Loading...
HomeMy WebLinkAboutContract 26283 CONTRACT BETWEEN CITE` OF FORT WORTH AND SAFETY # LEEN (LA PORTE), INC. PROJECT*',DEM00-04CGHW FOR PACKAGING, TRANSPORTATION, AND DISPOSAL OF HAZARDOUS, SPECIAL, AND SOLID WASTE Y i s OCTOBER 2000 10/06/00 15:53 NO.225 P02 "I w m 1J•3Y rR 7FrM;I—KLCZ-n 1 tlGtl 107 zowli, IU rl wuKIh Y.M/kn Marsh UbA 1110. 1V/:.f/VV �..A.P. rMur` Li rly�u�E nw C[xTIFH-ATE IWrrER ATt-0DOt 5952-00 77EBcAePlaw Wid CERTOICATB I?ISSUED A3 AN&MR OF pFCROA710R ONLT MO C F;ERS NORRINT8 UPON TME OL471FVAIE'NOLOER OTMCR IMM 7NOaE PROMEO IM THE re POLICY.11111 CBRTFIM7Q OOlR NO?AWYN MEND OR ALTRI THE C07IEPAW AFFORO[0 r TNI 900:93OE112IBE5 MEREIR. Slllte900 OneEllrwiAe,SC 29601-2130COMPANIE3 AFFOROIWO COVERAGE Alm:Amy Browning c=Mp NY 40071a A AMERICAN HOME ASSURANCE CO 7NMED COMPNry SAFETY-K.EEN JLA PORTE ,INC, 6 NATIONAL UNION FIRE INSURANCECOMPANY 900 BATTI.EGROUNO ROAD IA PORTE,TX 77571 COMPRaT C INSURANCE CO STATE OF PA COMPAW 0 VARIOUS INSURERS THIS IS TO CERTVN THAT PCLIOCJ OF IMWn W S DEMAW M64EW NAYS BEET+ I25M TO 7W6 INS,RCO NAMED HEREIN FOR TNF PaIOr P¢4100 NOICATEO wCIWTIISTAMOINC Mff RCWP%EWcMT,TEAM OR CONDITION EAC ANY CONTRACT OR OTNE1 DOME rT VATH Q&WFCT TO NwO4 THE CIMIMATE#A"BE ISS I€O DA MAY PERTAIN,?HE INSAIANCF AFFOWW RY TMB POUQE9DEMPaEO NEROM I$SA.ECTTO ALL THETENMSI COMOITIOMB AMO EXCLU90NS OF SLIC"POUVE9 VkM.NWIDI RAW/RAVE SEtim NEDAICw 8Y polo MAM7 cc TTPEOF01911RANCE EOU[YrURREA OGWYEFFEEME POLICYE[PMATKIN 1R1R3 LTR DATE PIRIODW) OATEtrrr0010) A DENERAL WAonAw GL1737655 091011o4 09+01101 CWNFRAL ASGREGATE $ 2,000,000 j( MMMEROAL GE010M UAK"v DRODUCTSI.0010100ADO S 2,000.000 aaMSMAD@ Q OCCUR PGRSICNA.AAOVIM,AIRY 3 500.000 QMIER'3 L CCMTRALTORSPRM EACH C IRRENCE S 500,0w x FIRE DAMAGE "inoP s sm.ow VEKI PAA D,DPD/PM s sO,DOD A wI ONOBLELWARITT ALS273342 09101100 09101!01 Z C>QMNEQ 9KOlE LINT S X Airy AUTO ILL G^W AUTOS BOOL V INJJRY S so+EauLED ra1Tw IrIF rarau wfm 4UTO8 BODLYIrEAJRY s MCP> D rLI70& jpw x CS-eD aR�nTv OwAGE $ MRROE LIABILITY AUTO OMLY•EAAcweNT S 0my AUTO OTItER THAN AUTO QTLY EACM A[3a0E $ ATA= g EACfaa Lupaln BE AM064 03/01100 09101101 QAOH OCOURREMCF S 10,000 000 X UI1aw-U.AFow ACCRECATE S 10,400,000 9rMERTHAMUMSRELLAFORM -NIA TO INSURER"O" S C RS CVIP► w am ARD gt36�7a 09101144 49101141 X UN O R Ell►LOT1 RSLMBILfT/ eL EACH ACDOEMT $ 7.000.000 THE RIS w0. EL DISEASEaO.ICT LINT Is 1,000.00EI DARTMFOW316CUTIVE1���� cFFtcE BARE. ETI0. LL DIOEA�AW COTE@ : STEADFAST INSURANCE CO EACH LOSS p CONSULTANTS ENVIR LIAR PEC37M 1740 owf40 09101!07 AGGREGATE 10.000.000 RELIANCE INSURANCE CO EACH LOSS 10,000,000 0 POLLUTION LEDA%, INTLIG3254701 03101!99 C9r01102 AGGREGATE 70 000 004 DERGrrTIOp W OPEPAIMN*%CC47=0 N OaaP cUl fn[r3 @,=TseAY R SURJl OT TO OEOUcmea OR RETEXTION31 THE CITY OF FORT/NORTH 115 OFFICERS,AGENTS,EMPLOYEES,REPRESENTATIVES ANO VOLUNTEERS ARE LiSTEO AS ADOITIONAL INSURED SUT ONLY WTH RESPECT TO LIABIUTY ARISING OUT OF THE OPERATIONS OR PREMISES OWNED SY OR RENTED BY THE NWE0 INSURED UNO6R GENERAL,AUTO AND POLLUTION POLICIES *wm AIw OF I-( my"?OD D•1E"4MCC ne Ip3m AMOROMO c"Am 4"EM mot To RAYL—m woo IMIITIEM MOnO:TO TIE CITY OF FORT WORTH,TX QiTUICATF NO Ul IwISD WUN w FAILMF TO IPL sloe MOW•III►WOW RD C06HAWM a ATTN: ENVIROMENTAL MGMT.DEPT 11000 THROCIWORTON ST. weLrrTOF.1+Yrnov 7MEI 1ERArFa +coo4 .rtsA MraaR4EnEEeurD*.IEa FORT WORTH,TX 791024311 AR DI URATIC. 111 011 - rrT AC -PA T T a AA M—Lw I=Z% 1— oar= *,2 ** TOTAL. PAGE.05 > CITY SECRETARY. CONTRACT NO. CONTRACT FOR PACKING, TRANSPORTING AND DISPOSAL SERVICES OF HAZARDOUS, SPECIAL AND SOLID WASTE This agreement is entered into by and between the City of Fort Worth, Texas, a home-rule municipal corporation situated in Tarrant and Denton Counties, Texas, hereinafter called "City," acting herein through Charles Boswell, its duly authorized Assistant City Manager, and Safety Klee , nc., hereinafter called "Contractor," by and through , its duly authorized In consideration of the mutual promises and benefits of this contract, the City and Contractor agree as follows: 1. TERM The initial term of this contract shall be for a period of twelve (12) months, beginning October 1, 2000 and expiring September 30, 2001. In addition to the initial term, City shall have the right to renew this agreement for up to two (2) consecutive one (1) year renewal terms. The City may renew this agreement by the City Manager executing a renewal agreement and City Council appropriating the funds. 2. SCOPE OF CONTRACTOR'S SERVICES A. Contractor shall perform in a good and professional manner the services listed in this contract, and those identified in the City's request for proposal dated July 20, 2000 in the manner in which Contractor responded to City's request for proposal received by the City on August 10, 2000. Both the City's request for proposal and the Contractor's responses are attached hereto as exhibits and incorporated into this contract as if fully set forth herein. Any conflict between such documents and the main body of this contract shall be governed by the terms of the main body of this contract. B. Contractor shall provide all the labor, materials, and equipment necessary for performing laboratory analysis of air, soil, water, sludge, sediment, tissue, asbestos, and other types of samples estimated to be taken on various City projects and inspections. C. Contractor shall perform on site recycling of paint solvents; D. Contractor shall perform analysis of wastes for disposal as determined by City, including Haz-Cat Field Analysis; FBGUAL ElEC_00 QD CNN MUSH ��``qq ��� S y��(�/j Page 1 E. Contractor shall provide transportation services for hazardous, special, and solid waste to disposal or recycling facilities; F. Contractor shall dispose of hazardous and outer regulated waster. Disposal includes, but is not limited to incineration, fuel blending, treatment and land filling; G. Contractor shall provide roll-off boxes and box transportation for disposal on an as needed basis as determined by City; H. Contractor's handling instructions and chain-of-custody protocols shall be in accordance with all Federal and State statues and regulation s for laboratory methods and quality assurance; I. If Contractor collects a sample of hazardous, special, and solid waste during the performance of the contract at the direction of City, Contractor shall provide the sample to City at the time of collection; J. Contractor shall provide all paperwork and documentation needed to complete waste shipments. K. Contractor shall respond to and schedule a waste shipment within fourteen calendar days of being notified by City, however, if City requests Contractor to respond to and schedule a waste shipment within seven calendar days, Contractor agrees to respond to and schedule such shipment within seven calendar days or within one calendar day, City agrees to pay the additional cost associated with the expedited waste shipment as specified in Contractor's Response to the City's Request for Proposal; L. Contractor shall provide City with fully executed copies of Waste Manifests within 35 calendar days of waste shipments; M. Contractor shall provide City with Certificates of Disposal within 60 calendar days of the waste shipments, however, if the waste is a special waste, Contractor shall provide the Certificates of Disposal within 120 calendar days. N. Contractor certifies that it has and will maintain during the term of this Contract, current and appropriate federal, state, and local licenses and permits to perform this contract. In addition, Contractor agrees to require any of its subcontractors used to perform this contract to have and maintain current and appropriate federal, state and local licenses and permits to perform this contract; and O. Contractor certifies that it has and will maintain the required insurance listed in Section 6. C_RA�k Ell (C0G,D :QTY%E`. Ll ABA ff P. K O PPO 0. Page 2 3. ` SCOPE OF CITY SERVICES The City agrees to perform the following services: A. Designate a City representative to provide timely direction to the Contractor, render City decisions and to accompany Contractor on waste disposal projects; B. Coordinate with City facilities, City departments, and any tenants; C. Provide material safety sheets (MSDS's) and process information on wastes for disposal; D. Provide timely written notice to Contractor of waste disposal projects, detailing the location(s), type of work and other pertinent information; and E. Provide the required regulatory information for manifest and shipping paper information. 4. SUBCONTRACTORS ` If Contractor desires to subcontract any service or services listed under Section 2 "Scope of Contractor's Services" of this Agreement, Contractor agrees to obtain the City's written acceptance of such subcontractor(s) before allowing such subcontractor(s) to perform such service or services. Failure of the Contractor to obtain the City's written acceptance of any and all of the Contractor's subcontractors used in the performance of this agreement is grounds for automatic termination. In addition, Contractor acknowledges that City may, at City's own discretion, perform on-site audits of all proposed subcontractor's facilities in order to determine acceptability. 5. COMPENSATION A. In consideration for the work performed by Contractor under this contract, City shall pay Contractor a sum not to exceed $150,000.00. Payment shall be based on the unit price charges contained in the attachments hereto, however, if a waste and its disposal cost is not listed on the attachments, the parties will attempt to negotiate a unit price for the disposal of the waste. If the parties are unable to come to an agreement within 10 calendar days, the Contractor acknowledges and agrees that the City will obtain disposal services for the waste elsewhere. The City is responsible for notifying Contractor of any questions concerning an invoice, and shall not be required to pay Contractor until such questions have been resolved. 11HR, MED C_Rl EEC ,c��:; �������rIM ��G?/ii lr� l"NU r'��W �15Wo Page 3 `. B. Periodically during the performance of this contract, the Contractor's Project Manager shall inform the City's representatives of his/her best estimate of the expenses incurred to that time. In the event that the estimate approximates the "not to exceed" price, Contractor shall prepare to cease its operations unless and until the contract is amended and an authorized representative of the City directs Contractor to perform additional work. C. Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to Contractor was caused by City's failure to provide information, if any, which it is required to do. When extra compensation is claimed, a written statement thereof shall be presented to the City. 6. INSURANCE The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the terms of this contract. Prior to commencing work, the Contractor shall deliver to Fort Worth certificates documenting this coverage. The City may elect to have the Contractor submit its entire policy for inspection. Contractor also certifies that if it uses a subcontractor in the performance of this agreement that each subcontractor shall have, at a minimum, current insurance coverage as detailed below and will maintain it throughout the terms of this contract or such subcontractor shall be covered under Contractor's insurance. A. Commercial General Liability Insurance - $2,000,000.00 per occurrence B. Professional Liability Insurance: $2,000,000.00 per occurrence. C. Automobile Liability Insurance - $1,000,000.00 per accident This policy shall include pollution coverage; that is, it shall not have the pollution exclusion. Plus, the policy shall cover loading, unloading and transporting materials collected under this contract. D. Worker's Compensation Insurance - Statutory limits, plus employer's liability at a minimum of $1,000,000.00 each accident; $1,000,000.00 disease- policy limit; and $500,000.00 disease - each employee. E. Environmental Impairment Liability (EIL) and/or Pollution Liability- $2,000,000.00 per occurrence. Coverage must be included in policies listed in items A and B above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract project shall be included under the Automobile Liability insurance or other policy(s). � BCQ A,J, 0EPD If Leo lJ V:'U Wy ��e Page 4 NOTE: BETWEEN A AND E ABOVE, ANY POLLUTION EXPOSURE, Iftw INCLUDING ENVIRONMENTAL IMPAIRMENT LIABILITY, ASSOCIATED WITH THE SERVICES AND OPERATIONS PERFORMED UNDER THIS CONTRACT SHALL BE COVERED; IN ADDITION TO SUDDEN AND ACCIDENTAL CONTAMINATION OR POLLUTION LIABILITY FOR GRADUAL EMISSIONS. CLEAN-UP COSTS SHALL BE COVERED. E. The following shall pertain to all applicable policies of insurance listed above: 1. Additional Insured Endorsement: "The City of Fort Worth, its officers, agents, employees, representatives, and volunteers are added as additional insureds as respects operations and activities of, or on behalf of the named insured, performed under contract with the City of Fort Worth." Reasonably equivalent terms may be acceptable at the sole discretion of the City of Fort Worth. 2. Subcontractors shall be covered under the Contractor's insurance policies or they shall provide their own insurance coverage; and, in the latter case, documentation of coverage shall be submitted to the Contractor priorto the commencement of work and the Contractor shall deliver such to the City. 3. Prior to commencing work under the contract, the Contractor shall deliver to the City of Fort Worth insurance certificate(s) documenting the insurance required and terms and clauses required. 4. Each insurance policy required by this agreement shall contain the following clauses: "This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after thirty (30) days prior written notice has been given to the Director of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102." 5. The insurers for all policies must be approved to do business in the State of Texas and be currently rated in terms of financial strength and solvency to the satisfaction of the Director of Risk Management for the City of Fort Worth. The City's standard is an A. M. Best Key rating A:VII. 6. The deductible or self-insured retention (SIR) affecting the coverage required shall be acceptable to the Risk Manager of the City of Fort Worth; and, in lieu of traditional insurance, alternative coverage maintained through insurance pools or risk relations groups must be also approved." 7. INDEMNIFICATION A. For purposes of this contract, the following words and phrases shall be defined as follows: �1 rV tEl`EP� °US U Page 5 1. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of waste pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and C. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the items referenced in paragraph 2of this part. 2. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic �VJffl�V'A Gr�'�G�OM (\N-- TV c�E(11ECea�r,,tl Page 6 o YWOJII!R Va. substances, materials, or wastes whether solid, liquid, or gaseous *ftW in nature, into the air, surface water, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. B. GENERAL INDEMNIFICATION. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS, FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PERSONAL PROPERTY, OR PERSONAL INJURY, AND/OR DEATH OCCURRING AS A CONSEQUENCE OF THE PERFORMANCE OF THIS CONTRACT, WHEN SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE SOLE NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, AND ANY OTHER PERSON OR ENTITY. `, C. ENVIRONMENTAL INDEMNIFICATION: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, TESTING, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF WASTE COLLECTED PURSUANT TO THIS CONTRACT. D. The obligations of the Contractor under this Section 7 shall include, but not be limited to, the burden and expense of defending all claims, suits and administrative proceedings (with counsel reasonably approved by City), even if such claims, suits or proceedings are groundless, false, or fraudulent, and conducting all negotiations of any description, and paying and discharging, when and as the same become due, any and all judgments, penalties or other sums due against such indemnified persons. E. Upon learning of a claim, lawsuit, or other liability that Contractor is required hereunder to indemnify, City shall provide Contractor with reasonably timely notice of same. cpv Page 7 F. The obligations of the Contractor under this Section shall survive the expiration of this contract and the discharge of all other obligations owed by the parties to each other hereunder. G. In all of its contracts with subcontractors for the performance of any work under this contract, Contractor shall require the subcontractors to indemnify the City in a manner consistent with this Section . 8. WARRANTY Contractor warrants that it understands the currently known hazards and suspected hazards that are present to persons, property and the environment by providing packing, transporting, and disposal of hazardous, special and solid waste. Contractor further warrants that it will perform all services under this Contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this Contract. 9. LICENSES AND PERMITS Contractor certifies that on the day work is to commence under this contract, and during the duration of the contract, it shall have and maintain current valid and appropriate federal and state licenses and permits necessary for the provision of services under this contract. Contractor also certifies that if it uses any subcontractor in the performance of this agreement, that such subcontractor shall have and maintain current valid and appropriate federal and state licenses and permits necessary for the provision of services under this contract. 10. TERMINATION A. City may terminate this contract without cause with giving 30 days written notice to Contractor, provided that such termination shall be without prejudice to any other remedy the City may have. In the event of termination, any work in progress will continue to completion unless specified otherwise in the notice of termination. B. If the City terminates this contract under paragraph A in this section, City shall pay contractor for all services performed prior to the termination notice. offl(Wel PSNFEDD �'IN'�I V� /e VE Page 8 C. All completed or partially completed original documents prepared under this contract shall become the property of the City when the contract is terminated, and may be used by the City in any manner it desires; provided, however, that the Contractor shall not be liable for the use of such documents for any purpose other than as described when requested. D. In the event either party defaults in the performance of any of its obligations under this contract, misrepresents to the other a material fact, or fails to notify the other party of any material fact which would affect the party's performance of its obligations hereunder, the non-defaulting party shall have a right to terminate this contract upon giving the defaulting party written notice describing the breach or omission in reasonable detail. The defaulting party shall have a thirty (30) day period commencing upon the date of notice of default in which to affect a cure. If the defaulting party fails to affect a cure within the aforesaid thirty (30) day period, or if the default cannot be cured, the contract shall terminate as of the date provided in the notice of default. 11. DEFAULT A. Contractor shall not be deemed to be in default because of any failure to perform under this contract, if the failure arises from causes beyond the control and without the fault or negligence of Contractor. Such causes shall include acts of God, acts of the public enemy, acts of Government, in either its sovereign or contractual capacity, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather. B. If the failure to perform is caused by the failure of a subcontractor of Contractor's to perform, and if such failure was beyond the control of both the Contractor and the subcontractor, without their fault or negligence, Contractor shall not be deemed to be in default unless the subcontracted supplies or services were reasonably obtainable from other sources. C. Alternatively, if at any time during the term of this contract the work of Contractor fails to meet the specifications of the contract documents, City may notify Contractor of the deficiency in writing. Failure of Contractor to correct such deficiency and complete the work required under this contract to the satisfaction of City within ten days after written notification shall result in termination of this contract. All costs and attorneys fees incurred by City in the enforcement of any provision of this contract shall be paid by Contractor. D. The remedies provided for herein are in addition to any other remedies available to City elsewhere in this contract. ` Ic �Li!Lr�O'vU(r'`�� Uc�lS'�VUdD� 4, r; �iru� Page 9 L'b u'�` ._ p t 12. RIGHT TO AUDIT A. City shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor involving transactions related to this contract. Contractor shall give City access during normal working hours to all necessary Contractor facilities in order to conduct audits in compliance with the provisions of this paragraph. City shall give Contractor reasonable advance notice of intended audits. B. Contractor shall include in all its subcontracts hereunder a provision to the effect that the subcontractor shall give City, until the expiration of five (5) years after final payment under the subcontract, access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract, and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable advance notice of intended audits. 13. INDEPENDENT CONTRACTOR Contractor shall perform work under this contract as an independent contractor and not as an agent or employee of City. City shall not be considered the employer, co- employer or joint employer of the officers, employees or agents of Contractor. Contractor shall have the sole control, supervision, direction and responsibility over its officers, employees and agents and shall have the sole responsibility for determining the manner and means of providing the work described in this contract, except as outlined in this contract or as otherwise required by federal, state, county or city law, regulation or rule. 14. NON-DISCRIMINATION A. During the performance of this contract, Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause. 111SC OID Page 10 � �' �? 9 uo B. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this contract, that Contractor is an equal opportunity employer. C. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 15. GOVERNING LAW The City and Contractor agree that the validity and construction of this contract shall be governed by the laws of the State of Texas, except where preempted by federal law. 16. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of Contractor, and the making of any such payment by the City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to the City with respect to such breach or default. Any waiver by either party of any provision or condition of the contract shall not be construed or decreed to be a waiver of any other provision or condition of this Contract, nor a waiver of a subsequent breach of the same provision or condition, unless such waiver be expressed in writing by the party to be bound. 17. ENTIRETY This contract, the contract documents and any other documents incorporated by reference herein contain all the terms and conditions agreed to by the City and Contractor, and no other contracts, oral or otherwise, regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto. 18. ASSIGNMENT The City and Contractor bind themselves and any successors and assigns to this contract. Contractor shall not assign, sublet, or transfer its interest in this contract without written consent of the City. Nothing herein shall be construed as creating any �I'D IPPD Nri �rc� Gl acs p��p1,y 7 Page 11 personal liability on the part of any officer or agent of the City, nor shall it be construed _ as giving any rights or benefits hereunder to anyone other than the City and Contractor. 19. NOTICE Notices required to be made under this contract shall be sent to the following persons at the following addresses; provided, however, that each party reserves the right to change its designated person for notice, upon written notice to the other party of such change: If to City: Written notice shall be sent to: Brian Boemer, Director Department of Environmental Management 1000 Throckmorton Fort Worth, Texas 76102 Questions should be directed to: Name: Michael Gange Department of Environmental Management 1000 Throckmorton Fort Worth, Texas 76102 (817) 871- 8592; FAX (817) 871-6359 If to Contractor: Name of Company: Safety-Kleen (LaPorte) , Inc. Name of Contact Person: Contracts Manager Address: 1301 Gervais , Suite 300 Columha , SC 29201 Telephone: 803/933-6535 Fax: 803/933-6596 20. VENUE Should any action, real or asserted, at law or in equity, arise out of the terms and conditions of this contract, venue for said action shall be in Tarrant County, Texas. Page 12 21. SEVERABILITY The provisions of this contract are severable; and if for any reason any one or more of the provisions contained herein are held to be invalid, illegal or unenforceable in any respect, the invalidity, illegality or unenforceability shall not affect any other provision of this contract, and this contract shall remain in effect and be construed as if the invalid, illegal or unenforceable provision had never been contained in the contract. 22. MODIFICATION No modification of the contract shall be binding on Contractor or City unless set out in writing and signed by both parties. This agreement has been executed by the parties in Tarrant County, Texas Wa City of Fort Worth Safety Kleen Inc. Charles Boswell,Assistant City Manager President or Vice Presi ent APPROVED AS TO FORM WITNESS: Assisrmt Citylutomey f , Name: A-E t1er, ffA/t�U Title: ATTEST: CORPORATE SEAL: , jq&i2 1 (ilori earson, City Secretary C - Contract Authorization G- I a- o oC,VOL iCCO)cD Date Orb' 01"AMY FT. o)[G.'THJ Va. Page 13 4r 8okinr. August 11,2000 ATTN: Mr.Michael Gange City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort Worth,TX 76102-6311 (817)871-8592-phone (817)871-6359-fax Reference: Proposal for Packaging,Transportation,and Disposal of Hazardous,Special,and Solid Waste Project:DEM00-04CGHW Mr.Michael Gange: Safety-Kleen(LA Porbe),Inc,is pleased to provide the City of Fort Worth with the enclosed proposal to furnish complete turn-key services for Hazardous Waste Services. The specific pieces of information requested in the Proposal have been enclosed for your review. Safety-IGeen(La Porte),Inc.has RCRA and TSCA-permitted facilities,trained personnel,and financial resources to provide the City of Fort Worth with an environmental program that is second to none. With our network of facilities,we have the options available to best meet your needs. We appreciate the opportunity to quote on the City of Fort Worth's environmental service needs and look forward to discussing the proposal further. If you have any questions,or need additional information,please do not hesitate to contact me at 281.884.7057. Sincerely, S -Kleen Corporation De Mirale Proposals Developer CC. Kurt Boxberger t Safety-Kleen(La Porte),Inc. 500 Battleground Road La Porte,TX 77571 TABLE OF CONTENTS Executive Summary 1.0 Request For Proposals 2.1. Proposal Document Checklist 2.2. Acknowledge Request for Disposal Addenda 2.3. Minority and Women Business Enterprises 2.4. Proposal Summary 2.5. Cost Estimate 2.6. Qualifications of Provider A. Technical and Customer Support B. Detailed Operation Plan 1. Mechanics of a Pick-up 2. Compliance with Manifest System 3. Bar-coding System 4. Transportation a. Vehicle Requirements b. Loading and Securing Loads C. Transportation Safety 5. Additional Services a. Management of Unknowns b. Shock Sensitive Material Handling C. Compressed Gas Cylinder Handling and Treatment d. Sampling and Analysis 6. Acceptable and Unacceptable Material C. Invoicing D. Order Entry E. Data Management F. Experience G. Transportation H. Facilities I. Health and Safety Plan 2.7. List of Subcontractors/TSD Facilities 2.8. Vendors Compliance to State Law 2.9. Insurance Certificates 2.10. Provider's Licenses and Certificates A. Safety-Kleen (La Porte) Audit Package B. Transportation Permits 2.11. Provider's Legal and Compliance History 2.12. Other A. Invoice B. Completed Waste Profile C. Completed Waste Manifest 3.0 Sample Contract Executive Summary We at Safety-Kleen know the importance of effectively managing the complexities and risks associated with operating a hazardous waste management program for approximately twenty five facilities and other areas throughout the City of Fort Worth, and are pleased to provide our proposal to you. We believe this proposal will demonstrate the true value of our services and that our qualifications, experience and technical capabilities exceed City of Fort Worth's requirements. In review of your invitation we have identified your needs to be: Effective Service Delivery s One Supplier That Can Handle A Wide Variety Of Waste Streams Quality Information Management 4• The following section highlights how Safety-Kleen will meet your needs. Details of our responses to your Invitation To Bid requirements are provided in the body of this proposal. Effective Service Delivery To effectively provide City of Fort Worth Service Delivery, we will: Provide a single point of contact - Having one point of contact to handle all of the waste disposal needs of City of Fort Worth will allow City of Fort Worth to have the ability to focus on ;; streamlining its waste activities and not multiple vendors. Safety-Kleen's �s"` point of contact for City of Fort Worth will be Daniel Black. He is located at Safety-Kleen's facility in La Porte, Texas. He can be reached at (281) 478-7627. Provide a system to schedule service - With one individual responsible for scheduling City of Fort Worth's pick-ups and handling all of the paperwork will focus that person's time on learning and understanding the opera- tional requirements over a short period of time.This will minimize City of Fort Worth's time involved with management of the waste program. qW 1 Provide a back up to avoid delays - Having a fully staffed field crew located in La Porte, and at our 10-day storage facility in 4W Dallas will allow Safety-Kleen to be able to provide quick response to all of City of Fort Worth's locations if one of the field crews is unable to provide service at the requested time. With frequent and rapid service,you will minimize the amount of space required for storage of materials. To show this we have provided a detailed description of the key personnel and resumes of the individuals located at the two facilities. Provide a dedicated field chemist - 1_ Safety-Kleen will provide a dedicated field chemist to service City of Fort Worth's multiple locations. Safety-Kleen field chemists provide a full range of analytical, administrative, and transportation services as well as regulatory assistance advice on waste handling,packaging,and disposal options.They are also trained and experienced in how to prop- erly segregate wastes, which will minimize the number of containers generated which in turn reduces City of Fort Worth's costs. Our Field Operation Supervisor in Dallas, Gary Crawford,will be assigned as City of Fort Worth's dedicated field chemist.He is based out of our Dallas facility. Provide Internal Transportation Resources- Our internal transportation resources allow Safety-Kleen to eliminate schedule dependence with outside transportation resources. Since our chemists operate our own vehicles, the packing, loading and drum re- moval is performed by the same person. This means the drums will leave when the job is complete, minimizing storage space requirements and the associated liabilities. A copy of all relative transportation permits along with our transportation policy and procedures are provided with the bid. One Supplier That Can Handle A Wide Variety Of Waste Streams We plan to handle City of Fort Worth's variety of Waste as outlined below: Provide a Service Center that has a broad permit to handle multiple waste streams - Safety-Kleen (La Porte) has the ca- M pability to receive the majority of waste generated at City of Fort Worth. The wide range of wastes that can be accepted will allow City - of Fort Worth to deal with one com- pany. For those rare situations where we do not own a required technology to treat one of your ' unique waste streams, Safety-Kleen has pre-established relationships and contracts in place with third party vendors to handle these ma- terials. This means you won't have to wait for your waste management service provided to secure arrange- ments to handle a hazardous ma- terial.This will also save City of Fort Worth time for multiple profiling, profile fees, sampling and waiting 4W 2 time for numerous approvals at alternate disposal sites.To prove this we have provided La Porte's facility audit package. Safety-Meen owns multiple types of disposal facilities- Safety-Kleen provides a full range of sophisticated treatment and disposal options that provide high-tech,intelligently engineered solutions to the waste problems that confront the industries and communities we serve. We own and operate a wide variety of disposal facilities rang- ing from recycling to incineration. Safety-Kleen will dispose of all waste materials encountered within its own network,thus minimizing liability for City of Fort Worth. As mentioned above this also means that you won't have to wait for your waste manage- ment supplier to coordinate arrangements with someone else to handle your waste; Safety-Kleen can manage it all. A listing of all proposed disposal facilities has been provided in the bid proposal. The use of no third party transportation companies- City of Fort Worth materials will be transported back to the La Porte, TX facility by Safety- Kleen transportation. This minimizes liability as Safety-Kleen (La Porte) takes title to the waste during transport. A copy of all relative transportation permits along with our trans- portation policy and procedures are provided with the bid. Quality Information Management To manage City of Fort Worth's information require- ments, we will: Provide waste tracking from pick-up date to date of disposal - Safety-Kleen's computerized Waste Management Sys- tem can provide immediate waste tracking informa- tion from generation site to end disposition.Beyond the inherent benefits of compliant care- fully managed waste for long-term liability reduction, City of Fort Worth will benefit from the numerous information points as waste passes from generating facility to end disposal site. Provide a mechanism to handle regulatory reporting- Preparation of customers' periodic (annual, monthly,quarterly, biannual) reports to regula- tory agencies is another service offered by Safety-Kleen.Safety-Kleen's computerized Waste Management System will aid in creating these reports for City of Fort Worth thus allowing increased efficiency,increased quality and lower costs by reducing City of Fort Worth's time involved in report generation. Reduce time management for fewer invoices and purchase orders- Having one vendor will allow City of Fort Worth to deal with fewer invoices and purchase orders.This will minimize City of Fort Worth's time involved with the management of mul- 3 tiple invoices from multiple vendors. Thank you for considering Safety-Kleen Corporation for your environmental needs. We welcome the opportunity to contribute to the success of safely and effectively managing all your hazardous waste requirements. We look forward to hearing from City of Fort Worth regarding this contract,and to the potential of working together to provide City of Fort Worth with a quality environmental program. A NeiM 4 � r 1 .0 REQUEST FOR PROPOSALS 1.1 PROJECT DESCRIPTION: Proposals are being accepted by the City of Fort Worth ("City") for the furnishing of all labor, materials and equipment necessary for the packaging, transportation, and disposal of City generated hazardous, special, and solid I waste on an as-needed basis. There will be no minimum work guaranteed under this agreement. j Note: Proposals from brokers will be accepted. All subcontractors are subject to 1 acceptance by the City. The City reserves the right to perform on-site audits of all facilities prior to acceptance as a qualified subcontractor. lThe City generates hazardous, special, and solid waste from various city operations and from collecting abandoned waste and spill waste through our Spill Response Program. 1 The City generates hazardous, special, and solid waste from city operations at approximately 25 facilities. The Spill Response Program generates hazardous, special, and solid waste primarily from motor vehicle accidents and abandoned wastes on city properties and right-of-ways. Materials for disposal.under this contract may include: solvents, thinners, paints, pesticides, herbicides, fertilizers, fungicides, contaminated automotive fluids, printer/copier chemicals, mercury, mercury-contaminated materials, and soil or absorbent materials contaminated with spilled chemicals. The work required under this contract includes the following_tasks: • Collect, package (containerize), sample, and label hazardous, special and solid wastes; • Perform on-site recycling of paint solvents; 1 Provide analyses of wastes for disposal, including Haz-Cat Field analysis; • Provide transportation services for wastes to disposal or recycling facilities; • Disposal (including incineration (excluding cement kiln incineration), fuels blending, treatment, and landfilling) of hazardous and other regulated materials; • Provide a vacuum truck or frac tank on an "as is needed" basis for recovery of hazardous liquid wastes; I • Provide roll-off boxes and box transportation for disposal on an as needed basis; • Recycling and treatment of waste materials whenever feasible; and • Provide paperwork and documentation needed to complete waste shipments. The City will perform the following tasks under this contract: • Provide material safety data sheets (MSDSs) and process information on wastes for disposal; • Provide timely notice to Contractor in writing of waste disposal projects, detailing the location(s), type of work, and other pertinent information; • Provide required regulatory information for manifest and shipping paper information; and 1-1 a� • Provide representative to accompany Contractor on waste disposal projects. 1.2 GENERAL REQUIREMENTS: All Contractors must comply with City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Sections 17-66 to 17-67) and 12570 prohibiting discrimination in employment practices. 1.3 INTERPRETATION OF REQUEST FOR PROPOSAL DOCUMENTS: A mandatory Pre-Proposal Meeting will be held on August 2, 2000 at 10:00 a.m. in the 7`h Floor Conference Room at 908 Monroe Street, Fort Worth, Texas. A written request for an interpretation of the Request for Proposal may be made to the Department of Environmental Management, by either fax or mail, at any time up to seven (7) calendar days prior to the time of the opening of Proposals. The person submitting the request will be responsible for its prompt delivery. I The City as a formal addendum will issue any interpretation of the Proposal Documents. A copy of each addendum will be faxed to each person receiving a Proposal Package. All addenda must be submitted with the Proposal in section 2.2. The City will not be responsible for any other explanations or interpretations. 1.4 CONFLICTS & QUESTIONS: Should there be conflicts between the proposal documents and the final executed contract document, the final contract shall take precedence. Questions regarding this Request for Proposal should be directed immediately to: Michael Gange, Project Manager Environmental Supervisor Department of Environmental Management ICity of Fort Worth 1000 Throckmorton Street Fort Worth, TX, 76102-6311 Phone (817) 871-8592 Fax (817) 871-6359 GangeM@ci.fort-worth.tx.us 1.5 PROPOSAL SUBMITTALS: Each Contractor should submit a proposal for all items to complete the project or the entire proposal may be considered non-responsive and rejected. In case of ambiguity or lack of clarity, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. Proposal documents, specifications, and the sample contract may be obtained at the City of Fort Worth Department of Environmental Management, 908 Monroe Street, Fort Worth, Texas on the 7"' floor. These documents may be purchased for twenty-five dollars ($25.00), which is non-refundable. ,�. Proposals must be submitted in a sealed envelope, addressed to and received at City of 1-2 Fort Worth Purchasing Division, 1000 Throckmorton, Fort Worth, Texas 76102 no later than 1:30 p.m. on Thursday, August 10, 2000. The project number must be clearly marked on the envelope and the statement "PROPOSAL DOCUMENTS ENCLOSED, DELIVER TO PURCHASING DIVISION ONLY BEFORE 1:30 on Thursday, August 10, 2000" placed in the lower left-hand corner of the envelope in which the documents are delivered. If the documents are placed in an envelope that is contained inside another envelope, the statement shall be placed on the outermost envelope. Any Proposal Documents not properly marked or not received in the proper place by the proper time will be considered non-responsive. 1 NO FAXED PROPOSALS WILL BE ACCEPTED 1.6 OPENING OF PROPOSALS: The Document entitled "Proposal Summary" in each I proposal submitted will be opened and read aloud at 2:00 P.M. on Thursday, August 10, 2000, in the Fort Worth City Council Chambers. The proposals shall be handled so as to avoid the disclosure of the remainder of their contents to competing offerors and so as to keep such contents secret during negotiations. All proposals will be open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals will not be open to public inspection. IThe Proposal Documents submitted in accordance with this Request for Proposal shall remain valid for sixty (60) days after the due date. 1.7 PROPOSAL EVALUATION CRITERIA: Proposals will be evaluated by qualitative measures and will be weighted as follows: FACTOR MAXIMUM f WEIGHT On-site Audit 20 points Contractor Capabilities 20 points Costs 25 points Payment and Report Documentation 10 points Qualifications / Experience 30 points Subcontractors /TSD Facilities 15 points TOTAL 120 points NOTE: Any of the above factors may be weighted as low as -5 points. The City will select the most highly qualified Provider responding to the request based on the above criteria. On-site audits will be performed on the 3 Contractors with the highest scores from the other six (6) factors (total possible score of 120 points). The highest overall score will determine the City's first choice for the Contract. 1-3 1.8 CONTRACT TIME: The successful Laboratories will be awarded One-Year Contracts with two One-Year Options to Renew. 1.9 NEGOTIATION OF THE CONTRACT: The City will meet with the successful Contractor and negotiate any final changes to the Contract and any exceptions identified in the Proposal Documents. The City is not obligated to accept any exceptions made by Contractor. After the negotiations, the City will make final changes to the Contract documents and issue the Contract Documents with Notice of Awards to the successful Laboratories. 1.10 AWARD OF THE CONTRACT: The City may conduct* such investigations as deemed necessary to assist in the evaluation of any proposal and to establish the responsibility, qualifications, and financial ability of the Contractor, subcontractors, and other persons who are proposed to work on the project. The City will send a Notice of Award letter to the successful Contractor with three (3) sets of contract documents. The successful Contractor must execute the Contract in each set and return all three sets to the City. Upon receipt of the three sets, the City will execute each set and issue one set to the Contractor with a letter entitled Notice to Proceed. This letter authorizes work to begin and invoices to be paid. I 1.11 RESERVATIONS: The City reserves the right to reject any or all proposals and waive any or all formalities. I 1-4 2.0 PROPOSAL DOCUMENTS 2.1 PROPOSAL DOCUMENT CHECKLIST ' All Proposal Documents, including this Checklist, must be completed in full and submitted in a sealed envelope, in the requested order, or the proposal may be considered as a responsive submittal. Proposal Documents I ' ' I if Included J1. PROPOSAL DOCUMENT CHECK LIST 2. ACKNOWLEDGE REQUEST FOR PROPOSAL ADDENDA I3. MINORITY and WOMEN BUSINESS ENTERPRISES N/A 4. PROPOSAL SUMMARY 5. COST ESTIMATE 6. QUALIFICATIONS OF PROVIDER 7. LIST OF SUBCONTRACTORS/TSD FACILITIES 8. VENDOR'S COMPLIANCE TO STATE LAW 9. INSURANCE CERTIFICATES 10. PROVIDER'S LICENSES&CERTIFICATES 11. PROVIDER'S LEGAL &COMPLIANCE HISTORY I12. OTHER A Invoice I B. Completed Waste Profile C. Completed Waste Manifest I understand that failure to submit all of these items may cause my submittal to be considered responsive. Name Jerry Correll Title Senior Vice President - Sales CompanySafety-Kleen Corporation 2-1 2.2 ACKNOWLEDGEMENT OF RECEIPT OF REQUEST FOR PROPOSAL ADDENDUM 2.2.1 Check if applicable 1 The undersigned acknowledges the receipt of the following addendum(a) to the Request for Proposals, and has attached all addenda following this page. (Add lines if necessary). Addendum Number 1 August 7, 2000 (Date received) } Addendum Number 2 (Date received) Addendum Number 3 (Date received) 2.2.2 Check if applicable 1 The undersigned acknowledges the receipt of no addenda to the Request for Proposals. �r PROVIDER: Safety—Kleen BY: .Terry corrall Company Name (print or type name of signatory) J 500 Road Battleground g Address (� ( Ig—natuty La Po TexaG 77571 Senior Vice President - Sales City, State,Zip Title (print or type) l I 2-2 l 2.3 MINORITY and WOMEN BUSINESS ENTERPRISES (M/WBE) The City's requirement for M/WBE participation has been waived for these services. 1 1 I low i I I i I I 2-3 1 r 2.4 PROPOSAL SUMMARY TO THE CITY OF FORT WORTH: The undersigned hereby proposes to furnish the equipment, labor materials, superintendence, and any other items or services necessary to perform packaging, transportation, and disposal of City generated hazardous, special, and solid waste, on an as needed basis. Detailed Scope of Work is attached hereto. Contractor equipment and personnel are capable of performing each type of procedure listed in the Project Data either with in house resources or through subcontracts. All Proposal Documents have been submitted in one sealed envelope. X Addenda to the Request for Proposals have been received. Unit prices are provided within the Proposal Documents in Section 2.5. Waste Shipments will be scheduled and responded to within fourteen (14) calendar days after receipt of shipment notice. The additional cost for responding within seven (7) calendar days after receipt is 5 % and the additional cost for responding within one (1) calendar day after receipt is 25 %. This Proposal Summary and the accompanying Proposal Documents are intended to be complete and will remain valid for sixty (60) days from the date of submittal. PROVIDER: Safety-Kleen BY: Jera;y Correll (Company Name) (pri to type an, f signatory) 500 Battleground Road (Address) Tenior e) ILa Porte, Texas 77571 Vice President - Sales (City, State,Zip) Title(print or type) I 281/476-0645 281/478-7681 1 Phone) (FAX) 2.4 J 1 Scope of Work Proposals are being accepted by the City of Fort Worth ("City") for the furnishing of all labor, materials and equipment necessary for the packaging, transportation, and disposal of City generated hazardous, special, and solid waste on an as-needed basis. There will be no minimum work guaranteed under this agreement. The City expects all Contractors submitting I Proposals to fully understand and comprehend applicable current laws, regulations, and standards and have a means to stay abreast of upcoming proposed and final changes to any applicable laws, regulations, or standards. All Contractors submitting Proposals shall perform work in accordance with Industry Standards and all applicable Federal, State, and local requirements, laws, regulations, etc. Note: Proposals from brokers will be accepted. All subcontractors are subject to acceptance by the City. The City reserves the right to perform on-site audits of all facilities prior to acceptance as a qualified subcontractor. The City generates hazardous, special, and solid waste from various city operations and from collecting abandoned waste and spill waste through our Spill Response Program. The City generates hazardous, special, and solid waste from city operations at approximately 25 facilities. The Spill Response Program generates hazardous, special, and solid waste primarily from motor vehicle accidents and abandoned wastes on city properties and right-of-ways. Materials for disposal under this contract may include: solvents, thinners, paints, pesticides, herbicides, fertilizers, fungicides, contaminated automotive fluids, printer/copier chemicals, mercury, mercury contaminated materials, and soil or absorbent materials contaminated with spilled chemicals. The work required under this contract includes but is not limited to the following tasks: asks: • Collect, package (containerizing), sample, and label of hazardous, special, and solid I wastes; • Perform on-site recycling of paint solvents; • Provide analyses of wastes for disposal as necessary, including Haz-Cat Field Analysis; • Provide transportation services for wastes to disposal or recycling facilities; • Disposal (including incineration, fuels blending, treatment, and landfilling) of hazardous and other regulated materials; i Provide a vacuum truck or frac tank on an "as is needed" basis for recovery of hazardous liquid wastes; I Provide roll-off boxes and box transportation for disposal on an as is needed basis; • Recycling and treatment of waste materials whenever feasible; • Provide paperwork and documentation needed to complete waste shipments; and • Provide City with fully executed copies of Waste Manifests within 35 days of waste shipment. IThe City will perform the following tasks under this contract: �► Provide material safety data sheets (MSDSs) and process information on wastes for I disposal; 2-5 1 • Provide timely notice to Contractor in writing of waste disposal projects, detailing the location(s), type of work, and other pertinent information; • Aid in the selection of disposal methods; • Provide required regulatory information for manifest and shipping paper information; and • Provide representative to accompany Contractor on waste disposal projects. 2-6 2.5 COST ESTIMATE The Table below identifies various types of wastes, Contractor shall provide a disposal cost for each type ,Pl of waste included on the Table. Disposal cost shall be a "turn-key" cost and include loading, labeling, transportation, and disposal costs. Please initial each and every Cost Estimate page in the lower right hand corner. Additionally, the Contractor shall attach their Standard Price List at the end of this section along with any applicable discount rate (percentage off standard) that applies to the City of Fort Worth projects. Container Size(gallon) Waste Description 5 P415_ 20 30 55 1. RCRA Lab Packs 95.00 158.00 189.00 221.00 315.00 (Incineration) 2. Aerosols-Flammable 59.00 89.00 99.00 139.00 N/A Incineration 3. Aerosols- 99.00 149.00 165.00 231.00 Non-flammable N/A Incineration 4. Aerosols- Corrosive 99.00 149.00 165.00 231.00 Incineration N/A 5. Aerosols- Poison 99.00 149.00 165.00 231.00 N/A Incineration 6. Oil-based paint(RCRA) 119.00 178.00 198.00 277.00 396.00 in cans, combination AOM packaging (Recycle) 7. Latex-based paint 86.00 143.00 171.00 200.00 285.00 (non-RCRA) in cans, combination packaging (landfill) 8. Oil-based paint(RCRA) 50.00 50.00 50.00 61.00 87.00 single packaging (fuel blending/recycle) 9. Latex-based paint 65.00 97.00 108.00 151.00 216.00 (non-RCRA) single packaging (landfill) 10. Used oil, single 50.00 50.00 50.00 61.00 87.00 packaging (fuel blending/recycle) 11. Non-RCRA, solid, single 50.00 50.00 53.00 74.00 126.00 packaging (landfill) 12. Non-RCRA, liquid, 50.00 57.00 63.00 88.00 126.00 single packaging (landfill) 13. Non-RCRA, solid, 50.00 53.00 59.00 82.00 117.00 combination OM", packaging (landfill) 14. Non-RCRA, liquid, 86.00 143.00 171.00 200.00 285.00 combination packaging Incineration Container Size(gallon) Waste Description 5 14-15 20 30 55 15. RCRA solids, single 104.00 157.00 174.00 244.00 348.00 packaging, incineration 16. RCRA solids, single 79.00 119.00 132.00 185.00 264.00 packaging, landfill 17. RCRA liquids, single 65.00 97.00 108.00 151.00 216.00 packaging, incineration 18. High BTU-RCRA 50.00 50.00 50.00 61.00 87.00 liquids, fuel blending, single packaging 19. Elemental mercury (retort) 3.21 per pound pricing 20. Mercury compounds 416.00 624.00 693.00 970.00 1,386.00 (retort) 21. Mercury spill clean-up 529.00 794.00 882.00 1,235.00 1,764.00 debris(retort) ,Owl 22. Mercury contained in 529.00 794.00 882.00 1,235.00 1,764.00 manufactured articles (thermometers, switches, etc.) (retort) 23. Ni-cad batteries 99.00 149.00 165.00 231.00 330.00 "common size" (Recycle) 24. Lithium batteries 180.00 270.00 300.00 420.00 600.00 "common size" (incineration) 23. Lead-acid batteries 55.00 85.00 92.00 126.00 182.00 "common size" (incineration) 24. RCRA oxidizer liquid, 166.00 248.00 276.00 386.00 552.00 single packaging (incineration) 25. RCRA oxidizer, solid, 198.00 297.00 330.00 462.00 660.00 single packaging (incineration) 26. Propane cylinders Lecture(up to 3"x 13'� = 216.00 Small (lecture to 4"x 24'� = 267.00 Medium (small to 12"x 36'� = 344.00 Large(medium to 16"x 56'� = 497.00 X-Lar a(large to 20"x 83' = 728.00 27. RCRA empty drums 9.00 13.00 15.00 21.00 30.00 (landfill/recycle) Container Size allon Waste Description 5 14-15 20 30 55 28. PCB containing 238.00 356.00 396.00 554.00 792.00 equipment (transformers, capacitors,ballasts,etc.) (Incineration) 29. PCB contaminated soil 50.00 50.00 53.00 74.00 105.00 (less than 50 ppm) (landfill) 30. PCB contaminated soil 149.00 356.00 396.00 554.00 792.00 (greater than or equal to 50 ppm and less than 500 ppm) Incineration 31. PCB contaminated soil 149.00 356.00 396.00 554.00 792.00 (greater than or equal to 500 ppm) (Incineration) 32. PCB contaminated PPE 149.00 223.00 248.00 347.00 495.00 (Incineration) 33. PCB oil(Incineration) 139.00 208.00 231.00 323.00 462.00 Container Size Waste Description Cubic yard bag 20 yard roll-off'--F-30 yard roll off' 1. Empty paint cans(landfill) 320.00 N/A N/A 2. Latex paint cans containing 539.00 N/A N/A liquid pai t landfill 3. PCB contaminated soil 368.002 90.00/ton 2 90.00/to7 landfill (disposal only) (disposal only) 4. RCRA solids for stabilization 590.00 270.00/ton 270.00/ton and landfill (disposal only) (disposal only) 5. Class I material, landfill 368.00 48.00/yard 48.00/yard (disposal only) (disposal only) 6. Class II material, landfill 250.00 12.00/yard 12.00/yard (disposal only) (disposal only) 7. Class III material, landfill 250.00 12.00/yard 12.00/yard (disposal only) (disposal only) 1=Transportation charges apply as follows: Transportation for Bulk Loads = Not to exceed $1,200 per load for Non Hazardous Not to exceed $1,900 per load for RCRA and PCB Material = Non TSCA or MEGA Rule DOT Packaging Container Size(gallons) Container T e3 5 14-15 20 30 1 55 85 1A2 N/A N/A N/A 32.00 38.00 82.00 1A1 6.00 N/A N/A 42.00 48.00 N/A 11-12 6.00 16.00 19.00 25.00 32.00 104.00 1H1 6.00 20.00 20.00 42.00 46.00 N/A Cubic yard box or bag 54.00 per Cubic Yard Box 3 All containers must meet,at a minimum, DOT packing group II specifications. Supplies Item Price Vermiculite—per bag 6.00 per bag Drop charge for roll-off box Not to exceed $1,200 20 yard roll-off box rental 15.00 per day 30 yard roll-off box rental 15.00 per day Vacuum truck rental N/A Field Hazcat of unknown material 55.00 per sample Services Service Price Field Technician—hourly rate 27.00 per hour Field Chemist—hourly rate 42.00 per hour 2.6 QUALIFICATIONS OF THE PROVIDER Provider shall identify its company name, address, telephone number(s), and FAX number(s) for the local office as well as the headquarters. Provider shall attach a copy of its current Statement of Qualifications. If subcontractors are to be utilized for services to be provided, current Statements of Qualifications for those companies must also be included. Provider shall submit a brief resume (one page maximum, 10 pt type minimum) of each professional person who will be assigned to this contract. Identify key persons by name and title and describe the primary work assigned as well as the percentage of time each person will devote to this contract. Document Provider's experience managing and performing packaging, transportation, and disposal of hazardous, special, and solid waste on an as-needed basis. If applicable, photos, schematic drawings, and vendor(s) brochures should be included with a narrative description. A copy of the Provider's Health and Safety program must be submitted as Provider's Qualifications Document 2.9. INCLUDE A COPY OF THE QUALIFICATIONS FOLLOWING THIS PAGE BOUND WITHIN THE PROPOSAL PACKAGE I 2-11 J APO, 2.6 Qualifications of the Contractor Corporate Office Safety-Kleen Corporation 220 Outlet Point Boulevard Columbia,SC 29210 801.323.8400 Phone 801.323.8425 Fax Local Offices utilized in this contract Safety-Kleen Corporation 8004 Chancellor Row Dallas,TX 75247 214.631.1660 Phone 214.631.4768 Fax Safety-Kleen(La Porte),Inc. 500 Battleground Road La Porte,TX 77571 281.476.0645 Phone 281.478.7681 Fax Safety-Kleen Corporation 515 West Greens Road,Suite 600 Houston,TX 77067 281.884.7000 Phone 281.884.7033 Fax A. Technical and Customer Support Service...is by definition, " work done for others", "friendly, professional aid" or, "a benefit or advantage". At Safety-Kleen, we exemplify this definition of service. We afford City of Fort Worth the opportunity to focus on core business activities by providing professional assistance and performing tasks outside the expected,resulting in measurable benefits and advantages.Safety-Kleen prides itself on continuous efforts to integrate service packages with the expectations of our clients. Safety-Kleen is committed to working diligently to supply the services and value added benefits City of Fort Worth has come to expect from an environmental service partner. From routine waste pickups to on-site field service activities, Safety-Kleen is committed to providing the highest quality service in the industry. Safety-Kleen views the invitation to form a partnership with City of Fort Worth as an exceptional opportunity to forge trust and engage in business activities mutually beneficial to both firms. Safety-Kleen is committed to fostering an environment where the exchange of ideas and recommendations are commonplace. The open, honest and purposeful communication of information, providing for more efficient and economical processes is the cornerstone of any business partnership. Optimum Location Safety-Kleen (La Porte), Inc. is the industry leader in the management and disposal of hazardous waste in Texas. Our proximally located TSD in La Porte, TX and regional transportation and administrative offices located at the same facility,coupled with our field offices in Dallas, TX and San Antonio,TX have positioned Safety-Kleen optimally to service the Texas market. Resources Safety-Kleen Corporation maintains the most expansive network of treatment and disposal facilities in North America. Safety-Kleen's technological positioning, combined with interlocking service routes, allows for swift responsive access to an entire network of treatment and disposal sites. "Service Centers" work in partnership with the Safety-Kleen network of treatment and disposal facilities. The concept is one based on providing customers with the most cost-effective, environmentally secure disposal in the industry. Waste is transported to a local Service Center, where it is temporarily stored or consolidated with compatible waste streams and then shipped to a final treatment and disposition site. When it comes to final treatment and disposal, Safety-Kleen is, again, well positioned to meet the needs of a diverse customer base. With an interrelated base of environmental technologies, Safety-Kleen can meet the growing demands of a changing environmental marketplace. Through our recent acquisitions and mergers, Safety-Kleen has shown its commitment to providing the most comprehensive portfolio of disposal options in the industry. Texas hazardous waste generators remain a top priority for Safety-Kleen (La Porte), Inc. When allocating resources, the diverse needs of the manufacturing, university, government and research and development customer base have been taken into consideration. Safety-Kleen has built a solid infrastructure of facilities, personnel and transportation equipment to ensure repeatable high-quality service. As regulations and customer requirements change, Safety-Kleen has remained at the forefront of the industry, constantly updating our policies and procedures to service this demand. Safety-Kleen boasts a fully permitted Part B Storage and Transfer facility in La Porte, TX. Our wide-ranging permit allows for the safe transport and disposal of a wide variety of Hazardous and Non-hazardous materials. Consolidation and/or compaction of wastes when appropriate occurs under the supervision of our highly trained staff. Safety-Kleen owns and operates more than twenty (20) specially permitted transportation vehicles. Permitted vehicles range from 26-foot box vans, to tractors with box vans for larger shipments. All van trailers are fitted with lift gates, which allow for ease of loading in situations without a loading dock. Safety-Kleeri s most precious resource is our highly trained and skilled employees. Because the need for exceptional technical service is paramount to our customers, we provide only highly qualified and skilled people to assist our customers and consistently seek top quality college graduates and experienced chemists to provide internal technical support. To and allow for clear and accurate information Safety-Kleen proposes to provide City of Fort Worth with an in-house single point of contact. A dedicated Solutions Manager will be designated to the City of Fort Worth account and will be available to all City of Fort Worth personnel. Safety-Kleeri s solution managers have extensive experience working with all facets of environmental compliance issues. The dedicated solutions manager will be responsible for all technical and logistic issues and the ultimate satisfaction of City of Fort Worth. The solutions manager (or qualified backup) will be available at all times to provide City of Fort Worth with on-call technical advice,logistics or customer support, and at all times are complemented by the proficient and dedicated staff at the Service Center and TSDF. Our accomplished and experienced Field Service professionals are available to perform AVW numerous activities on-site at City of Fort Worth. Lab packing, decontamination, waste characterization, equipment and facility decommissioning and similar on-site tasks are accomplished in a cost efficient and professional manner. Field Chemists and Chemical Technicians routinely tackle the most difficult jobs bringing them to completion on budget and on time. Waste Minimization Although Safety-Kleen's geographic reach and scope of services surpasses those of anyone in the industry, we are guided by one overriding principle: To reduce the environmental risks and liabilities facing our customers to the greatest possible degree. Safety-Kleen can assist City of Fort Worth in identifying your waste generating processes and help City of Fort Worth properly characterize waste streams. Safety-Kleen can then suggest other materials or equipment to reduce either the amount or toxicity of the waste generated. If reports or state agency-specific written plans are required, Safety-Kleen can help City of Fort Worth to write a Waste Minimization Program and can also complete waste minimization reports. Indemnification At Safety-Kleen, we recognize that one of the best ways to ensure customer satisfaction is to provide peace-of-mind. That's why we have developed the industry's most comprehensive indemnification agreement, which protects clients to the fullest possible extent against any future liability related to our services. It is a no-nonsense approach that helps to eliminate customer concerns, delivering an unmatched level of comfort and security. Under our indemnification policy, we take the title to your waste — and all the risk. So the responsibility is shifted away from you and your business, and transferred to Safety-IQeen. We accept that liability at every step of the process,too,from pickup,handling and transportation,all the way to final treatment, disposal or destruction. This enables you to concentrate on your core business, and doing what you do best, because we concentrate on managing your waste safely and in full compliance with all applicable regulations. Safety-Kleen's Certificate of Assurance and Indemnification demonstrates our dedication to safe and responsible service and gives our customers a simple guarantee: Without fault of the customer, if a spill or accident should occur while a customer's waste is in our possession, including ground and water pollution, Safety-IQeen's financial strength,insurance and assets will be there to pay the costs to clean it up. We can deliver on this pledge to reduce your risk,because our employees deliver on their pledge to do the job right. C.rtfl"So of A.wrw"aotl kirtnMf.O. =��=•s=ue-' AOb` 1 .' • • � � ■ -OW Key Personnel The following listing identifies Safety-Kleen's key personnel in respect to Job title and responsibilities. FACILM MANAGER-Responsibilities include developing facility budgets and achieving facility business goals. The facility manager coordinates the efforts of the facility operations team, safety department,sales staff,and compliance department to ensure facility objectives are met. Chantal Snell:Ms.Snell has been with Safety Kleen since 1993. She is the Facility Manager at Safety Kleen's La Porte facility.She was formerly the Station Manager and Lab Manager at the same facility. She holds a B.S.in Environmental Management from the University of Houston- Clear Lake. Ms.Snell has successfully completed applicable training as outlined in OSHA 1910.120. She has legal authority to bind the contract. SOLUTIONS MANAGER - Responsibilities include preparing quotes and price estimates of services to be provided under existing contracts and the proper invoicing for those services according to the contract specifications. The Solution Manager also prepares the pick up requests for the Field Operations Supervisor. This itemizes the requirements of the work to be performed and list any special circumstances for each job. Daniel Black: Mr.Black has been employed with Safety Kleen since 1997. He is currently a Solutions Manager at Safety Kleen's La Porte facility. He previously held the position of Field Chemist at the La Porte facility.He has a B.S. from University of Houston-Clear Lake in Environmental Management. Mr. Black has successfully completed training as outlined in OSHA r 1910.120. FIELD CHEMISTS - The primary responsibilities of the Field Chemists will be to direct and perform all necessary steps leading to the safe and legal transportation and disposal of hazardous materials. This includes identification, segregation, packaging, labeling, manifesting and all other assigned tasks in compliance with all-applicable rules, regulations and both Safety-Kleen and City of Fort Worth procedures. Field Chemists will also be responsible for supervising Chemical Technicians and Drivers. Gary Moore: Mr. Moore has been employed with Safety Kleen since 1998. He is the Field Operations Manager at Safety Kleen's Dallas facility. He previously held the position of Chemical Technician at Safety Kleen's Dallas facility. Mr.Crawford has successfully completed training as outlined in OSHA 1910.120. I.► Employee Training and Medical Monitoring Employee Experience All Safety Kleen personnel who work on hazardous waste sites have successfully completed the training program described in this proposal. They have the background, skills, training, and experience necessary to provide City of Fort Worth with the best available service. Employee Training On-Site Personnel All Field Chemists have a bachelor's degree in chemistry or a related science and have completed 40 hour EPA and OSHA training programs per 40 CFR 264.16,29 CFR 1910.1200, and 29 CFR 1910.120 training courses. Field Chemists are responsible for handling,segregating,packaging, manifesting,labeling, loading, and routing collected waste for destruction at the appropriate TSDR facilities. Chemical Technicians have, at a minimum,completed 40 hour EPA and OSHA training programs per 40 CFR 264.16, 29 CFR 1910.1200, and 29 CFR 1910.120 training courses. Many of Safety Kleen's Chemical Technicians have degrees or college level work in chemistry or related sciences. Chemical Technicians will work under the supervision of Field Chemists. Drivers must have completed the 40 hour EPA and OSHA training programs per 40 CFR 264.16, 29 CFR 1910.1200, and 29 CFR 1910.120 training courses, have an appropriate commercial driver's license, two years verifiable over the road experience, prior hazardous materials experience, clear motor vehicle record including no license suspensions or court appearances for traffic violations, no drug or alcohol related dependencies,and a valid medical examiners certificate. Drivers are qualified to assist Field Chemists. Off-Site Personnel Support personnel are full time Safety Kleen employees,have passed Safety Kleen's medical monitoring program, and will provide technical and contractual assistance from the La Porte facility. These personnel will provide expertise in health and safety, transportation,regulatory compliance, personnel training, hazardous waste management, law, and contract administration. Employee Training and Medical Monitoring The project manager has supervisory experience and is responsible for overall site operation, supervision of all Safety Kleen personnel,and interface with the client. All Safety Kleen personnel have successfully completed Safety Kleen's internal training program described below. They have the background, skills, training, and experience necessary to provide City of Fort Worth with the best possible program.Safety Kleen's internal training department provides training which meets or exceeds all applicable Occupational Safety and Health Administration(OSHA), DOT, and EPA requirements. All Safety Kleen personnel who receive,segregate, package and transport household hazardous waste have completed the 40- hour program. Safety Kleen's supervisory personnel complete the 40-hour program as well as supervisory safety training. Also upon successful completion of the program, personnel are issued serially numbered Certificates of Training in accordance with OSHA requirements. Below is a chart which shows training requirements for employees at the La Porte facility. Safety Kleen has an established medical screening and health surveillance program for all of its employees who are engaged in hazardous materials work. All field and field support employees are required to participate in annual physicals. All employees are required to participate in pre- employment physicals and drug testing. Safety Kleen has also implemented random drug testing for all employees. Alcohol testing is given only when there is a DOT related accident. This examination exceeds the requirements of 29 Code of Federal Regulations (CFR)1910.120(f)for hazardous waste site operations. The medical monitoring program at Safety Kleen involves blood and urine profile, medical history and physical exam. The physical exam includes a detailed medical history,sight and hearing tests,reflex testing,routine measurement of height, weight,blood pressure and pulse and careful"hands-ori' evaluation of general health. A pulmonary function test is included so that the examining physician can establish medical fitness to wear a respirator as mandated by OSHA Act 1910.123(b)(10). The pre-employment exam establishes a baseline of medical data that will allow the examining physician to compare future medical data. The annual exam allows early detection and prevention of adverse health effects and helps to assure the employee and ourselves that our safety procedures are effective in preventing exposure to chemicals,pesticides and wastes. The blood and urine profile consists of a group of tests directed at general health parameters that reflect the function of the kidney,liver and nervous system. It is impossible to check for every workplace chemical or toxin,but some special tests are indicated. These tests include heavy metals screen, PCB levels, pesticide and chloro-organic screens. k7 U r _ \ � / ƒE 2 § / LU \ CDI o S 3 ƒ / 06\ 2 ? & c k$ y J R R F R / § ■ _ « � o o 0 0 0 0 0 o 'W- CL g = � m 2 � _ o § 0 0 0 0 0 ir .W- ir �o LL _ . Gay # y � � »7 # I III a)M f o d � � § $ n zE . ibm # 2g + . ƒ W \ � k /< § g FEZ o f 0 (D 0) w c ■ _ . £ - y LL - ■ 2 . I Of w o w w w w � $ / § E f m p o§ = m ? � - C0 2 22 « aZm # f ) _ o w o w 2 2 2 2 2 2 o o > 2 2 § 2E = E� r ° 0 � � p M ; G . § - = jm % % 0 ) + � 02 . fD)F ) k0Zi- � CD � : o K § / § a ¥ ) ) ) \ / ° M C & 7 0 R a r . n * e § CM - ƒ m _ / & / 2 § @ { ] 2 k r- } 0 2 % m _ & [ = E , . 7 e _ ` ial, y ` [ o em _ . / & $ k : r / . ' ] ƒ § : f 2 :!2R e - I = § m _ qS . 2 / e o s = ' mG aa 7 < / < 01610 w w w = _ _ = I ] £ ] 2 e Q & & o v c Q m j +a m a � � m w (A y o E .. cc .0 � _ C cc ° cc r V) x N (p N cc 2 2 m '— F C N n C, C >_ O O rn � 'm No (O c x g w c ~ m x = o U c c N Q O m U C m 'a,j N p a .. = U t x CL v U uj E m C _ N Z Ey � C .�N W N v a N Y Nca CL a UJ 0) � . Q •C 'ru •ACD 0 Qac to Q !° pd O m w cIMir O C o 0 0 � � CL o m 0 LL N H ` 0 CL d x Q W C O 0 0 °r E m .. ee ao _ O O O O O O O O O O O O O O O O O O O O OHN a x A CD {� U O W _ O U U (D c E ' L� m g `aO aF'• .LC'i in yAoN ::SffZ o y Cm r g c: E° ` o m oE ai a W o E ay r a CU >O 'O m N O C N � d C v am m o�i � � U : 0c c a U w w w iL ii LL 2 -1 2 2 O FU �'. 0001, Training Requirements Notes 1. Employee training requirements are to be satisfied prior to job task according to the following code: M-Mandatory Required by company policy,regulations, or both. R-Recommended Participation suggested when training will provide useful information,enhanced understanding of requirements,or when prerequisite for job assignment/promotion. O-Optional Participation encouraged if training is relevant to position assignment and will contribute to job understanding. 2. Some training which may be necessary for a particular task or assignment may not be evident from this matrix. Facility management should contact Health and Safety or Technical Training departments if there are any questions. 3. First aid and CPR training is required for all employees during the 40-hour Hazardous Waste Operations New Hire Training. 4. It is mandatory that remedial site project managers maintain first aid/CPR certification. 5. This training is not mandatory unless active participation is required. 6. This training is mandatory for those positions with direct employee supervisory responsibility in this area. 7. This training is mandatory if supervision of entry into confined spaces is required. S. It is mandatory that at least one employee be trained in first aid/CPR at each office facility. 9. This training is mandatory if entry into confined spaces is required. 10. It is mandatory that engineering personnel responsible for design of processes,changes of processes or equipment specification involving confined spaces complete this a.. training. 11. 40-hour training may be required by permit conditions or contract requirements at specific locations. AW AVI& 1. Methods of Managing and Reporting Safety-Kleen's computerized Waste Management System allows customers to track their waste from their internal point of waste generation to their ultimate Treatment, Storage, Disposal, or Recycling(TSDR)facility. Our invoice individually details the exact price of each drum coded by a customer's facility to assist in allocating internal expenses and practicing source reduction. Utilizing these systems, Safety-Kleen is able to provide extremely accurate waste tracking and rapid shipment to final disposal. For example, the La Porte facility processes an average of over 4,000-6,000 drums per month. And, although our permit allows storage of drums for a year, less than 1% of these containers are in-house as long as 90 days. Safety-Kleen uses a bar coding system to track each drum of waste from the generator's site, through the warehouse, to the recycling/disposal site. At any time during a drum's stay at the La Porte facility, its exact location and status may be known within seconds. Once all the materials on a given manifest have been shipped for recycling/disposal, the Safety- Kleen system will produce a Certificate of Destruction (CD) identifying the recycling facility/disposal site and the treatment code for that drum. Idw B. Detailed Operational Plan 10 Safety-[leen s main focus is the proper handling of hazardous waste and hazardous materials to minimize financial risks and long-term liabilities. Our clients include industrial facilities, consulting firms, educational facilities, laboratories, and state and federal regulatory agencies. Safety-been is service oriented. We recognize our clients' need for confidentiality and growing concern over the liabilities imposed by the current "cradle to grave" regulatory policies for generators of hazardous waste. Regional Service Centers Safety-been provides integrated chemical collection,treatment,and disposal services for both public and private sectors. The scope of our services ranges from picking up a single drum to the shipment of multiple truckloads of hazardous wastes. A coordinated network of eight facilities located in Massachusetts, Illinois, California, Maryland, Tennessee, North Carolina, Texas and Florida ensures customized service at competitive pricing. Our Service Centers, the cornerstone of our national service network, distinguish Safety-been from its competitors. These facilities originally evolved from the concept of a "hub and spoke" collection network,in which wastes could be collected within an identified geographic region and fed to fixed treatment and disposal facilities. The service center concept exemplifies Safety-Kleen's dedication to proper waste management by providing even the smallest of generators the same economic and secure flexibility in treatment and disposal alternatives afforded large-quantity generators. These strategically located centers can serve as depots for the temporary storage of hazardous waste s� generated by both large and small businesses and institutions. Waste streams that are transported to the regional temporary storage facilities are either bulked or consolidated into truckload quantities for final shipment to appropriate, approved disposal facilities. Waste materials are analyzed for adherence to the parameters set forth on material profile sheets. These profiles are evaluated prior to acceptance to ensure compliance with specific permit requirements. Additionally, Safety-Meen provides a highly trained and experienced staff to assist clients in their waste management needs. Safety-Meen chemists provide a full range of analytical, administrative, and transportation services as well as regulatory assistance advice on waste handling, packaging, and disposal options. Service Center-La Porte,Texas The primary off-site management resources for City of Fort Worth will be provided from our La Porte facility. The La Porte facility is capable of accepting,handling, and processing waste generated at all of City of Fort Worth's locations. The La Porte facility of Safety-been serves as a home base for field chemists, a temporary waste storage facility,and a warehouse for storage of supplies and safety equipment and a terminal for our transportation fleet. It services customers in Texas and Louisiana. Please see the attached Audit Package for copies of the permits,insurance,and compliance history for the La Porte facility. The primary service provided by La Porte is lab packing and drummed waste removal. The La Porte client base includes institutions such as hospitals and universities; industries including manufacturing,research,and development facilities;and government agencies on the local,state and �" federal level. Wastes packaged by Safety-been are manifested by our personnel and transported on AVOI Safety-Kleen vehicles to our facility for temporary storage. Waste is accumulated on tractor-trailers over secondary containment prior to transport to the final disposal facility. The La Porte facility also serves as a regional Safety-Kleen office. Solutions Managers within the Safety-Kleen department interface with the generator for the purpose of writing profile sheets and selecting specific sites for disposal. /n, 401� 1. Mechanics of a Pick-up Safety-Kleen has developed a proprietary computer program for our Field Chemists to utilize when performing waste pickups at client sites. Prior to dispatching a field team to the City of Fort Worth locations, all information relating to the waste removal order is printed for use by the field team. Listed below is the information that is made available for the field crew prior to dispatch: 1) All waste profiles and approvals for the pickup location 2) Site specific Health and Safety Information 3) Client Survey 4) Pickup Request outlining quantity and type of waste scheduled to be removed and special instructions for the field chemists. In addition to the above information, the computer program will allow Safety-Kleeri s field chemist to print manifests, hazardous and non-hazardous drum labels and landban forms prior to removal of waste. By utilizing this technology, Safety-Kleen has implemented additional safeguards against paperwork errors/discrepancies. Once City of Fort Worth has determined the need to have a chemical waste pickup, several steps are taken to ensure that the work is performed in a timely fashion. On the prescheduled date, a team of chemists will arrive in a straight truck or tractor-trailer with all the supplies, materials, and paperwork required to legally package, transport and manifest the material. Upon arrival at any City of Fort Worth site, the Safety-l(leen chemists will first check with the local technical representative prior to performing any of the duties described below. '? Lab Packs Before lab packing the chemicals, the chemists will note the nearest fire extinguisher and eye wash station. If these are not available the chemists will provide them. They will also ensure that the packing area is well ventilated, has adequate lighting and is away from any other dangers that may be present. The chemists will be wearing Level D protective gear while they are packing. This consists of boots with metatarsal protection,tyvek,gloves,and safety glasses. The chemists will then segregate the chemicals according to hazard class and compatibility. The materials will be packed in accordance with all DOT, EPA and disposal site requirements into DOT approved containers. As material is placed into a drum it is recorded on a Container Content Sheet. This sheet lists all the chemicals placed into that drum. Once the drum is full the container content sheet serves as a packing list and is placed on the outside of that drum. Each drum is labeled according to all DOT and EPA regulations and given a unique number for drum tracking purposes. Bulk Drums For bulk drums, the chemists will first inspect the contents of the drums to insure that they match the Material Profile Sheets (e.g. visual color inspection, waste stream pH, specific gravity of the material, and viscosity). Once the waste material is identified with the profile, then the condition of the drums will be inspected for compliance with DOT specifications. If the drums are not in acceptable condition, they will need to be overpacked. 1100, The chemists will load all containers and will secure the load with load-bars. Placards will be raised in accordance with DOT regulations for the materials being transported.Upon receipt at the La Porte Service Center,the drums are bar-coded,which allows us to inform the client at any time where any specific drum is located. Several drums are randomly selected for a Quality Control inspection as specified in our facility Part B permit. Once the drums from a manifest have been disposed, a Certificate of Disposal will be issued. 001. 2. Compliance with Manifest System Safety-Kleen field personnel will complete and review the hazardous waste manifest. Manifests are prepared as prescribed by 40 CFR 262.20 - 262.23. Safety-Kleen personnel will fill in all proper information such as:manifest document number; generator's name, address, telephone number and EPA identification number; name and EPA ID number of the transporter; name, address, and EPA number of the designated facility; description of the waste as required by U.S. DOT in 49 CFR 172.101, 172.202 and 172.203; the total quantity of each hazardous waste by units of weight or volume, and the type and number of containers as loaded onto the transport vehicle; and any supplemental information that may he required (i.e., state vehicle certification number, physical state, constituent percentages, EPA or state hazardous waste numbers, EPA hazard codes, handling codes or other required information). Upon completion of the manifest, the Safety-Moen employee will sign the manifest as acceptance that all containers are accepted for transport. The contact at City of Fort Worth will be required to sign and date the manifest as the generator and will be given three copies.City of Fort Worth will be given appropriate manifest records in order to retain one, mail one to the Disposal State, and to mail a copy to the Generator State. As stipulated in 40 CFR 263.20-263.22, all waste will be delivered to the designated facility on the manifest. When the waste is received at the designated facility, the Material Routing Supervisor checks the paperwork for discrepancies. If there is a discrepancy, there is an attempt (by telephone conversation and follow-up letter) to resolve the problem. If the discrepancy is not resolved in 15 days, a letter shall be submitted to all states involved stating the discrepancy and attempts to reconcile it. In the event the waste material that is transferred to Safety-Kleeri s service center is determined to be Non-Conforming, Safety-Kleen shall provide a detailed explanation of the determination, including a copy of the pertinent waste analysis,with a notice of nonconformance promptly upon discovery. Safety-Kleen shall use its reasonable best efforts, that are generally accepted industry practices, to determine nonconformity in a timely manner, not to exceed 15 days after receipt of the waste. If the initial notification and detailed explanation are not in writing, written notice shall be furnished to the City of Fort Worth as soon as practical, but in no event later than five (5) business days following actual notice. If the non-conforming waste may still be managed by the original method and at the approved TSD referenced by the original work release, Safety-Kleen shall proceed with management of non-conforming waste upon receipt of appropriate documents and agreement to an adjusted price as necessary. if the waste material cannot be managed by the original method or at the approved TSD referenced by the work release, Safety-Kleen shall propose to City of Fort Worth an alternative managing method and/or approved TSD. If a new method and/or approved TSD is agreed to by City of Fort Worth, Safety-Kleen shall confirm the alternative arrangements in writing, and the City of Fort Worth will provide confirmation to Safety-Kleen within five (5) business days after receipt of Safety-Kleen's confirmation, including fee adjustments which shall have been provided in advance to City of Fort Worth for review and approval and may include Safety-Kleen's reasonable non-conforming waste fees. OV-- Once the manifest has been approved, the Safety-Kleen facility agent signs and dates the hazardous waste manifest indicating that we have accepted the waste. The generator is then sent a copy of the completed manifest within 10 days. Completed copies of the manifest are also sent to the proper agencies of the generator and disposal states. This is consistent with 40 CFR 264.70-264.77. O AW 000, 3. Bar-coding System Safety-Meen currently utilizes a computer bar-code technology at all service center facilities to monitor the location and disposition of each container. A series of safeguards have been incorporated throughout the system to promote reliability in customer preference of disposal facilities. Currently, the bar-codes are applied upon arrival at the TSD facility. Due to permit requirements, a weekly scan is performed as a quality control measure to verify container location. Bar-codes are applied to opposite sides of each container and a small label is applied to the quality control sample Laken upon arrival at the facility. All drums are scanned using an intrinsically safe device(approved for Class I, Division II atmospheres) to eliminate any potential ignition sources. All containers are scanned prior to shipment for preparation of the manifest. 01■. JA► ,", 4. Transportation a. Vehicle Requirements Safety-[leen shall provide all vehicles necessary for transporting manifested chemical waste from City of Fort Worth to appropriate off-base treatment, recycling, and/or disposal sites. Safety-Kneen vehicles used for these purposes will be maintained in good operating conditions; have all permits and licenses required by federal, state and local regulatory authorities for the transportation of hazardous materials; be suitable for the task of safe transportation of chemical waste; be licensed, permitted, or tagged to allow operation in all jurisdictions in which City of Fort Worth is located; and,comply with the following specific requirements. 1. All doors shall be lockable and kept locked when the operator is not present. 2. Vehicles shall be thoroughly inspected by Safety-[leen at least once a month. Safety inspection checklists shall be prepared during each inspection, signed by Safety-Kleen's technical supervisor. 3. Each vehicle shall be equipped with suitable fire extinguishers, spill control and clean-up supplies,safety equipment,and accident reporting kits. 4. Drivers may not smoke while operating vehicles transporting any waste. b. Loading and Securing Loads Safety-Veen personnel rely on their extensive DOT training; many hours of work experience, and common sense to ensure that loads are secure and conform to US DOT shipping regulations. The process begins when containers are inspected for integrity and conformity with DOT regulations. All containers are inspected for leaks, dents, deterioration, leaking bungs, gaskets, proper rings, and correct labeling and marking. When damaged or off spec containers are discovered, they are either overpacked, recontainerized in DOT shippable containers, or have gaskets, bungs, rings, and labels replaced as necessary. When loading trucks, special attention is paid to be sure that the number of drums listed on the manifest coincides with the number loaded onto the truck. Care is also taken to load in such a manner as to avoid gaps and spaces that might result in a shifting load. Small containers and odd shaped materials, such as cylinders and batteries, are either overpacked or palletized and shrink- wrapped onto pallets to stabilize them for shipment. Load locks are used to further deter the possibility of the load shifting. c. Transportation Safety In order to reduce potential contact between the waste material and the general public, the driver will take the most direct route to the disposal site. All drivers will also be informed of the materials they are transporting and Safety-lleen's drivers carry copies of the appropriate response in the event of a spill. As an added precaution in the event of a spill, the Safety-Kleen drivers will carry appropriate respirators,protective clothing, fire extinguishers, shovels,brooms, overpack containers, oil sorb, and an impervious material such as visqueen in their trucks. Safety-Kleen's drivers are instructed to comply with all DOT regulations governing safety,speed limits,hours of driving,etc. AW 5. Additional Services a. Management of Unknown Chemicals Introduction The safe and economical disposal of Unknown Chemicals is an ever-present problem for a majority of chemical waste generators. Safety-Kleen feels that with the generator's cooperation we can provide the necessary chemical expertise with built-in safety factors to identify, package, transport, and dispose of stockpiled unknown chemicals with minimal risk to human health and the environment. Scope of Work Safety-Kleen, utilizing simple field tests, will categorize the unknown chemicals into compatible chemical groups. Materials found to be similar in chemical characteristics will be consolidated into groups so that no more than four (4) gallons of liquid or forty (40) pounds of solid compatible chemicals will be packaged in a container. A proportional, representative composite sample will be made from each group. Depending on the results of the simple field tests, the samples will be analyzed to determine the composition representative of the grouped materials. In the interim, the materials will be bagged and safely packaged in lined DOT containers suitable for direct feed incineration, and left at the client's site. When the analysis has determined the chemicals' characteristics, the drums will be removed as lab packs(preliminary content sheets will be prepared when packaged) during the next routine pickup or at the earliest convenient time. At no time will any materials be blended except to make analytical samples. The materials will be grouped and packaged based on the following parameters: PARAMETERS 1. Presence of peroxides 2. Water solubility 3. pH 4. Oxidizing capability 5. Organic/inorganic 6. Presence of chlorine/fluorine 7. Presence of sulfides 8. Presence of cyanides 9. Ignitability These parameters are intended as guides to packing and are subject to the practical determinations made by the Senior Chemist. The presence of chlorine, a compound's ignitability or water solubility does not necessarily indicate incompatibility with other materials. These field tests will prevent the inadvertent contact of: (1) Sulfides and cyanides with acids (2) Adds with bases (3) Oxidizers with organics The simple field tests performed safely under controlled conditions will allow chemical generalizations to be made allowing the legal and safe transport and disposal of the categorized compounds. Safety Considerations The safe handling of these compounds will require some preliminary assistance from the generator. Safety-IQeen requires the past general history of the generator's wastes and processes. Safety-Meen must be notified of the likelihood of finding radioactive, shock sensitive, carcinogenic, infectious, dioxin, or organic peroxide type compounds. This information will allow us to make appropriate modifications to our safety plan. Safety-IQeen also requests that a lab environment complete with hood be made available. Safety-Meen feels that the extent of a small reaction can be better controlled and isolated in a lab setting. Further, Safety-Kleen requires that the generator make water and telephone services immediately available. Safety-Meen will supply two degreed Field Chemists to accomplish the work. Prior to performing any of the field tests, Safety-IQeen personnel will set up a portable eyewash, fire extinguisher and prepare two self-contained breathing apparatus for use immediately outside the work zone. The safety procedures for this program were developed to assure the maximum protection of the project personnel and practicality. The personnel need to be able to move freely and handle small containers and equipment. A laboratory setting is ideal for this type of project. The routine opening and handling of the unknowns will occur within the hood area. Only one container will be open within the work area at any time. The first concern to be addressed is that of ,M peroxide formation. If the container shows any sign of peroxide formation (such as a disfigured container,or crystal formation around the cap or at the liquid level), the container will be considered non-routine and will be opened using the remote pneumatic opening device. At this time, personnel will be required to wear flak jackets over their routine safety gear. While operating within the hood area on samples determined not to contain peroxides, personnel will be required to wear the following: — Chemically resistant yellow tyvek — Fire resistant sleeves — Chemical resistant boots — Chemical and impact resistant face shield — Full-face air purifying respirator — Safety glasses/goggles — Chemically resistant gloves(under) — Flame resistant gloves(over)/as necessary Safety is of the utmost concern. The Safety-Meen team on site will be responsible for implementing the necessary and practical safety procedure. The Safety-Meen Facility Health and Safety Officer will immediately be available by phone to address any unforeseen safety concerns. AOW Procedures As one team member performs the necessary tests, the other team member will record all results on the data form. Once the sampling and testing is completed, the data forms will be reviewed. All samples identified as compatible will be grouped and organized as a lab pack. As previously mentioned, the total amount of materials grouped together to form a drum will not exceed 4 gallons or forty pounds. Initially, a small amount (eyedropper or spatula) from each sample to be consolidated will be mixed and observed for any reaction. If there is no reaction, a representative volume from each container will be consolidated (in the same sequence) into a sample that will represent the characteristics for the entire drum. After consolidating the sample, each item will be individually bagged and placed into a container suitable for direct feed incineration. The surrounding cushioning material used will be non- combustible vermiculite. Materials which are air reactive, water reactive or found to contain organic peroxides will be individually packaged in vermiculite in plastic five gallon pails. All packages will be labeled with the sample number corresponding to their representative sample and staged at the client's site pending approval for final disposal. All lab trash affiliated with each sample will be individually bagged. Any freestanding liquid will be absorbed with clay before placing material into the bags. This material will be packaged and disposed of as a lab pack. The trash will be picked up at the same time as the other containers. Upon receipt of the analysis, Safety-IQeen will formulate container content sheets that best AIML characterize the drums. If it is necessary to retest or repackage due to the presence of mercury, PCBs, or some other problematic compound, the client will be advised of their options. Once disposal outlets are secured for the drums,Safety-Meen will label, manifest, and transport the containers to a transfer facility for forwarding to their ultimate disposal outlet. 400h. b. Shock Sensitive Material Handling Safety-1Qeen has the experience and knowledge in working with materials susceptible to violent or uncontrolled deterioration. We have the ability to package, arrange for transport, and dispose of shock-sensitive materials as they exist, or we can remotely open the material and add a suitable solvent to reduce the explosion hazard. Although every situation requires adaptability and modification, the following procedures are used as guidelines for every remote opening of shock sensitive material Initial Setup An area will be located sufficiently distant from heavily traveled routes and buildings so as not to damage property or person in the event of a detonation. A polyethylene tarp of sufficient area to protect the surface in the event of breakage or spillage will be placed on the ground and the remote opening box placed in the center. At least 50 feet of buffer zone will be maintained between the control station and the remote opening box. All fire extinguishers, safety equipment and non- essential personnel will be located beyond the control station. Remote Opening The container of material(bottle)will be submerged in a suitable solvent during setup to lessen the possibility of a reaction through friction in the lid and threads. The bottle will be placed in the remote opening box and secured. By use of an air driven ratchet the bottle will be opened. This will be operated from the control station. Once opened,the bottle will be removed,a suitable solvent will be added and the bottle will be packaged for disposal. Clean-up The box will be wiped with a rag and the plastic taken up and appropriately disposed. Safety Gear There will be two workers;both will wear Modified Level B Protection. One will act as a standby at the control station at all times. Modified Level B Protection Flash protective face shield Yellow tyvek Fire gloves over nitrile gloves Fire suppressant sleeves Flack jacket Full face respirators On Standby:self-contained breathing apparatus Halon fire extinguisher Metal-X metallic fire suppressant P c. Compressed Gas Cylinder Handling and Treatment Safety-IQeen has developed a safe and economical program,which will track each cylinder from the initial information gathering to the final disposal outlet. Through a process of characterization, cylinders are classified according to the following parameters: Circumference and length Type of cylinder Does the cylinder leak Valve type Any labels Contents of the cylinder Any special markings Physical state of contents Integrity of the container Safety-been currently utilizes the following disposal outlets for cylinders. Safety-IQeen(Deer Park), Inc. Safety-been(BDT), Inc. 2027 Battleground Road 4255 Research Parkway Deer Park,TX 77536 Clarence,NY 14031 (281)930-2300 (716)759-2868 Incineration Incineration/Treatment AWb' Safety-IQeen personnel have been approved by these facilities as being competent in obtaining the required information, and evaluating the cylinders according to their standards. Once the cylinders are approved and ready for transport Safety-Meen will arrange for the cylinders to be shipped directly to the disposal outlet. AW d. Sampling and Analysis Should City of Fort Worth be unable to submit required analytical data for disposal site approval, or should a sample be required by the disposal outlet prior to approval,Safety-Kleen is able to provide sampling and/or analysis upon approval from an authorized City of Fort Worth contact. Original copies of all results will be provided to City of Fort Worth Sampling will be performed by applicable EPA standards. A lab that is accredited by the state of Texas will perform analysis. Samples required for disposal site approval will be sent to Safety-IQeen for shipment to the final TSD, and analyzed to insure that the disposal/treatment methods will fully destroy the waste according to EPA standards. A401' 6. Acceptable and Unacceptable Waste Safety-Meen (La Porte), Inc. is permitted and able to handle most of the wastes generated by City of Fort Worth. These include but not limited to: 1. Flammable,Ignitable,and Combustible Materials. Examples include various solvents, gasoline, kerosene, paint thinners, solvent-based paints, furniture strippers, stains and finishes, some waxes, and polishes. 2. Corrosive Materials. Examples include inorganic acids such as Sulfuric and Muriatic Acids, organic acids used in some cleaning solutions, caustics such as Sodium Hydroxide and Potassium Hydroxide. 3. Oxidizing Materials. Examples include dry swimming pool chlorine and nitrate based fertilizers. 4. Reactive Materials. Examples include cyanides, sulfides, and air or water reactive materials such as metallic Sodium and Lithium. 5. Toxic Materials. Examples include pesticides, fungicides, rodenticides, herbicides, and mildewcides. 6. Chlorinated Solvents. Examples include dry cleaning solvents, old "teardrop" hanging fire extinguishers, some wood and paint strippers, some wood finishes, and some waxes or polishes. 7. Dioxin Related Materials. Products that contain the herbicide 2,4,5-T, Silvex, or related salts or compounds, or which contain or were made from pentachlorophenol (PCP or penta) or other polychlorinated phenols, may contain very small amounts of various dioxins as byproducts or contaminants. 8. Aerosol Cans. These may include materials in the categories listed above or spray paints and oven cleaners. 9. Compressed Gas Cylinders. Safety-Meen (La Porte), Inc. has approvals to handle cylinders up to 16" in diameter by 56" in length. 10. MercuEy and Mercury Compounds. Examples include metallic mercury, mercury salts, and thermometers. 11. Organic Peroxides. Examples include Di-tert-Butyl Peroxide, t-Butyl Hydroperoxide, and t-Butyl Peroxybenzoate. 12. Explosive or potentially shock sensitive materials. Safety-Kleen defines explosives as those materials containing a five percent or greater concentration of listed or intrinsically explosive materials. Safety-Kleen has the ability to package, arrange for transport,and dispose of shock-sensitive materials as they exist, or we can remotely open the material and add a suitable solvent to reduce the explosion hazard. �. Safety-Meen (La Porte), Inc. does not routinely accept the following materials at the La Porte facility, but will be able to manage most of these wastes for City of Fort Worth as part of this contract through approved subcontracted disposal facilities. 1. Radioactive Materials. Materials that exhibit measurable activity above regulatory regulatory thresholds and scintillation fluids, unless these fluids have an activity level less than 0.002 microcuries per gram for transportation and 0.05 microcuries per gram for storage and exhibit an EPA characteristic such as ignitability. Other materials are designated as radioactive by the DOT and will therefore be treated as such by Safety- IQeen, regardless of concentration. Safety-IQeen has the ability to arrange for transport, packaging,and disposal of radioactive material. 2. Medical Waste. Viable organisms, human and animal tissues, and bodily fluids such as ostomy bags are not accepted by Safety-Kleen. 001� C. Invoicing (a) Safety-Kleen shall submit a detailed invoice for each waste pick up for services to City of Fort Worth for which the Services were performed. (b)Terms are net 45 days for payment of invoices. Each invoice submitted by Safety-Kleen hereunder shall provide detailed cost breakdowns for each pick up in a format acceptable to City of Fort Worth, including, but not necessarily limited to, transportation, materials supplied(such as drums or other containers), storage costs, disposal or destruction costs, following the rates set up in the attached Cost Proposal. PROHIBITIONS REGARDING SAFETY-KLEEN'S SERVICES. Safety-Kleen will not utilize a Subcontractor for Services without obtaining the prior written approval of City of Fort Worth. This Agreement shall commence on the award date and will expire on August 31, 2001. Upon completion of the term of this Agreement, City of Fort Worth shall have the option to renew the Agreement for(1)additional one (1)year period under the same Terms and Conditions. Each option shall be exercised by notice in writing to Safety-Kleen at least(60) days prior to the expiration of the initial term hereof of the first option period. Under no circumstances will this Agreement extend beyond four years. 0011, D. Order Entry City of Fort Worth's designated Solution Manager will use Safety-Kleen's Computerized Waste Management System to prepare the Request for Service(or Pick-up Request). Historical data by waste stream is automatically available when an order for service is placed. Profile status and current market price is immediately available to the Safety-Kleen Solution Manager. Safety-Kleeri s Computerized Waste Management System is utilized to guarantee that waste pick- ups are scheduled at the time City of Fort Worth requests. The manifest,land ban,labels and profiles are automatically generated from the database along with special delivery instructions. Additional information can be added by the Solution Manager at the time of order placement to assure the Field Chemists will have appropriate delivery information. Avlh� E. Data Management Safety-Kleeri s computerized Waste Management System can provide immediate waste tracking information from generation site to end disposition.Safety-Meeri s computerized Waste Management System will provide quarterly and annualized tracking information useful for completing state and federal reports. One of the unique features of our Waste Management System is the ability to produce customized reports. Financial reports such as cost allocation by facility or department can be invaluable when planning or measuring the performance of a business unit. Information that is accessible and accurate to aid in the decision making process is the goal of Safety-Kleen's computerized Waste Management System. In addition to Safety-Kleen's computerized Waste Management System, Safety-Kleen can provide internal computer support with the necessary expertise and experience to manage information in an intensely regulatory- driven industry. Safety-Kleen will assist City of Fort Worth with the development of new solutions and information processing capabilities helping to provide today's solutions to the problems of tomorrow. Internally, Safety-Kleen employs several mechanisms to manage wastes within our system. Beyond the inherent benefits of compliant carefully managed waste for long-term liability reduction, City of Fort Worth will benefit from the numerous information points as waste passes from generating facility to end disposal site. Safety-Kleen bar-codes each incoming drum allowing for tracking of waste from point of generation to end disposal site. At any time, the status of an individual container showing the notation"scheduled for pick-up" or"disposed of is available. Certificates of disposal are ,O'k available, if necessary, after final disposition. As Safety-Kleen generates City of Fort Worth approved waste profiles, all applicable documents needed to transport waste such as preprinted shipping labels,waste manifests and land ban documents immediately become available as the correct applicable shipping names and waste codes are linked into Safety-Kleeri s computerized Waste Management System. As waste streams change or regulations shift, Safety-Kleen will automatically update shipping names and/or waste codes to apply to the new stream or regulations. Safety-Kleen maintains records of the following information and documents and will provide copies as requested. ♦ Container Contents Sheets ♦ Uniform Hazardous Waste Manifest ♦ Vehicle Inspection Reports ♦ Landfill Notification ♦ Unidentified Waste Inventory ♦ Certificate of Destruction/Recycling ♦ Acknowledgment Copy of ♦ Reactive Waste Inventory Manifest ♦ Mixed Waste Tracking Records ♦ Sample Tracking Record ♦ Sample Documentation Lo ♦ Manifest Lo ♦ Manifest Files ♦ Contractor Furnished Permits ♦ Waste Profiles ♦ Waste Sampling Analysis ♦ Sample Chain of Custody Form ♦ Explosive Waste Inventor ♦ Precious Metals Waste Inventor ♦ Incident Report(s) AV", Profiles are always available and can be electronically transferred as needed. In addition real- time lists of active waste streams with information on DOT shipping names, EPA waste codes, land ban information and price can be produced enabling waste stream consolidation. Safety-Kleen's computerized Waste Management System also ensures that waste is routed to only approved end disposal sites. Controls limit the approval and shipment of waste to facilities not currently approved by City of Fort Worth. As new facilities are approved for waste shipment, Safety-Kleen will add these to the approved list and route waste to these facilities as appropriate. F. Experience Diamond Offshore Drilling,Inc. 15415 Katy Freeway Houston,TX 77094 Paul Doggett (281)647-2266 Date: 1991-Present Amount Spent Annually: $635,000.00 Project Summary:On-going Waste Disposal Services, Recycling Service, Field Services Mobil Oil Corporation Beaumont Refinery End of Burt Street Beaumont, TX 77701 Dale Viator (409)757-1225 Date: 1995-Present Amount Spent Annually: $300,000.00 Project Summary:On-going National Disposal Contract, Field Services, Transportation Services Shell Oil Company 5700 Highway 225 Deer Park, TX 77536 Terry Harden (713)246-7280 Date: 1991-Present Amount Spent Annually: $405,000.00 Project Summary:On-going Waste Disposal Services, Recycling Services, Transportation Services, Field Services US Department of Energy Highway 60 and FM 2373 Amarillo, TX 79177-0001 Joe Crockett (806)477-5000 Date: 1994-Present Amount Spent Annually: $445,000.00 Project Summary: Annual Contract Waste Disposal Services BDM-Oklahoma,Inc. National Institute for Petroleum&Energy Research 2200 North Virginia Avenue Bartlesville, OK 74003 Joseph Hughes (918)337-4562 Date: 1996-Present Amount Spent Annually: —$450,000.00 Project Summary: Annual Disposal Services Contract, Field Services,Transportation