollution or contamination of or adverse impact on the environment and the cleanup and remediation of same) arising, involving or growing out of: (a) improper or unsafe loading; (b) the conduct or action of said driver or employee performing under this contract; and regardless of whether the injury, death, or damages is contributed to by the negligence of County, its employees or agents. Contractor further covenants, agrees and binds itself at its sole cost and expense, to defend and save harmless County from and against any and all manner of suits, claims, demands, costs, charges, debts, dues, liabilities, and payments of money or any sort of nature whatsoever to account of injury to or in the death of persons or loss or damage to property, including any claims arising under 42 U.S.C. 9601, et seq., or similar state laws, in any manner whatsoever arising from or out of or predicated upon the operation of the trucks of or by Contractor, its agents or employees, or the conduct of the business of Contractor, or the transportation and handling of the scrap tires by Contractor, its agents or employees in any manner, however, whether pursuant to the terms of this Agreement or otherwise. The contractual indemnity is separate and apart and in addition to the obligations of insurance, coverage states in Section 3.1. This Section 4.2 shall survive termination of this Agreement 4.3 County's Indemnification. County agrees to indemnify and save harmless Contractor against all claims, losses, costs, damages, or liability or any kind of nature arising, involving or growing out of the sole negligence of County, its agents or employees. This Section 4.3 shall survive termination of this Agreement. ARTICLE v MISCELLANEOUS PROVISIONS 5.1 Term. This agreement shall continue for a period of two (2) years from the date hereof and with the option to renew for two (2) additional twelve-month periods, if agreeable to both parties. Notice of Intent to renew will be given to the Contractor, in writing, by the Public Works and Engineering Department sixty (60) days before the expiration date of the current agreement. County will have the option to cancel the agreement in case of unsatisfactory service. This notice shall not he deemed to commit the County to an Agreement renewal. It should be noted that multi-year agreements may be continued each Fiscal Year only after funding appropriations and program approval has been granted by the Council of the Consolidated Government of Augusta, Georgia. In the event that the necessary funding is not approved, then the affected multi- year agreement becomes null and void. ' 5.2 Amendment and Modification, This Agreement may be amended, modified or supplemented only by mutual written consent of the parties hereto. Deans Bridge Road Municipal Solid Waste Facility 3 Scrap Tire Services Agreement August 2002 '" -" Co 5.3 Waiver of Compliance. The failure by any party at any time to require perfonnance of any provision hereof shall not affect its right later to require such performance. No waiver in anyone or more instances shall (except as stated therein) be deemed to be further continuing waiver of any such condition or breach in other instances or a waiver of any condition or breach of any other term, covenant, representation or warranty. 5.4 Notices. All written notices, demands, and other papers or documents to be delivered to the County under this Agreement shall be delivered to the Deans Bridge Road Municipal Solid Waste Facility, 4330 Deans Bridge Road, Blythe, Georgia 30805, Attention: Solid Waste Manager, or such other place or places as may be subsequently designated by written notice to the Contractor. All written notices, demands, and other papers or documents to be delivered to the Contractor under this Agreement shall be directed to Ridge Recycling, 490 Hwy 121, Johnston, South Carolina 29832, Attention: General Manager or at such a place or places subsequently to be designated in writing by the Contractor to the County. 5.5 Assil!n Ability of Al!reement. This Agreement may not be assigned in whole or in part by either party without the prior written consent of the other party, provided that Contractor may assign it without notice to Purchaser to any parent, subsidiary or affiliate corporation of Purchaser. 5.6 Governinl! Law. This Agreement and the legal relations between the parties hereto shall be governed by and construed in accordance with the laws of the Sate of Georgia, except insofar as internal law of any political entity or jurisdiction shall specifically and mandatorily apply to any of the transactions. 5.7 Headinl!s. The headings of the sections and articles of this Agreement are inserted for convenience of reference only and are not intended to be a part of or to affect the meaning or interpretation of this Agreement. 5.8 Entire Al!reement. This Agreement, including the agreements referred to herein, the schedules and exhibits attached hereto and other documents referred to herein which form a part hereof, contains the entire understanding of the parties hereto in respect of the subject matter contained herein. There are no restrictions, promises, representations, warranties, covenants or undertakings, other than those expressly set forth or referred to herein, This Agreement supersedes all prior agreements and understandings between parties with respect to such matter. IN WITNESS WHEREOF, parties hereto have caused this Agreement to be executed in multiple original counterparts as of the date first above written. CONTRACTOR: g~e Re<;Td~-r BY'~ ()~ As thorize signa ry COUNTY: ~J . .~ ~~~~~ - ~~ +// ~ , . Deans Bridge Road Municipal Solid Waste Facility 4 /". '/ . ' Scnlp':T~re Services Agreement August 2002 ',\ I " COpy RIDGE RECYCLERS 490 HWY 121 JOHNSTON, SC 29832 BID ITEM #02-074 For AUGUSTA, GEORGIA SOLID WASTE FACILITY Deans Bridge Road MSW Landfill Scrap " Tire Recycling APRIL 1'6, 2002 ~,~ 1 J"4..~.~:" , , ,,~l. .'. '.~~-' r U . ~ U,~ tC ~.. :'1:t.;'~~":, ." 'i;.:,' '\ . ~ / :. . - ...... J.. ~ , .. ~-,.... --:-, -- ,....._._.-~ ':. \. COpy l!m Project Description: Deans Bridge Road MSW Landfill, Waste Tire Recycling Proposal Of Ridge Recvclers. Incorporated (hereinafter called "Bidder). doing business as Ridge Recyclers To Augusta Richmond County (hereinafter called "Owner". Gentlemen: ,.',' The Bidder, in compliance with your Invitation To Bid for the Deans Bridge Road MSW Landfill Waste Tire Recycling project having examined the Specifications with related documents and the site of the proposed work, and being familiar with all conditions , SUlTOunn;n8 the proposed tire recycling project including the availability of materials, labor, materials and supplies, and to construct the project in accordance with the Contract DoCWDcmts, within the time set forth therein, and at the price(s) stated below. This price(s) is to cover an expenses including overhead and profit inCUlTed in performing the ' work required under the Contract Documents, of which this proposal is part. : ;, ,.,:1 .. :~! ~.. " ,\1' ;- '. ., Bidder hereby agrees to commence work under this Contract on or before a date to be specified in the written "Notice to Proceed" of the Owner and to fully complete the project within 45 consecutive calendar days thereafter as stipulated in the'Specifications, Bidder further agrees to pay ,as liquidated damages, the sum of 5500 for each consecutive " calendar day thereafter as hereinafter provided in the General Conditions. Bidder acknowledges receipt of the following addenda; Ul. 82 (attached) Base Bid: Bidder agrees to perform all the work of the Deans Bridge Road MSW l.Al1t1fiIl Waste Tire Recycling project as described in the Specifications. The Bid stated herein before shall include all labor, materials, bailing, shoring, removal, overhead, profit in.sunmce, etc., to cover the fini~bed work of the several kinds called for. Selected subcontractor forms must be completed and accompany the Bid. I " Bi_ understands that the Owner reserves the right to reject any or all Bids and to wai~e any informalities .in the bidding. The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of 60 ,calendar ~ys after the scheduled closing time for receiving Bids. 13 ~~W~?~..: "', ..':.-"'--:- ~ ',-"- ::'",1 , ' -:,;.;,",:., .'~. ;~?J,:":' ;..... '., '....... .,,, .............u.,... ...;~r.:.~~._.. FFR-15-2Ba2 eel 26 P.02/02 ARC ~It-li Upon receipt of written notice of the acceptance of this Bid, Bidder will execute the , formal Contract Itta~ed within ten (10) days and delivaI' a Surety Bond or Bonds as, required by the General Conditions, The Bid Security attached in the sum of ten percent (10010) of the total Bid is to become the property of the Owner in the event the Contract IDd Bonds arc not executed within the time above set forth, as liquidated damf\gcs for the , , delay aDd BdditioDal CIpCDSC to the Owner caused thereby. .Respectfully submitted: By: Larrv D. Lanl!e Title: General Manager , Address: 4330 DoaDs Bridge Road. Blythe, Georgia 30805 = ~:~oif~- (Plcaac Type) 1lUc: President SEAL Note: Attest for a cmporation must be by the corporate secretary; for a partnership by anotharpartncr: for aD iDdividual by a Notary, T~tal Bl4 Qoute:_ b~ the Ton and bv the Trail~r By the. Ton: Eighty-seven, dollars'& 95 cents. $87.95 By the Trailer: One thousand One hundred forty-three dollars & 35 cents. $1,143. .: 14 TOTFt.. P. B2 ~.,. t,'~" .r;.-ri:: ',.. ~j . , , '" . .r ~ .! I ,; .. ~"':~~ .a. .~.~:'..' "'~ ".. ,_t'!'P..__.... ~__""'f____.__..._. . .~.,._.. ._-"',_ SELECTED SUBCONTRACTORS The Bidder proposed to employ the below listed subcontractors: Subcon~o~ NONE Address: ; $ubcontractor: , Address: Subcontractor: Address: Subcontractor: ,Address: Subcontractor: Address: .. _._,....~-_.........- '.' .~. ~-'~"". ... ...... ....- ......... . 15 Purchasing Department Ceri A. Sams, Director Mary Bedenbaugh, Purchasing Agent Room 605 . Municipal Building 530 Greene Street - Augusta, Ga. 30911 (706) 821.2422 . FAX (706) 821.2811 MEMORANDUM TO: All Bidders FROM: Geri A. Sams DATE: February 22, 2002 SUBJ: ADDENDUM #1 Bid Item#02-074 Storing, Transporting and Recycling Tires Please note the following change: There is not cost to obtain the set of specifications. The Mandatory Pre Bid Conference is Wednesday, March 27, 2002 at 11:00 a.m. Please acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. Cc: Walter Hornsby Beverly Rowell Augusta. Georgia Equal Opponunity Augusta. Georgia Solid Waste Facility APR-09-2002 03: 28 i=lRC PURCHASI NG ,. P.02/03 Purchasing Department Geri A. Sams, Purchasing Director Room 605. MuniciplIl Building 530 Greene Street - AUgLlSta, GA 30911 (706) 821-2422 - FAX (706) 821-2811 MEMORANDUM ,. TO: All Bidders FROM: Geri A. Sams ~ DATE: April 9, 2002 SUBJ: ADDENDUM #2 Bid ltem#02-074 Storing, Transporting and Recycling Tires ,. Please note the following change: As the generator for the scrap tires located at the Augusta Richmond County Solid Waste Facility, Scrape Tire Identification Number 121-157-GN, the following requirements met by the company awarded the Bid: 1. Provide a detailed Manifest of all steps taken to pickup and deliver scrap tire to final destination. 2. Transport scrap tires to Division approved dispgsal facilities only. 3. Only Scrap Tire Carriers permitted by EPD will be awarded the Bid. 4. A Waste Tire Transportation Certification will be furnished to the Generator upon awarding of the Bid (Copy Attached). Please acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422, Cc: Walter Hornsby Beverly RowclJ Augusta, Georgia Equal Opportunity Augusta, Georgia Solid Waste Facility - '~r."F"Y' ..InoJ,n" ,......F>.. ; ,,)'t/'t't .l 0 a.1. UUr.J:U:.~ X' PAGI' , ACOB.D>v CERTIF'ICATE OF LIABILITY INSURANCE I DATE'..../DD/YY) 04/09/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER a:: INFalMATIC* JSL/Harison-Kerzic C*LY AND CONFERS NO RIGHTS UPON THE CERnFICATE o. Box 211110 HQU)ER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL. TER THE COVERAGE AFFORDED BY THE PClUClES BB.DW. ~oOl Commons Avenue Augusta, GA 30907 INSURERS AFFORDING COVERAGE INSURED iNSURER A: Companion Property & Casualty Ridge Recyclers, Inc. INSURER B: P,Q, Box 568 INSURER C: Johnston, SC 29832 INSURER 0: I INSUR ER E: COVERAGES ~E PaJClESOfINSURANCE USTED BEI...OlN HAVE BEEN ISSUED TO ~E INSURED NAMED /IJ3Oo/E FOR~EPOUCVPERlOOINDICA1B). NO'TWmISTANDING my FEWIRB.1ENT. TERM OR CONDmoo Of ANY CONTRACT OR O111ER DOCUMENT WITH RESPECT TO WHICH ~IS CERTlRCATE MAY BE ISSUED OR MAY PERTAIN. ~E INSURANCE N=fORDED BY ~E POlICIES DESCRIBED HEREIN IS SUBJECT TO AU. ~E TERMS. EXa.USlOOSAND CONDlTIa-.lSOf SUCH PCXJClES. ,AGGREGATE UMITS SHCM'N MAY HAVE BEEN REDUCED BY PAlO ClAIMS, ~~ TYPE OF INSURANCE POLICY NUMBER ~~I;J~~tJJErfJ~ POD~~ t::'rnAJ~ LIMITS A ..!-ENERAL LIABILITY PB302537802 10/05/01 10/05/02 EACH OCCURRENCE 51.000 000 X COMMERClALGENEFlAL LIABILITY FIRE DAMAGECAnycne fire) 550.000 "-- :::]' CLAIMS MADE[X] OCCUR MED EXPCAnYCll\e person) 55 . 000 ~ PERSONAL & ADV INJURY 51. 000.000 "-- GENERAL AGGREGATE 52 000.000 G EN'L AGGREGATE U MIT APPU ES PEA: PRODUCTS -COMP/OPAGG 52.000.000 n POLlCYrl ~gT n LOC A ~lO"OBILE LIABILITY CA302537802 10/05/01 10/05/02 COMBINED SINGLE LIMIT 51,000,000 ~ ANYAUTO (EallCCidonl) >-- All OWNED AUTOS BODllYINJURY 5 SCHEDULED AUTOS ("-r penlCll\) >-- ~ HIRED AUTOS BODilY INJURY X (Per IICCident) 5 --- ..,;;;,;;.. NON -OWN ED AUTOS '-- PROPERTY DAMAGE 5 (P8r acCident) qAGE LIABILITY AUTOONLY- EAACCIDENT 5 ANY AUTO OTHER THAN EA ACC 5 AUTO ONLY: AGC> 5 A EXCESS LIABILITY UM302537803 10/05/01 10/05/02 EACH OCCURRENCE 52 . 0 0 0 . 0 0 0 ~ OCCUR D CLAIMS MADE AGGREGATE 52 . 000 . 000 S ~ DEDUCTIBLE S X ReTENTION 510000 5 A WORKERS COMPENSATION AND WC302537802 10/05/01 10/05/02 X ~~*;[fJifs I PJ~. EMPLOYERS' LIABILITY s500.000 E.L. EACH ACCIDENT E.L.DISEASE-EA EMPlDYEE 5500.000 E. L. DISEASE -POLICY LIMIT 5500.000 OTHER DESCRIPTlON OF OPERA TlONS/LOCA TlONS/VEHIClES/EXCLUSIONS A ODED BY EN CORS E" ENT/SPECIAl PROVISIONS , 'FICA TE HOlDER I I ADDmoNAlINSURED; INSURER LETTER: CANCEUATIC* SHOU lDANYOF TH E ABOVE DESCR! BED POUCI ES B ECANCEL LED BEFORE TH E EllPIRA TION City of Augusta DATETHEREOF, THEISSUING INSURER Will ENDEAVOR TO MAIL1D- 04YllWRITTEN 530 Green Street Roam 605 NOTICElOTHE CERTIFICATE HOLDERNAWEDTOTHELEFT, BUT FAILURE 10 DOSOSHALL Augusta, GA 30901 IMPOSE NO OBLIGATION OR LIABILITYOF ANYKIND UPON THEINSURER,ITSAGENTS OR REPRESENTATIVES, ! AUTHORIZED REPRESENTATIVE A A/ ..L:J . "7'"""- ._~-----'."'" 4I!J'-'-"'~"'-"---~"-""'-""""4 . .~ ~~&CasualtyGroup .". ..,' ...~ \ '--" COMMERCIAL UMBRELLA LIABILITY POLICY Polley Number: UM 3025378:'03 Replaced or Transferred From Policy Number: UM 3025378-02 Item 1: Named Insured: RIDGE RECYCLERS, INC. Address: PO BOX 568 JOHNSTON, SC 29832 Item 2: Polley Period From: 10/0512001 To: 10/05/2002 A112:01 AM. Standard Time, at your address as stated herein. Item 3: Amount of ultimate net loss to be borne by Insured as respects each occurrence not covered by primary Insurance (retained limit) $10,000 Limit of Liability: A, Limit of each occurrence on account of bodily injury, property damage, personal injury" or advertising injury, or any combination thereot. B. Limit in the aggregate for each annual period where applicable: Item 5: Annual Premium Computation Not Subject to Adjustment $2,000,000 $2,000,000 Flat Pn::mium $5064 Subject to Adjustment Basis of Premium Sales Payroll Other Estimated Exposure Rate Per Unit of Exposure Estimated Deposit Premium Annual Minimum Premium $ $ $ $ This policy will be direct-billed by the company. Premium shown is payable $1012.80 at inception. If payable in installments, the remaining premium will be billed in 8 installments of $506.40 each. Item 6:' Fonns and Endorsements made part of this polley UM 00 01 06192 UM 00 02 06/92 UM 00 41 06192 UM 007006/92 UM 00 75 06192 UM 99 01 06/98 UM 00 03 06/92 UM 00 71 06/92 UM 01 09 06/92 --" _/ INSURED COP\' , UMB Dee :"/101 ~.--..- ~-"'-""-"._-.' .', .,._-'-.-..........~. ~.._...., ~ ~Ion Property k Casualty Group . .,' . . --- COMMERCIAL UMBRELLA LIABILITY POLICY -Page 2 Item 7: The lega' entity Is: o Sole Proprietorship o Partnership 181 Corporation o Joint Venture Item 8: In the event of cancellation by you, we shall receive not le88 than $AQ.Q as the minimum premium. SCHEDULE A: Schedule of primary insurance (You agree to maintain the following primary coverages during the tenn of this polley). AUTOMOBILE LIABILITY .- ~arrier: Companion P & C ~~ 'Olicy No: CA 3025378 - Policy Period: 10/0512001 TO 10/0512002 Each Accident $1,000,000 CSL EMPLOYEE BENEFITS LIABIL'TY Carrier: Companion P & C , Policy No: PB 3025378 Policy Period: 10/0512001 TO 10/0512002 Each Incident $1,000,000 Aggregate: $2,000,000 EMPLOYERS LIABILITY Carrier: COMPANION P&C Policy No: WC 3025378 Policy Period: 1010512001 TO 10/0512002 . Bodily Injury by Accident $500,000 Each Accident Bodily Injury by Disease: $500,000 Each Employee Bodily Injury by Disease: $500,000 Policy Limit GENERAL LIABILITY Carrier: Companion ~ & C Policy No: PB 3025378 Policy Period: 10,'0512001 TO 1010512002 . Each Occurrence: $1,000,000 - Personal & Advertising Injury: $1,000,000 'neral Ag'gregate: $2,000,000 ./ r-tOductslC"mpleted Operations Aggregate: $2,000,000 UMB Dee 317/01 ....' ~.: . . '~-.,-'---~ ---.-.....-....--.. ........_~. I"V ~ ._._.._......_,...._._..___,......._ .... .,"'~~ . . .. {~ Companion Property & Casualty Group . .' L' Countersignature: .J 1M,.,.. "'A~'E'R OF AUGUSTA PQ Box 211110 , Augu.ta, GA 30917-1110. ,Agent & No,: JSL/HARISON-KERZIC, INC. (1000030) Agency At ' PO BOX211110 AUGUST/" GA 30917 \....::::.. - -' UMB Dee 317/01 Date State of Georgia Department of Natural Resources Environmental Protection Division Scrap Tire Carrier Permit Permit Number: 160-043-CR Date Issued: 10-30-98 Permittee: Ridge Recyclers In accordance with the provisions of the Georgia Comprehensive Solid Waste Management Act. O.C.G.A. 12-8-40.1. ~ ~, and the Rules for Solid Waste Management, both as amended. this Permit is issued for the following Scrap Tire Carrier Operation: Ridge Recyclers 490 Highway 121 Johnston, South Carolina 29832 The application and all statements and supporting documents submitted to 'the Environmental Protection Division have been evaluated, considered and relied upon in the issuance of this permit. This Permit is conditioned upon the Permittee's continued compliance with the provisions of the Georgia Comprehensive Solid Waste Management Act; the Rules for Solid Waste Management and the following conditions: 1. Carrier shall transport scrap tires to Environmental Protection Division approved handling facilities; 2. Carrier shall report quarterly to the Environmental Protection Division the number of scrap tires transported and the manner of disposition; and 3. Carrier shall maintain financial assurance in accordance with the Rules. This Permit is effective on Date Issued and under Georgia Law is subject to appeal for thirty (30) days following issuance. This permit is subject to modification or revocation on evidence of noncompliance with any of the provisions of the Georgia Comprehensive Solid Waste Management Act; the Rules for Solid Waste Management; or with any representation made in the application or the statements and supporting data submitted; or with any conditions of this Permit. -~}~ Director Environmental Protection Division ENVIRONMENT A.LPROTECTION DIVISION DEP ARTMENT OF NATURAL RESOURCES STATE OF GEORGIA APPROV AL I ' SCRAP TIRE PROCESSING Appro~alfNwnber: 160-001-STP I:Date: August 30, 1999 Applicant: Ridge Recyclers Inc. Post Office Box 568 Johnston, South Carolina 29832 In accordance with the provisions of the Georgia Comprehensive SoIld Waste Management Act, and the rules promulgated pursuant thereto, this approval is issued for the following operation: A scrap tire processing facility doing business as Ridge Recyclers Inc., located at 490 Highway 121, Johnston, Edgefield County, South Carolina. All statements and supporting data submitted to the Georgia Environmental Protection Division (EPD) on June 18 and June 23, 1999 have been evaluated, considered and relied upon in the issuance of this approval. This approval to operate is now in effect and conditioned upon Ridge Recyclers Inc. complying with the conditions of operation established in this approval and all requirements established by the South Carolina Department of Health and Environmental Control. This approval is subject to modification or revocation based on evidence of noncompliance with this approval. The approval may be modified by either EPD or Ridge Recyclers Inc. Requests for modifications by Ridge Recyclers Inc. must be submitted to EPD in writing at least ten (10) working days before the proposed modification is implemented. A modification request is not considered approved 'until such time as EPD provides Ridge Recyclers Inc. written approval of the proposed modification, (Page 1 of 2) .' ;- :':onc.JitioJlS of Approval , 1. Ridgt: Recyclt:rs lnc, shull l11uintain cori1plium:e with i:lllrequir~mt:nts specilied ill lhe Waste Tin: Processing Permit # 192653-520 I issued by the South Carolina Depurtment or Health and Environmental Control (DHEC). 2. l~idie RCGyclets inc. l-rtust notify GPD of i:lny violations. orders, fines or other t:nforcement actions initiated by DJ-lEe within seven (7) working days after recl.:iving notifi~ation of an enforcement action. 3. EPD scrap tire processorapprovaJ will remain in dIect as long as Ridge Recyclers. 111l~. remains operational and maintains cumpliance with Dl-IEC requirements and the pro\'\iSi(,)I1S of this appJ..'Ovnllelter, unless otherwise notified. If the l~lcility closes or ot11t~rwlse ceases to be operatiunal, Ridge l~ecycIers. Inc. must notify EPD of thish\ct in writing. 4. EPD scrap tire processor uppruval is only for the company and locutiun specified in tht: application. It is not transferrable to uny othercompuny or location, If compuny owncl'ship changes or any pmt of the tin~ processing operation is relocated. this approval ti-om EP D becomes void. 5. Georgia generated scrap tires must be recycled or otherwise beneticially reused as ddil1l::d in the Georgia Rules for Solid Wm;te Munagement 391-3-4-.19 (see uttachll1ent). l:.~U1dfilling of Georgia generated scrap tires, whole or processed, is prohibited. If YOll have uny questions about the conditions of this approval, p1l.:.ISI.: cont.\ct Brian Wright at (404) 362-2567. Sincerely ---") / .[,).,.:....., " ' LJ'"cfi J:,.~ Lun Revall Program M:'lnagc:r Scrap Tire Program cc: Rick Cothrun South Carolina DHEC ,File (Pag~ 2 of 2) ,J; i Wd ~ PROTECT PROSPER 500 Bull Street olumbia. SC 29201-1708 CERTIFIED MAIL October 14, 1998 Mr. Charles Z. Yonce, Jr. Ridge Recyclers 490 Highway 121 Johnston, SC 29832 Re: Waste Tire Processing Permit # 192653-520 I Edgefield County Dear Mr. Yonce, Enclosed is a permit for Ridge Recyclers to operate the referenced facility located at 490 Highway 121 in Edgefield County. This permit is issued under Regulation 61-107.3, Waste Tires, copy enclosed. Also, the approved specifications and operational plan submitted to the Department on May 18, 1998 along with amendments received on June 13, 1998 (stapled to inside front cover of operational plan) are enclosed and have been stamped for approval. Any changes that may need to ,be made to the referenced facility should be put in writing to the Department prior to making any such changes. The issuance of this permit marks the conclusion of the Facility Engineering (Permitting) Section involvement with the referenced project. However, if you have any questions regarding the pennit itself. please contact Bobby Banks at (803) 896-4067, or via electronic mail at banksjr@ columb34.dhec.state.sc. us. Questions and future correspondence pertaining to the operation and compliance of the referenced facilitv should be referred to Celeste Duckett at (803) 896-4226. G~nera1 questions should be referred to Donna Sightler with the Upper Savannah District EQC office at (864) 223-0333, Sincerely, ~~ Robert L. Gill, P.E., Manager Facility Engineering Section Division of Mining and Solid Waste Permitting Bureau of Land and Waste Management RLGljrb cc: Donna Sightler. Upper Savannah EQC District Celeste'Duckett, BL WM BL WM Files