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