Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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