No preview available
HomeMy WebLinkAboutC12-229 Veolia ES Technical Solutions Agreement t ' • AGREEMENT BETWEEN EAGLE COUNTY, COLORADO AND VEOLIA ES TECHNICAL SOLUTIONS, LLC. THIS AGREEMENT ( "Agreement "), dated this /, J J day of N , 2012 between Eagle County, Colorado, ( "County ") and Veolia ES Technical Solutions, LLC, a company with its principal place of business at 9131 East 96 Avenue, Henderson, CO 80640 ( "Contractor "). WITNESSETH: WHEREAS, County desires to hire a vendor to transport and properly dispose of household hazardous waste and conditionally exempt small quantity generator hazardous waste collected at its permanent collection facility located at the Eagle County Landfill near Wolcott, Colorado. WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise in the management of hazardous wastes and wishes to provide said services to County; and WHEREAS, County and Contractor intend by this Agreement to set forth the scope of the responsibilities of Contractor in connection with the services provided and related terms and conditions to govern the relationship between Contractor and County in connection with this Agreement. AGREEMENT NOW, THEREFORE, in consideration of the foregoing premises and the following promises, County and Contractor agree as follows: 1. SCOPE OF WORK: The following will collectively be referred to as the "Work:" A. Contractor agrees to provide a vehicle and personnel suitable to pick up quantities of waste specified on a pre - arranged date and time for transport and delivery to recycling, treatment and/or storage and disposal facilities, as more specifically set forth in Exhibit "A ", attached hereto and by this reference made part of the Agreement. B. Contractor agrees that Contractor will not enter into any professional service agreements or consulting arrangements with third parties that will conflict in any manner with the Work to be provided under this Agreement. 1 1 , 9 C. County shall notify Contractor from time to time during the term of this Agreement that sufficient material has been collected and packaged to warrant a pick -up as set forth in paragraph 1A hereof. 2. CONTRACTOR'S REPRESENTATIONS: A. Contractor has familiarized itself with the nature and extent of the contract documents, work, locality, and with all local conditions, and federal, state, and local laws, ordinances, rules, permits and regulations that in any manner may affect cost, progress, or performance of the Work. B. Contractor represents and warrants and shall be responsible during the term of this Agreement to ensure that all facilities and vendors handling the waste material are licensed, permitted or otherwise approved by all appropriate regulatory authorities. Contractor will provide proof of licensed and permitted facilities that are to be used by Contractor for the management of materials received from the Eagle County Household Hazardous Waste Collection Facility. County reserves the right to inspect any facility used by Contractor. C. County's Representations: Upon information and belief and without investigation all waste materials to be collected by County in performance of this Agreement are Household Hazardous Wastes, and are subject to the appropriate variances for such waste material; (b) County has all necessary authority to enter into this Agreement with respect to the such waste materials; (d) County is under no legal restraint which prohibits the transfer of possession of such waste materials to Contractor; and (c) County shall comply with all applicable statutes, ordinances, laws, orders, rules and regulations. D. Contractor represents and warrants and shall be responsible during the term of this Agreement to ensure that all vehicles used by the Contractor to transport the waste shall be properly registered and have all necessary permits. E. During the term of this Agreement, Contractor shall comply with all federal, state and local laws, rules and ordinances applicable to the Work. F. Contractor will be responsible for provision of the Work and shall perform the Work in a skillful, professional and competent manner in accordance with the standard of care, skill, and diligence applicable to hazardous transport and disposal providers. Further, in performing the Work, Contractor shall comply with the highest standards of customer service and shall provide appropriate supervision of its employees to ensure the Work is performed in accordance with this Agreement. 2 3. CONTRACT PRICE A. The funds appropriated for this project are equal to or in excess of the contract amount. County shall pay Contractor for performance of the Work in accordance with the Contract Documents in current funds as follows: Pricing is inclusive of all costs and expenses associated with the Work including, but not limited to, transportation, disposal and/or recycling of the materials list in the following tables attached hereto as Exhibit "A ". Contractor shall bill County for Work satisfactorily performed by it in accordance with the rates set forth in Contractor's quote dated March 16, 2012, attached hereto as Exhibit "A" and incorporated herein by this reference. The rates set forth in Exhibit "A" shall not be modified during the term of this Agreement. County will issue full payment within thirty (30) days of receipt of a complete invoice and original manifest signed by the designated facility certifying receipt of materials Contractor agrees to supply additional invoice detail or information if requested by County. Contractor shall supply all certificates of destruction and/or recycling to County within six (6) months of the date of Contractor's receipt of materials. Certificates will document methods and facilities of disposal and/or recycle. B. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31, 2012 without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. § 29 -1 -101 et.seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). C. County will not withhold any taxes from monies paid to Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. 4. TERM The Work will commence upon notification by the Eagle County HHW facility to Contractor that sufficient material has been collected and packaged to warrant a pick -up and will conclude on December 31, 2012 unless renewed by mutually agreement of the parties or earlier terminated as set forth herein. 3 5. INDEMNIFICATION: The Contractor shall indemnify and hold harmless County and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County or any of its officers, agents, or employees may become subject to, insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for any and all attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. The Contractor's obligation to indemnify the County shall not extend to any loss or damage of any kind or nature, including death, caused by the County or its agents.. 6. ENFORCEMENT REMEDIES: A. The Contractor's obligations hereunder shall survive termination of the Agreement. B. County and Contractor agree that this Agreement may be enforced for specific performance, injunctive, or other appropriate relief, including damages, as may be available according to the laws and statutes of the State of Colorado. It is specifically understood that by executing this Agreement, both County and the Contractor commit themselves to perform pursuant to these terms contained herein. In the event that an action is brought to enforce this Agreement, the prevailing party shall be entitled for the recovery of its costs and fees, including reasonable attorney's fees. 7. MISCELLANEOUS: A. This Agreement shall be governed and construed in accordance with the laws of Colorado. Venue for any action arising out of any dispute pertaining to this Agreement shall be in the State of Colorado, District Court in and for Eagle County, Colorado. B. This Agreement, and the rights and obligations created hereby, shall be binding upon and inure to the benefit of County and Contractor and their respective successors and assigns. Nothing herein expressed or implied is intended or should be construed to confer or give to any person or entity other than County or Contractor and their respective successors and assigns, any right, remedy or claim under or by reason hereof or by reason of any covenant or condition herein contained. C. If any portion of this Agreement is held invalid or unenforceable for any reason by a court of competent jurisdiction, such portion shall be deemed severable and its invalidity or its unenforceability shall not affect the remaining provisions; such remaining provision shall be fully severable and this Agreement shall be construed and enforced as if such invalid provision had never been inserted into this Agreement. 4 D. This Agreement may be amended, modified, changed, or terminated in whole or in part only by written agreement duly authorized and executed by both County and Contractor. This Agreement represents the full and complete understanding of County and Contractor and supersedes any prior agreements, discussions, negotiations, representations or understandings of County and Contractor with respect to the subject matter contained herein. E. County may terminate this Agreement, in whole or in part, for any reason, at any time, with or without cause, upon providing ten (10) days notice to Contractor. Upon such termination, County shall be liable for Work satisfactorily completed prior to the notice. F. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any sub - consultant or sub - contractor agreements for the performance of any of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to perform the Work and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned. Contractor shall be responsible for the acts of its sub - contractors or sub - consultants and shall require each sub - consultant or sub - contractor, as approved by County and to the extent of the Services to be performed by the sub - consultant or sub - contractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. G. It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or be construed as establishing, an employment relationship between County and Contractor or County and Contractor's employees. Contractor and its employees shall be, and shall perform as, independent contractors. No officer, agent, subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the employee, agent or servant of County. Contractor shall be solely and entirely responsible for the means and methods to carry out the Work under this Agreement and for Contractor's acts and for the acts of its officers, agents, employees, and servants during the performance of this Agreement. Neither Contractor nor its officers, agents, subcontractors, employees or servants may represent, act, purport to act or be deemed the agent, representative, employee or servant of County. 8. INSURANCE A. At all times during the term of this Agreement, Contractor shall maintain at its sole cost and expense : i. Commercial general liability insurance in the minimum amount of two million dollars ($2,000,000.00) per injury, and the minimum aggregate amount of three million dollars ($3,000,000.00) and shall name Eagle County as an additional insured. 5 ii. Contractor will carry Contractors Pollution Liability in the amount of ten million dollars ($10,000,000) for each occurrence and ten million dollars ($10,000,000) for the aggregate of all claims and will provide any other coverage required by State and Federal law or generally maintained in the industry of household hazardous waste collection, transport and disposal including vehicle liability and shall name Eagle County as an additional insured. iii. Contractor will also carry Worker's Compensation insurance as required by Colorado law. iv. Contractor will carry automobile liability and property damage with a limit of two million dollars ($2,000,000) per occurrence, combined single limit including owned, hired and non -owned autos. Eagle County shall be names as an additional insured. B. All insurance required hereby shall be issued by an insurance company or companies authorized to do business in the State of Colorado. Certificates of Insurance acceptable to County shall be filed with County prior to commencement of the Work. Coverage afforded under the policies will not be canceled until at least thirty days prior written notice has been given County. Contractor and his subcontractors shall not permit any of his subcontractors to start Work until all required insurance have been obtained and certificates with the proper endorsements have been filed with County. Failure of the Contractor to comply with the foregoing insurance requirements shall in no way waive the County's rights hereunder or its rights under the Colorado Governmental Immunity Act 9. NOTICE AND AUTHORIZED REPRESENTATIVES Any notice and all communications required under this Agreement shall be given in writing by personal delivery, fax or mail to the appropriate party at the following addresses: County: Contractor: Ken Whitehead, Solid Waste Director Veolia ES Technical Solutions, LLC Solid Waste & Recycling Department Attn: Tom Anckner P.O. Box 473 9131 East 96 Avenue Wolcott, Colorado 81655 Henderson, CO 80640 Phone: (970) 328 -3465 Phone: (303) 884 -4541 Fax: (970) 328 -3466 Fax: (443) 264 -2530 Notices shall be deemed given on the date of delivery or three days after the postmarked date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service. 6 10. PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES: If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. § 8- 17.5 -101, et seq., regarding Illegal Aliens — Public Contracts for Services, and this Contract. By execution of this Contract, Contractor certifies that it does not knowingly employ or contract with an illegal alien who will perform under this Contract and that Contractor will participate in the E -verify Program or other Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Contract. A. Contractor shall not: (i) Knowingly employ or contract with an illegal alien to perform work under this contract for services; or (ii) Enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the public contract for services. B. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in the E -verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: http: / /www.dhs.gov /xprevprot /programs /gc 1185221678150. shim C. The Contractor shall not use either the E -verify program or other Department Program procedures to undertake pre - employment screening of job applicants while the public contract for services is being performed. D. If the Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall be required to: (i) Notify the subcontractor and the County within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (D) the subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 7 E. The Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. § 8- 17.5 - 102(5). F. If a Contractor violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Contractor shall be liable for actual and consequential damages to the County as required by law. G. The County will notify the office of the Colorado Secretary of State if Contractor violates this provision of this Contract and the County terminates the Contract for such breach. [Rest of page intentionally left blank] 8 IN WITNESS WHE OF, COUN Y and CONTRACTOR have executed this Agreement this t day of ft , 2012. ATTEST: COUNTY OF EAGLE, STATE OF COLORADO, by and through its BOARD OF COUNTY COMMISSIONERS BY: BY: 141h Clerk to the : oard of County ' ° ' • - • -•• - Commissi , ners 6 G1h fatarit Chii∎f L' M/ Contractor: Veolia ES Technical Solutions, LL BY: ,4/�LLII /1 tPt 4 Wr W(-" 'I STATE OF (J E rc ) � �� ) SS. COUNTY OF _ __ Y'1'1 S ) The foregoing instrument was acknowledged before me by \tnn c - Ih n sion this day of 31) )(lc, , 2012. Tom /4 n c +K n e r My co 'ssion expires: iC •31 • i5 p m. Jp Notar! ublic ,:'',•' r10TARy z . P UBLIC Ml► ConIninion Expires 10/31/2015 9 0 • Eagle Count', Colorado $outahok1 lirouirdUU9 Wage M®t3a 1 '1. ant • - MIS CilEth - — SKCTION6 ntiCICIG ,rl S . • • - • TABLE 1 11I ifrl�SSiceam' ' 14 4 ,110414#1.1. :. - ._ r' . r.Atigin lgg'• „ ; ' r ' '`� U°- le, J ere to3F ' : ' 4.eaord6ng-to 9_ - _ . npltj ' ' ' ' - , fU1L$. • f i ' ,AY -Y ,.4..,.::.,:,..-... _ •' „ •fi.�L'�I'::'.•S 'i•!- ,.,5,x,.171.12[ ... , . .1 .Y.. ;•-- • i ' Combination Assegai Paint Fucineratinn Loosepaocic $1.50/ 1b. • Cans, Pe&llcidosa, • $575.00 min! CY box Corrosives , ' & Flammable _ Batteries Recycle LoasspadC $0.43/1b. Alkaline $75.40 Fns shipment C:ambittstiati CoFxosji a incineration Loosepack S180.00/ 55-gal 1 A'8ca41 Liquids & Solids Combination Corrosive Incineration Loosapac3r 5250,40/55 -gal Acidic Liquids &Solids ' J •• ' eliminated o1ls Fuel Bicofing Bullaod PM Liquid $345.00155 -$i &Theis • • FIaro able Liquids - Fuel Blending Bulked Free Liquid .$75.00155 -gal • $85.4015 -gal Flammable Solids Incineration • Labpack $145.00/ 10 -gal ' $225,00/ 15-gai • $2%00120414 , $350,00/30.-gal • $595.00/ 55-gal . Combination Oxki1Iars mm .._. $85.OW 5 -gal Liquids & Solids Iru:insnatian LA ak 5145.00/ 1( ! • $225.00115-0d ` $260.001 20-gal • • • $350.00/ 30-gal ' $535AW 55-gal • -- Paint Mated Materials Ftta1Biendingl Loosepack - $3Si3.6O/CYBox (cubic yard boxes) incineration Paint !elated puslBlending ' Bniked - Rea Liquid 575.00/ 55 -gist Materials (bulk) - • PestloidesfPo3soas moll ration I.00sepacic $ 180.441 55 - gal Liquidz . I 1 - i 21 t ti VIP Gi• -2- 1' Exhibit A Eagle County, Colorado Household Hazardous Waste Management ak EAGLE COUNTY Material: Stream, Management Method Packaging Price : " Descriptlon According to 49 " [unit] 173.12(b) :.. :. Pesticides/Poisons Incineration Loosepack $180.00/ 55 -gal Solids Dioxin & Dioxin Precursor Incineration Labpack $90.00/ 5 -gal Liquid (HHW exempt) Dioxin & Dioxin Precursor Incineration Labpack $90.00/ 5 -gal Solid (HHW exempt) PCB Landfill Loosepack $0.40/ lb. Light Ballast $75.00 min/ drum Non -PCB Landfill Loosepack $135.00/ 55 -gal Light Ballast Metal Halide Bulbs Recycle Loosepack (with $1.65/ each cushioning) $75.00 min/ shipment Compressed Gas ( I Cylinders Recycle/ Incineration DOT Valve Protection Case by Case CFLs Recycle Loosepack (with $1.65/ each cushioning) $75.00 min per shipment 0 22 Eagle County, Colorado Household Hazardous Waste Management EAGLE COUNlY TABLE 2 Material Streaini Management Methods Packaging Price_ ': , :. .. Description According to Packing Group I Standards Organic Peroxide $85.00/ 5 -gal Incineration Labpack $145.00/ 10 -gal $225.00/15 -gal Organic Acids $85.00/ 5 -gal Incineration Labpack $145.00/ 10 -gal $225.00/ 15 -gal $260.00/ 20 -gal $350.00/ 30 -gal $595.00/ 55 -gal • Cyanides $85.00/ 5 -gal Liquids & Solids Incineration Labpack $145.00/ 10 -gal $225.00/ 15 -gal • Mercury Contained in Manufactured Articles Recycle Loosepack $225.00/ 5 -gal • • n 23 • Eagle County, Colorado Household Hazardous Waste Management EAGLE carom; Material Pricing: Cubic Yard Boxes, with liner and pallet $77.00/ each 55 -gal Metal Drums, open top, reconditioned $39.00/ each 55 -gal Fiber Drums, open top $44.00/ each 55 -gal Poly Drums, open top, new $72.00/ each 55 -gal Poly Drums, open top, reconditioned (when available) $37.00/ each Labor: N/A Transportation: $515.00/ trip flat fee. Manifesting Fee: $25.00/ manifest. Demurrage: 1.5 hours free loading. $85.00/ hour thereafter. Energy and Security Surcharge: 16% of invoice total. This surcharge may fluctuate based upon fuel costs per the attached. $ Diesel Surcharge . $3.00 10% $3.15 11% $3.30 12% • $3.45 13% $3.60 14% $3.75 15% $3.90 16% $4.05 17% $4.20 18% $4.35 19% $4.50 20% $4.65 21 % $4.75 22% $4.85 23% $4.95 24% 24 • . 212 345 -5000 6/6/2012 6:33:21 PM PAGE 2/003 Fax Server ACCIRCI CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YYYY) �'. I 06+0612012 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 terns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA INC NAME: TWO LOGAN SQUARE NC. No. Ext1: FAX No): PHILADELPHIA, PA 19103 -2797 E-MAIL Attn: PhiladelphiaCerts@marsh.com; 212.948 -0360 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # 010056 -ES- Poll -11 -12 HENDE INSURER A : New Hampshire Insurance Company 23841 INSURED I NSURER B : Insurance Company Of The State Of PA 19429 'Veolia ES Technical Solutions, LLC 9131 East 96th Avenue INSURER C National Union Fire Insurance Co 19445 Henderson, CO 80640 INSURER D : Commerce And Industry Ins Co 19410 INSURER E : Lexington Insurance Company 19437 INSURER F : COVERAGES CERTIFICATE NUMBER: HOU -002165907 - 01 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 SUBR POUCY EFF POUCY EXP LIMITS TYPE OF INSURANCE INSR WVD , POLICY NUMBER (MM /DD/YYYY) (MM/DD/YYYY) A GENERAL UABIUTY GL4572700 07/01/2011 07/01/2012 EACH OCCURRENCE $ 5,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES a ao occcu E r -OD $ 1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY _ $ 5,000,000 GENERAL AGGREGATE $ 5,000,000 GENt AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 5,000,000 " 1 POLICY Tar LOC $ B AUTOMOBILE UABIUTY 4576281 (AOS) 07/01/2011 07/01/2012 COMBINED INGLE LIMIT $ 500()000 (Ea axident) B X ANY AUTO 4576282 (MA) 07/01/2011 07/0112012 BODILY INJURY (Per person) $ B ALL OWNED SCHEDULED 4576283 (VA) 07/01/2011 07/01/2012 BODILY INJURY (Per accident) $ AUTOS AUTOS B NON OWNED 934628 (AOS PPT'S) 07/01/2011 07/01/2012 PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) B 934629 (VA PPT'S) 07/01/2011 07/012012 $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR — CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION WC6517886 (All Other States) 07/012011 07/01/2012 X WC STATU- I OTH- AND EMPLOYERS' LIABILITY TORY LIMITS ER Y I N WC1558356 (FL) 07/01 B ANY PROPRIETOR /PARTNER /EXECUTIVE 07/01/2011 07/01/2012 E.L EACH ACCIDENT $ 1,000,000 C (Mandatory in NH) OFFICER/MEMBER EXCLUDED? © N /A WC6517888 (CA ) 07/01/2011 071012 E.L. DISEASE - EA EMPLOYEE $ 012 1,000,000 D I IfySCRIPTION u OlOPERATIONS below WC 6517889 (MA, WI & Stop Gap) 07/01/2011 . 07/012012 E.L. DISEASE - POLICY LIMIT $ 1,000,000 Pollution Legal Liability Each Incident 10,000,000 E Claims Made Form PLS 1364667 07/01/2010 07/01/2013 Aggregate 10,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS/ VEHICLES (Attach ACORD. 101, Additional Remarks Schedule, IT more space Is required) Eagle County is included as additional insured (except as respects all coverage afforded by workers' compensation) where required by written contract but only for liability arising out of the operations of the named insured. Coverage under the captioned General Liability and Auto Uability policies afforded to an Additional Insured will apply as Primary insurance were required by written contract, and any other insurance issued to such Additional Insured shall apply as excess and Non - Contributory insurance. CERTIFICATE HOLDER CANCELLATION Eagle County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE P.O. Box 473 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN Wolcott, CO 81655 ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukher)'ee -- s" .Syd-.a..crN l © 1988 -2010 ACORD CORPORATION. All rights reserved. •ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 1 - 212 345 -5000 6/6/2012 6:33:21 PM PAGE 3/003 Fax Server AGENCY CUSTOMER ID: 010056 LOC #: Houston ACORD ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH USA INC "Veolia ES Technical Solutions, LLC 9131 East 96th Avenue POLICY NUMBER Henderson, CO 80640 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Automobile Liability Policy Details Insr Ltr: B (Insurance Company Of The State Of PA) Policy Number. 934634 (MA PPTS) Eff. D1.07/01/2011 Exp. DI. 07/01/2012 ACORD 101 (2008101) ® 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD