Loading...
HomeMy WebLinkAboutO-2000-2439 . . ORDINANCE NO. 2000- ~48q AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA PORTE AND BFI WASTE SYSTEMS OF NORTH AMERICA, INC., FOR COLLECTION AND DISPOSAL OF COMMERCIAL SOLID WASTE; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. The City Council hereby approves and authorizes the contract, agreement, or other undertaking descr ibed in the title of this ordinance, in substantially the form as shown in the document which is attached hereto and incorporated herein by this reference. The City Manager is hereby authorized to execute such document and all related documents on behalf of the City of La Porte. The City Secretary is hereby authorized to attest to all such signatures and to affix the seal of the City to all such documents. Section 2. The City Council officially finds, determines, recites, and declares that a sufficient written notice of the date, hour, place and subject of this meeting of the City Council was posted at a place convenient to the public at the City Hall of the city for the time required by law preceding this meeting, as required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been open to the public as required by law at all times during which this ordinance and the subject matter thereof has been discussed, considered and formally acted upon. The City Council further ratifies, approves and confirms such written notice and the contents and posting thereof. Section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. e ORDINANCE NO. 2000- ~*~ e PASSED AND APPROVED, this 9th day of October, 2000. ATTEST: ~~.P4 Marth . Gillett City Secretary Knox City By: " OF LA PORTE ~~ rman L. ~ne Mayor PAGE 2 -.. e e Memorandmn To: Steve Gillett, Director of Public Wodes cc: Cynthia Alexander, Director of Finance From: Michael ~. Dolby, Assistant Finance Direct~ Date: 08/29/00 Re: Waste Management Contract Proposal Waste Management: Working capital was negative (1.2 billion). Net assets value was 4.4 billion. The company is involved in lawsuits for improper accounting practices, improper disclosure of facts relating to earnings projections, and previous filed fmancial statements. The outcome of these lawsuits can not be determined at this time. The company announced an agreement to pay a 220 million-dollar settlement for class of open market securities Republic: Working capital was negative (53,000,000). Net assets value wa~ 1.5 billion. The company is involved in several lawsuits that they feel are without merit and will be vigorously defended. Revenue was 1.8 billion. BFI: Working capital was negative (381 million). Net assets value was 637 million. The company is involved in several lawsuits that they feel will not materially affect their financial statements. BFI was acquired by Allied during their last fiscal year. Consequently, its cash flow and working capital amounts are low. However, its financial stability appears to be strong based on generating 3".3 billion dollars in revenue. IESI Working capital was 11.1 million. Net assets value was 67 million. Revenue was 11 0 million. The company is involved in several lawsuits that they feel will not materially affect their financial statements. 1 ''':,<:,':" : OJ:,. ;'."1h' : " , . :~~.;,~:f. 1", :,;'.!0i:~;;.~~:":: ~. '- e e August 29, 2000 Conclusion: BFI receives the highest ranking due to strong revenue earnings and no material legal proceedings (as reported in audited financials). Republic waste is second, IESI is third, and Waste management is fourth. 2 e e NOTICE: THIS CONTRACT IS SUBJECT TO ARBITRATION UNDER THE TEXAS GENERAL ARBITRATION ACT, CHAPTER 171"GENERAL ARBITRATION", TEXAS CIVIL PRACTICE AND REMEDIES CODE" THE STATE OF TEXAS COUNTY OF HARRIS CONTRACT COLLECTION AND DISPOSAL OF COMMERCIAL SOLID WASTE CITY OF LA PORTE THIS AGREEMENT, made and entered into by and between the City of La Porte, a Municipal Corporation of Harris County, Texas, hereinafter called the "City", and BFI Waste Systems of North America, Inc., hereinafter called the "Contractor". WITNESSETH that for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor hereby agrees with the City to commence and complete the work described as follows: The Contractor shall furnish all personnel, labor, equipment, administration and billing, and all other necessary items to provide for the collection and disposal of commercial and industrial solid waste within the corporate limits of the City of La Porte, as specified, and to perform all the work called for in accordance with the Contract Documents, including the Request for Bids, Instructions to Bidders, Bid, Affidavit, Bid Bond, Contract, General Specifications including Exhibit A, B, C and D, Performance Bond, and any changes to the foregoing documents agreed to by the City and the Contractor, all of which are made a part hereof as fully as if set out herein and hereby become a part of these documents. It is agreed and understood between the parties that the Contractor agrees to accept the work at the prices and amounts stipulated in the Rate Schedule. This Contract shall become effective upon the execution of the Contract, and performance of such contract shall begin November 1, 2000. In the event of conflict with any terms, provisions or obligations of any of the Contract Documents, the General Specifications shall apply. In the event that any portion of the Contract Documents are found invalid or unenforceable, the invalid or unenforceable portion shall not affect the validity or enforceability of any other portion of the Contract Documents. e e IN WITNESS WHEREOF, the parties to these presents have executed this contract in multiple counterparts, each of which shall be deemed an original, this the ct#- day of _ t;t:..,m8er ,2000. THE CITY OF LA PORTE By:Q(J~,J: 'r N~.v4..~ Robert T. Herrera, City Manager (SEAL) ATTEST:~~(ffU;t;, Marth Gillett, y Seer tary APPROVED AS TO FORM: ~zJd CITY ATTORNEY BY:. 8Ft Waste~o ~ms of NA, Inc. . 11- 't..C.l~ (SEAL) /j I 0 ATTEST: lb .du J /_ I . " 0 . .0 Co.. " . , !~ \ " I ,. ,l.,.. " ...~(_ ~ 2 e e GENERAL SPECIFICATIONS COLLECTION AND DISPOSAL OF COMMERCIAL SOLID WASTE 1.00 BINS - Metal receptacles designed to be lifted and emptied mechanically for use at Commercial and Industrial Units. For the purposes of this contract, Bins are containers of 2,3, 4, 6, 8 and 10 cubic yards designed for collection with a front-loading collection vehicle. 1.02 BULKY WASTE - Appliances, water tanks, furniture and other waste materials, other than Construction Debris, Dead Animals, Hazardous Waste or Stable Matter with weights or volumes greater than those allowed for Bins. 1.03 CITY - City of La Porte, Texas. 1.04 COMMERCIAL AND INDUSTRIAL REFUSE - All Bulky Waste, Construction Debris, Garbage, Rubbish and Stable Matter generated by a Producer at a Commercial and Industrial Unit. 1.05 COMMERCIAL AND INDUSTRIAL UNIT - All premises, locations or entities, public or private, requiring refuse collection within the corporate limits of the City, other than a single-family Residential Unit. For the purposes of these specifications, apartments, condominiums and townhomes, and trailer parks are considered Commercial Units. 1.06 CONSTRUCTION DEBRIS - Waste building materials resulting from construction, remodeling, repair or demolition operations. 1.07 CONTRACT DOCUMENTS - The Request for Bids, Instructions to Bidders, Affidavit, Bid, Bid Bond, Contract, General Specifications, including Exhibit A and B, Performance Bond and any addenda or changes to the foregoing documents agreed to by the City and the Contractor. 1.08 CONTRACTOR - BFI Waste Systems of NA, Inc., or its duly authorized successor, performing Commercial and Industrial Refuse Collection and Disposal with the City under the terms of the Contract Documents. 1.09 DEAD ANIMALS - Animals or portions thereof equal to or greater than 10 Ibs. in weight that have expired from any cause, except those slaughtered or killed for human use. 1.10 DISPOSAL SITE - A Refuse depository, including, but not limited to, sanitary landfills, transfer stations, incinerators and waste processing/separation centers licensed, permitted or approved by all governmental bodies and 3 e e agencies having jurisdiction and requIring such licenses, permits or approvals to receive, for processing or final disposal of, Garbage, Refuse and Dead Animals. 1.11 GARBAGE - Any and all dead animals of less than 10 Ibs. in weight, except those slaughtered for human consumption; every accumulation of waste (animal, vegetable and/or other matter) that results from the preparation, processing, consumption, dealing in, handling, packing, canning, storage, transportation, decay or decomposition of meats, fish, fowl, birds, fruits, grains or other animal or vegetable matter, (including but not by way of limitation, used tin cans and other food containers; and all putrescible or easily decomposed waste animal or vegetable matter which is likely to attract flies or rodents); except (in all cases) any matter included in the definition of Bulky Waste, Construction Debris, Dead Animals, Hazardous Waste, Rubbish or Stable Matter. 1.12 HARD TO HANDLE WASTE - Any and all material that, because of its difficulty in collection, transport, or disposal causes the Contractor to incur an additional cost, including, but not limited to concrete. 1.13 HAZARDOUS WASTE - Waste, in any amount, which is defined, characterized or designated as hazardous by the United States Environmental Protection Agency or appropriate State agency by or pursuant to Federal or State law, or waste, in any amount, which is regulated under Federal or State law. For the purposes of this Contract, the term Hazardous Waste shall include motor oil, gasoline or other petroleum product, paint and paint containers. 1.14 PRODUCER - An occupant of a Commercial and Industrial Unit who generates Refuse. 1.15 REFUSE - This term shall refer to Commercial and Industrial Refuse to be collected and disposed of pursuant to this Contract unless the context requires otherwise. 1.16 RUBBISH - All waste wood, wood products, tree trimmings, grass cuttings, dead plants, weeds, leaves, dead trees or branches, chips, shavings, sawdust, printed matter, paper, pasteboard, rags, straw, used and discarded mattresses, used and discarded clothing, used and discarded shoes and boots, combustible waste pulp and other products such as are used for packaging, or wrapping crockery and glass, ashes, cinders, floor sweepings, glass, mineral or metallic substances, and any and all other waste material not included in the definition of Bulky Waste, Construction Debris, Dead Animals, Garbage, Hazardous Waste or Stable Matter. 4 e e 1.17 STABLE MATTER - All manure and other waste matter normally accumulated in or about a stable, or any animal, livestock or poultry enclosure, and resulting from the keeping of animals, poultry or livestock. 2.00 SCOPE OF WORK - The work under this Contract shall consist of the items contained in the Contract Documents, including all the supervision, materials, equipment, labor, services and all other items necessary to complete said work in accordance with the Contract Documents. 3.00 TYPE OF COLLECTION 3.01 SERVICE PROVIDED - Contractor shall provide Bin collection service for the temporary and permanent collection of Commercial and Industrial Refuse to Commercial and Industrial Units according to individual agreement. The Contractor shall also provide special collection and disposal of bulky waste, construction debris, and rubbish from residential, vacant and commercial properties, using methods other than providing bins, if requested, at rates established under Section 13.01. Contractor shall provide all administrative services to bill commercial customers, answer inquiries and complaints, and other duties related to servicing the account. The Contractor may, from time to time, provide for special collection of Dead Animals and Hazardous Waste at Commercial and Industrial Units at its sole discretion and upon such terms and conditions as may be mutually agreeable between the Contractor and the Producer. 3.02 LOCATION OF BINS FOR COLLECTION - Contractor shall provide Bins for Commercial and Industrial units whenever customers request their use. Each Bin shall display the Contractor's name and local telephone number in a clear and legible manner. All Bins shall be covered, and maintained in a good and nuisance-free condition. Each Bin shall be placed in an accessible, outside location on a hard surface. Contractor shall make all efforts to place the Bin at the customer's requested location, as long as the location is entirely within the customer's property. In no event will a Bin ever be placed on any City, County or State right-of-way. 3.03 CITY FACILITIES - The Contractor agrees to provide Bins, and collect and dispose of Refuse from City-owned facilities identified on Exhibit B of the Contract Documents, at no charge to the City. The City reserves the right to make minor modifications to the number, placement and frequency of 5 e e collection from time to time, depending on the addition of facilities and seasonal requirements. 3.04 INITIAL START OF CONTRACT - It shall be the duty and responsibility of the Contractor to contact each and every Commercial and Industrial Unit to determine the collection and disposal needs of each Unit. If commercial service is currently provided, or if commercial service is required or desirable, the Contractor shall provide the size Bin and collection frequency necessary. 3.05 CUSTOMER BASE - It is understood that the Contractor has the exclusive right, as the City's Independent Contractor, to collect all Refuse from Commercial and Industrial Units within the corporate limits of the City. All existing customers of the City, are customers of the City, effective with this Contract, and will be serviced by the Contractor, acting as the City's Independent Contractor under the terms and conditions of this Contract. 4.00 COLLECTION OPERATION 4.01 HOURS OF OPERATION - Collection of Commercial and Industrial Refuse shall be permitted before 6:00 A.M., provided that collection routes do not disturb single family or multi-family residential units. 4.02 ROUTES - Commercial and Industrial Unit collection routes shall be established by the Contractor. The Contractor shall have the right to pursue with each Producer a collection frequency and Bin size that maximizes the Contractor's resources, while ensuring sanitary and odorous conditions are not compromised. If agreement cannot be reached, the City shall have the right to determine Bin size and collection frequency. 4.03 HOLIDAYS - Commercial and Industrial Unit collection shall not be required on the following recognized holidays: New Year's Day Labor Day Memorial Day Thanksgiving Day Independence Day Christmas Day When normal collection falls on a holiday, the Contractor will provide collection on the day before or after the holiday, at the Contractor's discretion. 4.04 SERVICE REQUESTS AND INQUIRIES - The Contractor will maintain a business office within a 25 mile radius of the city to receive requests for service and complaints. It shall be equipped with sufficient telephones and shall have a responsible person in charge from 8:00 A.M. to 5:00 P.M. on weekdays, excluding Holidays. Provisions shall also be made for emergency 6 e e calls after 5:00 P.M. on weekdays and Saturdays before 3:00 P.M. All requests for service, and any complaints from Commercial and Industrial Units shall be directed to the Contractor. All such requests and complaints shall be given prompt and courteous attention. The Contractor will accommodate all requests for extra service as the Contractor's schedule permits. In the case of alleged missed scheduled collections, the Contractor shall investigate and, if determined valid, shall arrange for the collection of the Refuse within 24 hours after the complaint is received. 4.05 NEW AND DISCONTINUED SERVICES - All request for new and discontinued service shall be directed to the Contractor, between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday, excluding Holidays. The Contractor will comply with the request within 48 hours of receipt of the request. In the case of new service requests, from time to time the Contractor may be required to consult with the potential Producer to determine Bin size and collection frequency. 4.06 INACCESSIBLE BINS - If, during the collection cycle, the Contractor in good faith determines that collection of a particular Commercial and Industrial Unit is not possible due to the inaccessibility of the Bin, through no fault of the Contractor, the Contractor will make a good faith effort to contact the Unit to provide accessibility. The Contractor can, but is not required to, return the same day to provide collection. If the Contractor cannot gain accessibility on the regular scheduled collection day, the Contractor shall provide service on the next scheduled collection day, and the Unit shall be charged an amount as provided by the Contract equal to the amount due by Producer had the collection been made. 4.07 COLLECTION EQUIPMENT - The Contractor shall provide an adequate number of vehicles for regular collection services, including sufficient back-up vehicles. Vehicles shall be covered or totally enclosed, meet all statutory requirements for safety and other regulations, and shall be kept in good repair, appearance, and in a sanitary condition at all times. Each vehicle shall have clearly visible, on each side of the vehicle, the name and telephone number of the Contractor. 4.08 COLLECTION AND TRANSPORT - All Refuse collected and transported by the Contractor shall be so contained that no spilling, leaking, blowing or falling occurs. If Refuse is spilled, leaked, blown or falls during collection or transport, Contractor shall clean all such Refuse immediately. 4.09 DISPOSAL - All Refuse collected for disposal by the Contractor shall be 7 e e transported to a Disposal Site. The charge for disposal shall be included in the rate set forth in the Contract for each Commercial and Industrial Unit. 4.10 CONTRACTOR'S EMPLOYEES - The Contractor shall assign a qualified person or persons to direct administration and collection and disposal operations and shall furnish the name or names of such person(s) to the City. Such person(s) shall have full authority to respond immediately to and resolve complaints or problems. Contractor's employees shall be uniformed, with company and name identification provided on said uniforms. All drivers will possess the appropriate license as issued by the Texas Department of Public Safety. 5.00 GOVERNING LAWS - This Contract shall be governed by the laws of the State of Texas and the Ordinances of the City of La Porte. Should any disagreement occur concerning the Contract, the parties agree that the venue for settling such disputes, including claims and suits, shall be Harris County, Texas, provided however, nothing in this paragraph shall prevent the parties from resolution of any dispute under Paragraph 17.00 of the Contract. 6.00 EFFECTIVE DATE AND TERM - This contract shall become effective, and performance shall begin on November 1, 2000. The Contract shall be for a five-(5) year period beginning on November 1, 2000 and remain in full force until October 31,2005. The initial term of the Contract may be extended for an additional three (3) years, upon the Mutual agreement of the Contractor and the City. Request for extension by the Contractor shall be submitted in writing, on or before June 1, 2005. The request for extension shall contain the proposed pricing, including proposed formula for price increases, and any additional terms or conditions not contained in the original Contract Documents. If the City disapproves the proposed extension on or before August 1, 2005, the Contractor shall be entitled to terminate service effective November 1, 2005, provided written notice is served to the City on or before August 15, 2005. If the City does not act on the proposed extension on or before August 1, 2005, or written notice is not served to the City by August 15, 2005, the Contractor agrees to extend the Contract with the City for one (1) additional year, from November 1, 2005 to August 31, 2005, according to Paragraph 13.02 of the Contract Documents. 7.00 INDEMNITY - The Contractor will indemnify and save harmless the City, its officers, agents, servants and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses and attorney's fees incident to any work done in the performance of this Contract, including damages, penalties or claims arising from the disposal of any waste by the Contractor or arising out of a willful or negligent act or omission 8 e e of the Contractor, its officers, agents, servants and employees. However, the Contractor shall not be liable for any suits, actions, legal proceedings, claims, demands, damages, costs, expenses and attorney's fees arising out of a willful or negligent act or omission of the City, its officers, agents, servants and employees. 8.00 NONDISCRIMINATION - The Contractor in its employment, operations and service shall not discriminate against any person because of race, sex, age, creed, color, religion, national origin, or in any other manner prohibited by law. 9.00 NOTICE - All written notices shall be served by registered or certified mail to the parties, return receipt requested, as follows: CITY City of La Porte City Manager P.O. Box 1115 La Porte, Texas 77572-1115 CONTRACTOR BFI Waste Systems of NA, Inc. 5301 Brookglen Dr. Houston, Texas 77017 10.00 INSURANCE - The Contractor shall, at all times during the term of this Contract, maintain in full force and effect Employer's Liability, Worker's Compensation, Public Liability and Property Damage insurance, including Contractual Liability coverage for the provisions of Section 7.00. All insurance shall be by insurers licensed to do business in the State of Texas, and for the policy limits as specified by the City, before the commencement of work. The Contractor agrees to furnish the City certificates of insurance or other evidence satisfactory to the City to the effect that such insurance has been procured and is in force. The certificates shall contain the following express obligations: "This is to certify that the policies of insurance described herein have been issued to the insured for whom this certificate is executed and are in full force at this time. In the event of cancellation or material change in a policy affecting the certificate holder, thirty (30) days prior written notice will be given the certificate holder." The Contractor may elect, with the express prior written consent of the City, to insure the required coverages under plan(s) of self- insurance. The coverages may be provided by the Contractor's parent corporation, subject to all applicable provisions of Texas law and the licensing requirements of the appropriate State of Texas agency. 9 e e 10.01.1 INSURANCE POLICY LIMITS - For the purposes of the Contract, the Contractor shall carry the following types of insurance in at least the limits specified below: COVERAGES LIMITS OF LIABILITY Worker's Compensation Statutory Employer's Liability $500,000 per occurrence Public Liability, Bodily $500,000 each occurrence Injury, Including Death, Except Automobile $1,000,000 aggregate Property Damage Liability Except Automobile $500,000 each occurrence $1,000,000 aggregate Automobile Bodily Injury Liability , (owned and non- owned), Including Death $500,000 each person $1,000,000 ea. occurrence Automobile Property Damage Liability (owned and non-owned) $500,000 each occurrence Excess Umbrella Liability $5,000,000 ea. occurrence 11.00 PERFORMANCE BOND - Upon award of the Contract, the Contractor shall furnish to the City a corporate surety bond, issued by a corporate surety licensed to do business in the State of Texas, as security for the faithful performance of this Contract. Said surety bond must be in the amount of $534,663.72, which represents the estimated billing for the first year of the Contract. The bond shall indemnify the City against any loss resulting from any failure of performance by the Contractor up to and including the penal sum of the bond. 11.01 PREMIUM - The premium for the bond(s) described above shall be paid by the Contractor. A certificate from the surety showing that the bond premiums are paid in full shall accompany the bond. 11.02 POWER OF ATTORNEY - Attorneys in fact who sign performance bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 10 e e 12.00 FAILURE TO PERFORM 12.01 NOTICE - All terms and conditions of the Contract are considered to be material and a failure to perform or a breach of any condition, term or provision of any part of the Contract shall be considered to be a default constituting grounds for termination or other default relief. Should the Contractor fail to perform any of its contractual obligations, the City shall provide written notice within ten (10) days of the failure by the Contractor. The notice shall set forth the causes and reasons for the proposed termination and cancellation. The City's failure to give notice shall not be deemed a waiver of subsequent defaults or failure to perform. 12.02 REMEDY - Should the Contractor fail to correct such breach within thirty (30) days of the notice, the City may, at its option, terminate this agreement and negotiate with other contractors for the performance of the service. Such action shall not release the Contractor of liability to the City for such breach of agreement. In the event of termination under this provision, the City may utilize the performance bond(s) to fund cost of service for collection and disposal, and may avail itself of any other remedy allowed by law for damages resulting from Contractor's failure to perform. 12.03 FORCE MAJEURE - In the event that the Contractor is delayed or prevented from continuing in the performance of this Contract by reason of an Act of God, catastrophe, riot, war, governmental order or regulation, strike or other similar or different contingency beyond the reasonable control of the Contractor, the Contractor shall not be liable for damages arising solely out of such contingency. 13.00 BASIS AND METHOD OF PAYMENT 13.01 COLLECTION AND DISPOSAL RATES - For collection and disposal services required to be performed by the Contract, the charges for' said services shall be as outlined under Exhibit A and said charges shall not exceed the rates as fixed by the Contract Documents, as adjusted in accordance with Paragraph 13.02. The Refuse collection charges provided in this section shall include all collection, disposal, billing, State fees, 4% fee payable to the City, and related costs. Bins will be deemed full for purposes of determining cubic yards collected, with the capacity as determined by the manufacturer. 13.02 MODIFICATION OF RATES - The Contractor and the City hereby agree that the fees for such refuse collection and disposal service as provided in Exhibit A shall be binding upon both parties for the first year of the Contract, that is from November 1, 2000 through October 31, 2001. In the event that the 11 e e Contractor determines that an increase in such collection and disposal fees is required due to an increase of specific costs incurred by the Contractor in providing such services, then the Contractor shall submit, in writing, to the City on or before July 15, 2001, and subsequent years, its proposal for increased fees and all supporting data related thereto, and such proposed increases shall be approved in accordance with Paragraph 13.03 and 13.04, with a maximum annual rate increase as defined in Paragraph 13.05. 13.03 ANNUAL COST OF LIVING ADJUSTMENT - Beginning November 1, 2001, and in subsequent years thereafter, there shall be a cost of living adjustment of the base rates. The base rate for commercial container service shall include collection, transport and disposal costs. The base rate for special collections shall include collection and transport costs. The annual cost of living adjustment shall be calculated by multiplying the base rate by a fraction, the denominator of which shall be the April 2000 Consumer Price Index for all Urban Consumers (CPI-U), all items, U.S. City Average, and the numerator of which shall be the CPI-U for all items, U.S. City Average for April 2001, and subsequent dates of adjustment. 13.04 DISPOSAL COSTS - The rate for special collection shall be increased annually to reflect increases in landfill disposal costs, but shall not exceed the current Type IV rate paid by the City for disposal of Type IV trash. 13.05 MAXIMUM ANNUAL RATE INCREASE - Regardless of the actual cost increase incurred by the Contractor in a given period, as defined in 13.03 and 13.04, the City shall never incur an increase greater than five percent (5%) of the prevailing base rate in any Contract year. Provided, however, any fees, in addition to current State fees, imposed on all Disposal Sites within a 25 mile radius of the City, by any local, state, federal or other regulatory agencies shall be passed to the City as they become effective. Such rate increase shall be in addition to and separate from any annual rate increase provided for in Paragraphs 13.03, 13.04 and 13.05. 13.06 APPROVAL OF RATE INCREASES - After receipt of the Contractor's proposal to increase rates as outlined in Paragraph 13.02, the City shall approve or disapprove of the proposed rate increase on or before August 1, 2001, and in subsequent years, provided that the City shall approve any rate increase that has been properly established under Section 13 of the Contract. Should the City fail to approve or disapprove of the proposed rate increase by such date, then the proposed increase shall take effect on November 1 of that Contract year. Should the Contractor and the City fail to agree on the proposed rate increase, resolution shall be subject to Paragraph 17.00. 12 13.07 13.08 14.00 15.00 16.00 17.00 e e DELINQUENT ACCOUNTS - The Contractor shall have the right to discontinue Refuse collection service to any Commercial and Industrial Unit, delinquent in its payments after thirty (30) days. CONTRACTOR PAYMENTS TO THE CITY - The Contractor shall pay the City, in consideration of the use of City streets and rights-of way for the performance of this Contract, four percent (4%) of the gross revenues of the Contractor for services provided in the City of La Porte, within ten (10) days following the end of each quarter. The City shall be entitled to payment for services rendered to Units regardless of the status of the Unit's account with the Contractor, subject to the provisions outlined in Paragraph 13.07. Any subsequent bad debt expense that arises from non-payment for services shall not be deducted from the four percent (4%) share of gross revenues. The Contractor's quarterly payment to the City shall include an itemized listing of each Commercial and Industrial Units' billing name, service address, account number, size and frequency of service and any extra service provided during the billing period. The City reserves the right to audit, utilizing its staff or outside assistance, the annual financial activity of the Contractor under this Contract. TRANSFERABILITY OF CONTRACT - Other than by operation of law, no assignment of the Contract or any other right accruing under this Contract shall be made, in whole or in part, without the express written consent of the City. The City shall have the right to investigate the proposed assignee, as outlined under the original proposal, and reserves the right to reject any proposed assignee that does not meet the requirements of the original proposal. The City agrees to not unreasonably withhold consent of assignment. Upon assignment, the assignee agrees to assume all terms and conditions of the Contract. EXCLUSIVE CONTRACT - The Contractor shall have the sole and exclusive franchise, license, privilege and right to provide collection and disposal of Refuse from Commercial and Industrial Units, and special collections, within the corporate limits of the City. The Contractor shall have the right to solicit for collection and disposal of Dead Animals and Hazardous Waste, as well as temporary and permanent roll-off service, but such right shall not be exclusive. OWNERSHIP - Title to all Refuse and Dead Animals shall pass to the Contractor when placed in the Contractor's collection vehicle, removed by the Contractor from a Bin, or removed from the customer's premises. ARBITRATION - Should a dispute arise regarding the interpretation of any provision of the Contract, except Paragraph 7.00, or any proposed rate 13 e e increase under Paragraph 13.06, or monthly invoices under Paragraph 13.09 that cannot be resolved, within a reasonable amount of time, between the City and the Contractor, the parties may request the determination of such dispute by a mutually acceptable arbitrator. Should the parties be unable to agree upon a mutually acceptable arbitrator, each party shall nominate one arbitrator and the arbitrators so nominated by the parties shall select a third arbitrator who will act with them as a three-member arbitration panel to decide the disagreement between the parties by the concurrence of a majority of the panel. Cost for such arbitration shall be borne equally by Contractor and City, provided that each party shall bears its own attorney fees. The decision rendered by the arbitrator(s) will be final, subject only to judicial review as may be available under the Texas General Arbitration Act. Provided, however, that nothing in this paragraph shall prevent the parties from resolving disputes prior to formal arbitration. 18.00 RELATIONSHIP BETWEEN THE PARTIES - The relationship between the parties is that of the City, as Owner, and Independent Contractor. 14 e e PERFORMANCE BOND STATE OF TEXAS COUNTY OF HARRIS KNOW ALL MEN BY THESE PRESENTS, That (hereinafter called "Principal"), as Principal, and , a corporation organized and existing under the laws of the State of Texas and authorized to act as surety on bonds for principals (hereinafter called "Surety"), as Surety, are held and firmly bound unto the City of La Porte, County of Harris, State of Texas (hereinafter called the "City"), as City, in the penal sum of Dollars ($ .00) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the City, dated the _ day of _,200_, for Commercial and Industrial Solid Waste Collection and Disposal, which Contract is hereby referred to and made a part thereof as if fully and to the same extent copied at length herein, consisting of the Request for Proposal, Instructions to Proposers, Proposal, Affidavit, Proposal Bond, Contract, General Specifications including Exhibits A, B, C and D, and any changes to the foregoing documents agreed to by the City and the Principal. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the conditions of the Contract, free and clear of all liens arising out of claims for labor, materials and other services necessary for the performance of the Contract, and indemnify and save harmless the City from all losses, cost or damage that the City may suffer by reason of the failure of the Principal's failure to do so, then this obligation shall be void; otherwise this obligation shall remain in full force and effect. Surety, for value received from the Principal, stipulates and agrees that no change, extension of contract term, alteration or addition to the terms of the Contract, or other work performed thereunder shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of term, alteration or addition to the terms of the Contract, or the work to be performed thereunder. 15 e e IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this _ day of , 2000. Principal Surety By By Title Title Address Address (Seal) (Seal) The name and address of the Resident of Surety is: 16 CONTAINER. SIZE j. .' .':" ", .. . . '. .n ,..~,; ;" .~ .~~i.:<" ~ ~.~ff~~ " - ,.1 :~., "r 2CUVD. ; . . '.. " ;; .~.~.. ;i. ;'r:.;:~t::~.'~i. . ". .~ .-.~'; :...:".'r'"." "I::' i - ':ir.~'''~~ 3 CU YO, .,.' . , . .' . ..~I~t!~ i~?t~~~~;~;.~ ,i;~~&~;..~l) .;, ~;.: ....; . . " .... :~.f..'.~.;....'..,'.~. .:~,~ :.~~~\~~.'! ... ~..: .~;a .. ...:. :.:'.:~I'~'~.::': .~. ."~. ; :..~~.:..,". ~t:ir :'~,' :i.~;-::L~>' ""'.. . .;:;f.. e . EXHIBIT A CITY OF LA PORTE PROPOSED RATES FOR FRONT END SERVICE (INCLUDES 4% OF GROSS REVENUE PAYABLE TO CITY) ~,~ PICK-;VP . " EST QTY UNIT PRICE EXTENSION PER WEEK CONTAINERS PER CONTAINER UNIT PRICE .., .. X ..... .. .. EST QTY , CONTAINERS .. 1 52 $ 18.49 $ 961.48 2 3 $ 35.59 $ 106.77 3 0 $ 50.61 $ - 4 0 $ 65.62 $ - 5 1 $ 81.99 $ 81.99 6 0 $ 98.37 $ - EXTRA P/U $ 18.00 1 97 $ 27.67 $ 2,683.99 2 21 $ 53.34 $ 1,120.14 3 9 $ 75.85 $ 682.65 4 0 $ 98.37 $ - 5 1 $ 122.94 $ 122.94 6 0 $ 147.51 $ - EXTRA P/U . : $ 22.00 " .... 1 61 $ 36.86 $ 2,248.46 2 21 $ 71.00 $ 1,491.00 3 7 $ 101.10 $ 707.70 4 2 $ 131 13 $ 262.26 5 1 $ 163.89 $ 163.89 6 0 $ 196.65 $ - EXTRA P/U $ 25.00 1 53 $ 55.25 $ 2,928.25 2 43 $ 106.56 $ 4,582.08 3 38 $ 151.60 $ 5,760.80 4 1 $ 196.65 $ 196.65 5 7 $ 245.78 $ 1,720.46 6 2 $ 294.92 $ 589.84 EXTRA P/U I .. .' $ 30.00 - ." .~y~; ..'~ of .; I 'I . ~'1.i!" ~~rt .1';. e e EXHIBIT A (CONTINUED) CITY OF LA PORTE PROPOSED RATES FOR FRONT END SERVICE (INCLUDES 4% OF GROSS REVENUE PAYABLE TO CITY) 1 48 $ 73.62 $ 3,533.76 , . 2 26 $ 142.00 $ 3,692.00 3 31 $ 202.10 $ 6,265.10 ,. S CU YO. 4 6 $ 262.16 $ 1,572.96 5 7 $ 327.68 $ 2,293.76 6 2 $ 393.19 $ 786.38 . .. EXTRA PIU . . $ 35.00 TOTAL PROPOSED MONTHLY AMOUNT $ 44,555.31 ITOTAL OF ALL LINE ITEMS) , . . TOTAL PROPOSED MONTHLY AMOUNT X 12 MONTHS $ 534,663.72 SPECIAL COLLECTION Special collection of construction debris, bulky items, and accumulated trash on an "as needed" basis to be determined by the City of La Porte. RATES - PRICE PER YARD: Labor, transportation, and Equipment (Base Rate): $10.75 Icu yd Disposal Fees: $ 5.90 Icu yd e e EXHIBIT B CONTAINERS PROVIDED AT NO CHARGE TO CITY OF LA PORTE LOCATION Public Works Service Center Fire Station # 1 Fire Station # 2 Fire Station # 3 Fire Station # 4 Animal Shelter Police Station Northside Civic Center Fairmont Park Civic Center Fireman's Hall Evelyn Kennedy Civic Center Library Lomax Park City Hall Treatment Plant E. M. S. Station San Jacinto Pool Little Cedar Bayou Park Northwest Park Seabreeze Park SPECIAL EVENTS Sylvan Beach Day Main Street Fair Livestock Show & Rodeo QUANTITY SIZE FREQUENCY 5 4 3 1 4 2 1 3 1 1 3 1 1 3 1 1 3 3 2 3 3 1 4 1 1 4 3 1 3 1 1 4 1 1 4 1 2 4 3 1 4 2 4 3 2 1 3 1 1 3 3 2 3 3 2 3 2 1 3 2 4 3 1 4 4 4 CIA Surell e e PERFORMANCE BOND Bond No. 929170216 KNOW ALL MEN BY THESE PRESENTS: That we, BFI Houston Services Group 5301 Brookglen Drive Houston TX 77571 as Principal, and the American Casualty Company of Reading, Pennsylvania , a PA corporation, as Surety, subject to the Conditions, Limitations and Exclusions of this Perfonnance Bond, are fundy bound unto City of LaPorte 604 W. Fairmont LaPorte TX 77571 , hereinafter referred to as the Obligee, for such monetary amount as incurred by the Obligee, not to exceed the penal sum of Five Hundred Fifty Thousand Dollars ($550,000.00 ), as may be required to remedy any contrNOW6\;f,~lt by the Principal in the perfonnance of that certain written contract between Principal and Obligee dated for Commercial Front End Dumpster Service hereinafter referred to as the Contract; for the payment hereof, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally. CONDITIONS The obligation of this Perfonnance Bond shall be null and void unless: (1) the above Contract is in writing,and has been fully executed by both the Principal and the Obligee; (2) the Principal is actually in default under the above Contract, and is declared by the Obligee thereafter to be in default; (3) the Obligee has perfonned all of the obligations of the Obligee under the above Contract; and (4) the Obligee has provided written notice of the default to the Surety as promptly as possible, and in any event, within ten (10) days after such default. LIMITATIONS AND EXCLUSIONS The Surety, as the sole election and discretion of the Surety, may take any of the following actions: (1) With notice to the Obligee, provide fmancial assistance to the Principal to remedy any contractual default by the Principal; or, (2) Undertake the completion of the above Contract by the Surety, through its agents or through independent contractors; or, (3) Detennine the amount for which the Surety may be liable to the Obligee, and as soon as a practicable thereafter, tender payment thereof to the Obligee; or, (4) Pay the full amount of the above penal sum in complete discharge and exoneration of this Perfonnance Bond, and of all liabilities of the Surety relating thereto. If the Surety so elects to act, all payments and expenditures by the Surety shall be applied against the above penal sum and in reduction of the limit ofliability of the Surety. e e Performance Bond - 2- The obligation of this Performance Bond Shall not include liability for loss, cost, damage, fmes, penalties or expense (including attorney's fees) from personal injury (including death), or from property damage (including environmental impairment or cleanup), or from any criminal or tortious act arising out of the performance, default or completion of the above Contract, nor shall the Surety obligated to provide or maintain any policy or undertaking of liability insurance This bond is for a one year term beginning November 1, 2000 . In the event of default by the Principal in the performance of the contract during the term of this bond, the Surety shall be liable only for the direct loss to the Obligee due to actual excess costs of performance of the contract up to the termination of this term of this bond. No suit shall be brought on this bond after one year following its termination. Neither non-renewal by the Surety, nor failure or inability of the Principal to file a replacement bond, shall constitute loss of the Obligee recoverable under this bond. The bond may be extended for additional terms at the option of the Surety, by continuation certificate executed by the Surety. The Obligation of this Performance bond inures solely to the benefit of the obligee. No right of action shall accrue under this Performance Bond to or for the use of any pers~m, flI1Il, corporation, public or private entity other than the obligee. In the event that the Obligee is comprised of more than one person, firm corporation, public or private entity, the conditions, limitations and exclusions of this Performance Bond shall apply jointly and severally to each and all constituents of the Obligee, and the aggregate liability of the Surety to the Obligee shall in no event exceed the above penal sum. The consent of the Surety shall be required with regard to any changes or alterations in the above Contract including, but not limited to, where the cost thereof, added to prior changes or alterations, causes the aggregate cost of all changes and alterations to exceed 10 percent of the original contract price, or where the completion thereof is extended by more than 90 days. No right of action shall accrue under this Performance bond unless demand is brought by suit, action or other legal proceeding commended against the Surety within one year after the day that the Principal last performed labor or supplied material for the above Contract. Any and all claims and causes of action (including warranty requirement or the remedy of latent defects) not so commended shall be deemed extinguished and forever barred from action under this Performance Bond. In the event of conflict or inconsistency between the provisions of this Performance Bond and the provisions of the above Contract, the provisions of this Performance Bond shall control, or the obligation of the surety be deemed null and void to the extent of any enlargement or augmentation to the liabilities of the Surety prescribed by this Performance Bond. SFI Hvu:iton Services Group -f\' ~. 81' \. I-( " ' '1 ,) '\ fl''n ". J -k~~::~l.- : JL..I' .l/ Theiesa Snow Power of Attorney American Casualty Company of Reading, Pennsylvania ., ~U(. (! ?mJ/YU~ Esther C. Jimenez Attorney-in-fact PrlIlcipal 1411 Opus Place Downers Grove, IL 60515 e e NOT~ACKNO~EDGEMENT STATE OF ILLINOIS COUNTY OF DUPAGE On this 1st day of November, 2000, before me, a Notary Public of the State and County aforesaid, residing therein, duly commissioned and sworn, personally came Theresa Snow, to me known, who being by me duly sworn accordingly to law, did depose and say that she resides in Illinois; that she is an Attorney-in-Fact for Allied Waste Industries, Inc. and its subsidiaries, and that she executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein mentioned. My Commission Expires: . /I .. ~~(-) ./ ,. I"- ~t~{V"' " . \-,~ CJ () . ., '. .." ." - . . . .. . . .;. . . ~ : _' J...~: ":', e e NOTARIAL ACKNOWLEDGEMENT State of Illinois County of DuPage On this I st day of November, 2000, before me, a Notary Public of the State and County aforesaid, residing therein, duly commissioned and sworn, personally came Esther C. Jimenez, to me known, who being by me duly sworn according to law, did depose and say that she resides in Illinois: that she is an Attorney-in-Fact of the National Fire Insurance Company of Hartford, a corporation described in and which executed the foregoing instrument: that she knows the seal of said corporation: that it was so affixed by order of The Board of Directors of said corporation and that she signed this name thereto by like order: that she executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein mentioned. My Commission Expires: I '. f . ,. ~~~.. _, oJ_" .~.- -' - .". -, ..... ~ I' . . .. ~ ~ ., ... ~1.d,)~ . ubhc) - e ALLIED WASTE INDUSTRIES, INC. POWER OF ATTORNEY Allied Waste Industries, Inc., incorporated under the laws of the State of Delaware, and having its chief place of business at 15880 N. Greenway-Hayden Loop, Suite 100, Scottsdale, Arizona, 85260, hereby makes, constitutes and appoints Weible, Cahill & Company, LLC, acting through and by William P. Weible or William F. Cahill, Becky Rardin, Theresa Snow or Molly Moran, its true and lawful attorney and affix its corporate seal to and deliver for an on behalf as surety thereon or otherwise, bonds of any of the following ctasses, to wit: I. Surety bonds and/or bid bonds to the United States of America or agency thereof, including those required or permitted under the taws or regulations relating to Customs or Internat Revenue; license and pennit bonds or other indemnity bonds under the laws, ordinances of regulations of any state, city, town, village, board, other body organization, public or private; bonds to transportation companies; lost instrument bonds; lease bonds, worker's compensation bonds; miscellaneous surety bonds; and bonds on behalf of notaries public; sheriffs, deputy sheriffs and simitar public officials. 2. Surety bonds and/or bid bonds on behalf of Allied Waste Industries, Inc. and its subsidiaries, included, but not limited to, Allied Services, LLC, Allied Waste Systems, Inc., Allied Waste Transportation, Inc., American Disposal Services of Missouri, Inc., and BFI Waste Systems of North America, Inc., in connection with bonds, proposals, or contracts. To sign and seal all bid bonds and surety bonds on behalf of Allied Waste Industries, Inc. and its subsidiaries, relating to the provision of solid waste collection, transportation, recycling, or disposal services by Allied Waste Industries, Inc. and its subsidiaries. Allied Waste Industries, Inc. hereby agrees to ratify and confinn whatsoever Weible, Cahill & Company, LLC shall lawfully do pursuant to this power of attorney and the procedural guidelines set forth to Weible, Cahill & Company, LLC, and until notice or revocation has been given by Allied Waste Industries, Inc. the acts of the said attorney shall be binding on the undersigned. IN WITNESS WHEREOF this POWER OF ATTORNEY has been signed this lih day of Juty, 2000, on behalf of Allied Waste Industries, Inc. by its Vice President, Legal, . Seven M. Helm. State of Arizona ) ) ss. ) County of Maricopa Sub!jcribed and sworn before me this 171h qay of July, 2000, by Steven M. Heinl. .IANET L WEEMS Notary Publ10 . ArIzona MARICOPA COUNTY My Commissic:'l E:::-::l!S ..lAr~U;\F\Y 1.11 ~::J 15880 N. Greenway-Hayden Loop, Ste 100/ Scottsdale, AZ 85260/480.627.2715/480.627.2704 FAX POWER OF ATTOR" APPOINTING INDIVIDUAL A4RNEY-IN-FACT Know All Men By These Presents, That CONTINENTAL CASUAL TV COMPANY. an Illinois corporation. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation. AMERICAN CASUAL TV COMPANY OF READING. PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies"). are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois. and that they do by virtue of the signature and seals herein affixed hereby make. constitute and appoint William P. Weible. Molly M. Moran. Lori A. Noggle, William Cahill, Kimberly Sawicki. Deborah Buss. Esther C. Jimenez. Becky L Rardin. Theresa A. Snow. Individually of West Chicago. Illinois their true and lawful Attorney(s}-in-Fact with full power and authority hereby conferred to sign. seal and execute for and on their behalf bonds. undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney. pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions. printed on the reverse hereof. duly adopted. as indicated. by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 24th day of August 2000 CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA ~-~ P-I- Michael Gengler Group Vice President State of Illinois. County of Cook. ss: On this 24th day of August 2000 . before me personally came Michael Gengler. to me known. who. being by me duly sworn. did depose and say: that he resides in the City of Chicago. State of Illinois; that he is a Group Vice President of CONTINENTAL CASUAL TV COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. and AMERICAN CASUAL TV COMPANY OF READING. PENNSYLVANIA described in and which executed the above instrument: that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals: that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority. and acknowledges same to be the act and deed of said corporations. ...........................: : -OFFICIAL SEAL-. >> ~ : DIANE FAUU<NER : : NDDIY P\Mo. .... of 1DJnc8 . ~ . -_ () 1_ : MyeommlallDft..... '~1,!~~.! ~ My Commission Expires September 17, 2001 Diane Faulkner Notary Public CERTIFICATE I. Mary A. Ribikawskis. Assistant Secretary of CONTINENTAL CASUALTY COMPANY. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. and AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force. and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 1st day of November 2000 (Rev.10/1/97) CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA ~a Mary A. Ribikawskis Assistant Secretary ."-g.. -- .. --- - ..-- -...-... ..-a...... - ... ..i' CO ,j.,,-'..,....... .........'......; ~!'",.:..".., ""''''..', "I:;";.;" ........."i..,~...,i....:..., .......:';.;,' .....,;,\,....:,:.,:0,;;..':..1'''''':......,.",. ... ,,:':.;Iiloi'j':.':.........::.::::'.'i':.;',j.., . .....' .. .. \ A __RD... ~l:C.ERII:F.I. :.C.~.. I,:. ::E.: ...J~.Ur,~..::.:LI~BI:t:Jmv, .!i:',. :::::.1.11." . SU,'i ...I,l.: .~N;Ge:i::!:!:li{~~~~k1....o.1..F... \::-,::':il:\~: 2D:~E(IIP~2IDODO/VYIO ....'l 'J',. '11I11"II'II"n" .li.IIII.lr'....I'~ 1"I,.:.III'III"~""f'I",I,IJ: ':"'I't~:'IJt. ,I l,m..II'I'I!'I'I""I."I! '11/" ...I......I.JlII.l/l._..'...~~;.'I'.,.....,:I."'I.j...... ..,.,),r:;~~~!.. I..,.~, u-Q .. 'PR~iiCzR'"'''' ......' .... '....,... ....".' " ., .... ......,.. ..... .,.98245""....... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Willis of Arizona, Inc. ONL Y AND CONFERS NO RIGHTS UPON 11-IE CERTIFICATE 11201 North Tatum Blvd. Ha.DER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Suite 300 AL TEA THE COVERAGE AFFORDED BY THE PQ.IQES BELOW. Phoenix - -AZ 85028 COMPANIES AFFORDING COVERAGE :6021 787 600" 19380;004 . JI"HIXl __ .. .__ .. __ .COMPANYAmerican nome.Assurance Company . ALLIED WASTE INDUSTRIES, INC. (NAMED INSD. CON.T BELOW) 15880 N. GREENWAV-HAVDEN LOOP, SUITE 100 SCOTTSDALE AZ 85260 =19441lH1Or-(IUl COMPANY National Union Fire Ins. Co. of Pittsburgh, PA B 23817.002 (PHIX} CClMPANY illinois National Ins . Co. C '942~04 IPHIXI CClMPANY Ins. Co. oftfle State of PA o - =,"!UD ::;~8~GEi:miii:~;;:ii~l;!j;!;;:d!~;i~~i.:;:i!~:;!;:il::,!:L,::~:;!Ji::;!;;i: ..;.:d:::i:;!;:;:jli:i~i~: tli.::: .;:i;i::;;~:f;;:!~~;!::m~!ii:jj.:~;;:ii;:~: ,::!j:l::;;;j!!:;Jllm!i!i:~j:i:j~i!iji;~;!i:i:;:i!;:j:::;:j;i:!:!;i:;~;.; ::!:!j!!;::' ;:;:.;;.; 'm:i:;~i:;;:::. . ( .:. .:; ;;I,i:::;;;,:;ii;,;j;:;:; :;::",;,:::,,::,;.;' .:i:i:hb::'" . THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELON HAVE BEEN ISSUED TO THE INSURED NAMED ABCIIE 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 SJBJECT TO ALL. THE TERMS. EXCWSlONS AND CONDITIONS OF SUCH POLICIES. UMITS SHONN MAY HAVE BEEN REDUceD BY PAID CLAIMS. co tYPE OI'IIISURANCE POLlCY NUIIBER POLICY EFFEC11VE POLICY EllPlAAllCll LlR DAlE (ll1I/DD/VYI DAle (IIM~1l/YV1 Ullns A ~"ERAL UABUTY IGL6123083 30-SEP-1999 01~AN-2001 GENEFlAL AGG'I:GAT5 $ 10,000,000 ~DMEROAL GeNERAL UAIlIUTY PROJUcrSCOll""OP AGG S 5,000.000 ~ CLAlMSMADE [[] OCCUR P:RSOIIAL A ADVINJURY S 2,500,000 ~ OWNER'SACQl/TRACTOA'SPROT EACH OCCURRENCE $ 2,500,000 ARE DAMAGE IAny an.fire) $ 100,000 "'EO EXP IAnvan......anl '~ A ~TOIIClBILE UABlLIlV ~A5347426 30-SEP.1999 01.JAN.2001 5,000,000 A ~ ANY IILITO IcA5347427 30-SEP-1999 01 ~AN-2001 CO\!eIN!!O SINGLE WMIT $ 10- ALL OWNED AUTOS BOOIL V INJURV $ SCHEDUL.ED AUTOS (Per ,ersan) 10- ~ HIRED AUTOS BOO\. YINJURY $ ~ NQ\/-owNEO AUTOS [P", lICOdwl 10- PRO'EFlTV DAMAGe $ ~ACE UASUTY AUTOQ\/\. Y - EA ACClOENT $ ANY AUTO OThER THAN IILITO Q\j\. y. , .. .. ... I-- I-- EACH ACClOENT $ AGCJ'lEGAT5 I s B I!XC!SSUAlllUlV 18E3574237 30-SEP-1999 01 ~AN-2001 EACH OCCURRENCE S 5,000,000 ~ UMBREl.l.AFOAM AGG'lEGATE $ 5,000,000 OI1-IER THAN UMBREl.LA FOR,'" ~A1IfTS I s A WOAKERSCOIIPEllSAlICIl AND WC3475106 30-SEP-1999 01~AN-2001 I::'~"" .. ., ." . . C ".PLOYER&' UASUlV Wc347510B 30-SEP.1999 01 ~AN-2001 1,000,000 EL EACH ACOOENT $ A THE PROPRIETOR/ R INo.. WC3475109 30-SEP-1999 01 ~AN-2001 1. 000,000 "'AFlTNERliiEXECUTl \e EL 01 SEASE.pQJCYUMIT $ D OFFICERS AAE; EXo.. WC3475114 30-SEP.1999 01 "'AN-ZOO 1 EL OISEASE-EAEMP\.O'fI": S 1,000,000 OlllEII DESCIIPllON OF OPERAlIONS/LOCAlIOIIll/VEHICLEs/spEOAL I1EMS SEE ATTACHED ::;CE.Al1B~~~:ti.C:X:DEAi ::: .::: . ... .i::;,.,. ,'. .. ... .1 ......... <.... ;: :..: :..:.....;;::: ::,.::. CAN~LATlON::. ":i,;.SllJ!U1cirV, ~ce N!J'l~I;'~~1 ... ., ". . . :-..' . .':. ~ ;'.: -: :...; . . : ..:... :: ," :,.: . SHOULD ANY OF 1ME ABOVE DESOllIED POLICIES IE CAIIC!LLED IEfORE lIIE EXPIRAlION DAlE lIIEREOF, lIIE ISSUIIlG COMPANY WILL ElIDEAYOII TO MAIL ~ DAYS WRlTlElIlIOTlCE TO 1111: CERlIflCAlE "ClUJEII IIA11ED TO lIlE LEfT, CITY OF LA PORTE BUT fAILURE TO aAIL SUQl NOllCE SHALL III POSE NO OBUGAllON 011 UABIUTY 604 WEST FAlRMONT 01' ANY KIND UPCIl ~E COMPo... ns ACENTS OR REPRESENTATIVES. i"A' :.COR'.: ' 'D' ',12' :S...r'11:::.';;.' . ..~..7.'.:5~'.... :., .. ..., ".:""'18' fIC(TIES. . .,." ......;:'1., ,.'!'.' :., :'.~.~I~:E,:~:~g? ~ .. ..:) }.. -'fOR' '0: COR'.":' ''';';';';A" ~~; '1' '98'8. '. .. 00.1.1/1l1ltJ. ..,'...... ........ ,.... :~.,... ... .......,.. : .: ..':,,' .. ..' :..'t9:i"'" ,,".!,.:,.' :....,.!,.............. .:.~: .. .:wAC .....", ,II"""'. . ...-C....... . .... ... ...--...-... ""-a"" ow.. ...... .:" C'E.'e. "FI.E' IC. .A!' .0.. .F. ::.I."N.".'S...'LJ.'..... .::.'....N.'.: C. .E' .:,:'/:,.:;.: \'~;';,i:""",,,,, ..:'~.,' . ,.,...! ..,. .. 1::........ 1 ., I R' 1". .,.''''.'. '1' "', 'I. ...,.... ." .,..... ISSUI! DA1l! (MMIOO/YV) 111: ~ ,.. .:. ;". t ... I.;:' '::lj ~,/':. =. I ~. .:: I': ~'.'" .11,dIU; ;I~'~':'; =!:l' ",' '" . . '/ :J~' :.: '. :-. :: .:.: i ': . .!.. .... ... .. ..'",. .1.. ..;... '.... ..... '.. . ...;.. '" ,. ".:,1, .... .:.... .".. '.. ..,;.,....,' ,.::.. .... ,;,-.,1.;\..,..,..~., :,.... ':..::: ";';',' ,.."..P.:AG~...,:!,~.DF 2. '.:.' '. 26-SEP 2000 IlSURED PRODUCER Willis of Arizona. Inc. 11201 Nor1h Tatum Blvd. Suite 300 Becky Still. CIC :~qOV~A~\\;~ ...;;; ':':::' .:': .:..':\~>~~ .:t M/:';[ "'.;;" ,:::.i.':;;:;.~.: :j::!;":,':,':l;;,.:i/ (::!.!. j: ::~!~;'>i:;~!~;:'.;:.:.:::;{i\.~.:;..:'.;..~;::':~: ~:'..::: !~;:: ';'.~',<I;;:';~~i:::'-:- .:r:.. ....:.:.... .:'.: I.:.. .'~ ::::' ",.. :..... :'.: " .. . .' THIS IS TO CERTlFY THAT THE POUCIES OF INSJRANCE USTED BELOW HAVE BEEN ISSJED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REaJIREMENT. TERM OR CONDIT10N OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSJED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCWSIONS AND CONDITlONS OF SUCH POUCIES UMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS lYPE OF IIlSURMCE POLICY NUMBER LlIIllS DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS NAMED INSURED INCLUDES - 8FI WASTE SYSTEMS OF NORTH AMERICA. INC. Workers Compensation - Additional Policy: Insurance Company Policy I Eff./Exp. Dates American Home Assurance WC3475107 09/30/99 - 01/01/01 Employers Liability (Stop Gap) coverage for Monopolistic States is included: $1.000.000 Each Accident $1.000.000 Disease - Policy Limit $1.000.000 Disease - Limit Each Employee Certificate Holder is Additional Insured. except for Workers Compensation. if required by written contract. .:CEAllFICATE HOlDER. ..~CELLAT;lOIII .. .~lary. ~C!...~: ~~l...-:., .... SHOULD AllY OF lHE ABOVE DESCRIBED POLICES BE CAIlCEWD BEFCIlE lHE ... I,;. .. , :WILL.IS 25W1 (9(95) .:;... . . .::. -: BFICrr.iES ' :...... . e WILLIS 1995 CITY OF LA PORTE 604 WEST FAlRMONT LA PORTE TX 77571