HomeMy WebLinkAboutContract 63377CSC No. 63377
FORT WORTH,,'
VENDOR S) ERVICES AC. R�+'.)I{'.MIrN7'
This VENDOR SERVYC>HS AGREEN1ENT CAgreement") is inade and entered into by grid
between the CITY OF FORT WWrH ("City"), a Texas hoine rule municipal corporation, acting by arld
through its duly authorized Assistant_ City Mnnii6w, and US Ecology Ilouston, Inc.{"Vendor"}, a Tcxas
Emergency Response and Waste Disposal Company, and acting by anti through its duly authorized
representative, each in7dividtially referred to as a "party" aqd collectively refeiml to as the "parties."
AGlMEMENT DOCUMENTS:
Tlrc Agrecrrieriil documents include the following;
1- III i I, "Vrnldor Services Ap-eenient;
2- Rxhibit A — Scope of Services
3. Exhibit 13 —Price Schedolc; and
4. Exhibit C —Insurance Doc►trnnenlatlon
Exhibits A, B and C, which are attached hereto and irtcurporated herein, are made a part of this Agreement
for all purposes. in the event of any con fliet bctwi cn the terms and conditions of Exhibits A, B or C and
the terms and conditions set forth iiithe body ofthis A ro�rnt:nt, the terms and conditions ofthis Agreement
control.
I, Scope of Services. Emergency Response and Clil Cleatuip at VC WKF ("Services"), which
arc set forth irl more detail in Exiubil "A," attached hereto and incorporated hercirn for all purpose ,
1 Ter•m. The initial term of this Agreement is far 1 yeags), begin Ill ng on Ihi� dale t#iat this
Agre,enieirt is executed by the, C:ity's Assislanl City Manager ("Effi xtive Date"), unless terrrrinated earlier
in accordance. with this ,+i. cement ("Initial Terns' . City will have tine Option, in its sine discrclion, to
renew this Agreement u ndor the same trams and conditions, for up to I one-year renewal options) (each a
"Renewal Tenn"),
3. Compensation.
3.1 Total compensation under this Agreement will not emx"J four hundred thousand
Do] lars annd zero Cents.
12 0ty will pay Vendor in accordance with the Prompt Payment Act (C'hapwT- 225 L
of thc'Dxas Governrnent Code) and provisions of this Agrectnent, irnchnding �:xl�ihil s:E}a�
which is attached) herelo anti incorporated herein for all purpnses-
3.3 Vendor will not. perform any ac€dlitionul services or bill for expenses incurn-ed for
OFFICIAL RECORD
VcndorScrviecs A&wemera VC�VRF - rAnngeney Rtwuave ktpublic Servim CITY SECRETARY P3c.e 9 of 13
FT. WORTH, TX
City not specified by this Agreement unless City requosts and approves in writing the
additional cents for suzh services. City will not be liable for any additional expenses of
Vendor not specified by tfiis Agrwmcnt unless City first approves such expenses ii1
riting-
4. Tcrrnntation.
IJ - Written Notice- City or Vendor in ay terminate this Agreement at ally tinge and for
any reason by providing the other party with 30 days' written notice of termination.
4.2 Non-aocronriation of Funds. In the event no funds or insufficient funds are
appropriawd by City in any fisciil period for any piiymenls dtie hereunder, City will notify Vendor
of such occurrence and this Agreement wi I I terminate on the last day of the fiscal period for which
appropriations were received wiihuut penally or expenw to City of any kind whatsoever, excepl as
to the portions of the payments herein minced upon for which funds have been appropriated.
43 Minus eruct Obliewions of the Parties. In the event that this Agreement is
[crfniryated p17or to Ehc lKgPiration I lair:, City will pay Vcndor for s:rvir:cs actually rendtI riA up to
the effective date of terminaton and Vendor will continue to provide City with services requested
by City and in accordance with this Agreement up to the effective date of termination- tJpon
termination of this Agreement for any reason, Vender will provide City with colfles of all
coin p]eted or partially completed docuinenh prepared under this Agreement. Tn the event Vendor
has received access to City information or data as a requirement to perforin services hereunder,
Vendor will return all City provided data to City in a machine readable format or other format
deemed acceptable to City.
5. Disclosure o€tvunilicfsand Confidential lnformaation.
5,1 1)inelosure of con flirts- 'Vendor hereby warratr1s to City that Vendor Ilft';i Tirade frill
disclosure in wi ititrg of any cxisl ing or frntctrtial coil ll1as of iotcrest related to Vendor's SCrviCA:s
under this Agreement- in the event that ally confllets of interest arise after the Effective Tate of this
Agreq oment, 'Vendor hereby agrees immediately to make fuiI disolnsure to City in writing-
5.2 Confidential lnforination. Vendor, for itself and its officers, agents and employees,
agrees that it will treat all information provided to it by City C'City information"j as confidential
and will not disclose any such information to a third party without the prior written approval of
City.
5.3 Public Information Act, City is a govurment entily under Ike laws of the State of
Texas and all documents held or maintained by City are subject to disclos ure under the Texas Public
Informal ion Act. In the evenl Iherm is a request for information rnnuked C;onfidential or Proprietary,
City will promptly not ify Vend or, It wi I I bu the responsibility of Vendor to submit reasons object ing
I disclosure. A determination on whether stash rcasons arC su ff wient wi11 1101. be dccicical by City,
bull by the Clffwu of lhie Attorney UCcTwral of thcc Slate of `l cxa-,3 or by a ootin of competent
jurisdiction-
5A Unauthorized Access. Vendor inust store and maintain City [ntarmation in a sectire
inanner and wiII not allow tinatithorized users to access, inodify, delete or otherwise corrupt City
Information in any way. Vendor must notify City immediately if the security or integrity of any
City Infonnation has been cornpromiml or is believed to have been coinpromismd, in which event,
Vendor Wj[[, in good fiiitli, kiss all coTrnnct-cially [c efforts to coopctalc with pity in
VendOL 5eivim Agieenkent VCWRF— Emerp-enry Respom — Republic &erviccs pafe �1 or13
Identifying what in%rntation Itas lnetl 4accnsncd by nmAulhorized znciims and will frilly coopuralc
with City to protect such City I nforrnation from further unauthoriricrf i(�ssirC,
6. Rieht to Audit. Vendor agrees that City will, until the expiration of three (3) years after
finHJ paynnomt under this Agreement, or the final conclusion of any audit cornntenccd during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, docinnents,
papers and records, including, bu€ not limited to, all electronic records, of Vendor involving transactions
T-0041g to this 4,reenient at no additional cost to City. Vendor agrees that City will have access during
normal woi-kh)g hours to all nucessary Vendor facilities and will be provided adequate and appropriate irvork
space in order to wncluci aLiciils in coinplizirnce, vuith the provisions of this section. City %vill give Vendor
reasonable advance notice of ittfeMIcd Mid il1.
7. Independent Con (ractor. It in cxpressl)' Xindenaood and agreed that Wndur will operate
as an independent contractor as to a]] rights and privileges and work perl`ormed rondo this Agreetncn;, and
not as agent, representative or employee of City_ Subject to and ill accordance with liar Conditions aml
provisions of this Agreement, Vendor will have the exclusive r1giit to control the details of its operations
and activities and be solely responsible for the acts and otnissinins of its officers, agents, seruarils,
employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of
will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be
conskruud as the croalion of a partnership or joint enterprise between City and Vendor. It is further
uncltnlood that City will in no way be considered a Cc -employer or a Joint employer of Vendor or any
oF€iccrs, a cnls, servants, employees, wWractors, or stibccn1ractor& Neither Vendor, nor any officers,
agents, servannts, Cal P1oycxs, contractors, or sttbi cunlracicrs of Vendor will be eniitled to any employment
he17oflls froill City, vendor will be responsible and liable for any and all piiyrnunt and ruporting of mixes on
behalf of itself, and arry of its offlcei ,, agma.% scrv�snls, Ctwployocs, oa` wnlraoors'
S. Liability and Indemnifieation.
&I LIABILITY- YENDOR WILL BE, LIABLE AND RA,SP(]11 VIRLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE, AAFD PERSONAL EVJUR Y,
INCLUDING, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL
PERSONS, OFANYI{IND OIL C.HARAC'TER, WHETHER REAL OR ASSERTED, TO THE
IsXTEN T CAUSED BY THE NEGLIGENT AC'T(S) OR OMISSION(S), MALF iSANCE, OR
INTENTIONAL MISCONDUCT OF VENDOR ITS OFFICERS, REPRESENTATIVES
A GEN T;S, .S ER YA N TS, #:'4 fPj,0 Vp,, -. , CON TWA CTCORS, OR ,S( 1BCONTRA C'T'ORS.
V Cyi'EWAL IND EMNI F1 (A T1UIV - VE 1)()AR HER ER.Y C:C1KhNANTS AND
A GRIZES 7.0 I DEMNIFY, MOLD HAkAffP-S,S, AN1) J)E1-ItND CITY, 17;5
AGF-N71V, kEPRE.SI?M'A71VE.S, ,Sh'RYANf:S, A N1) EMP1,0FP-7:'.V, F)?0N /IIVD / I GA I NS T
ANYA ND ALL C'I.AIMS OR IAWSUl7N OF ANY A-INI) OR CAN i1. CTp! R, WH ETllp:R
REAL OR ASSERTED, FOR EITHER 1'Rf]PERY'Y 1JA AGE OR LOSS (1N#'FXWNG
ALLEGED DAMAGE OIL LOSS TO VEND0R .S" BUS`INTsSS AND ANY RE, T71, HNG LOST
PR0FITV) AND PEIRSONAL I JURY, INCLUDING, RUT NOT L IMI TEI 1) 7A DEA 711, 1.0
ANY AND ALL PERSONS, AWSING ACTT OF OR IN CONNECTION )G]F'ITH THIS
A GR EF;MFIVT, TO THE FXT'.!4NT C4 USF'I) B Y THE NEGLIGENT A CTY OR OMI S,SIONS
OR MAL.F''1`r:ASr1NC OF VENDOR, ITS OFFICERS, AGENTS, REPBSENTATI VES,
h'R VA N7;$, f:'A•lPL 0 YEES, CONTRA C. TORS, OR ,S UBC ONTRA C,'T'ORS.
8.3 7N7'EI.LECYTIAL PROPERTY 1ND Nll{ICA77f) — Venduragrees (u
defend, settle, or pay, at its owit cast and cxpeILse, any clahn or action against City for
VrnMr Seruiec%A rc€ment V('WIRi`— Fmeriz.ency t nnm— Hcrublie Srr k-cr. Pagfi 3 of i3
infringement of any patcut, copyright, trade an:ark, trade secret, or shnilatr property right
arising from City's use of the software or docunientattiou in accordance with this Agreement,
it being understood that this sgreement to defend, settle or pay will not apply if City mollifies
or rnisrtses the softrrtare aandlur docunientaation. So long sas Vendor bears the cost and expense
of payment for claims or actions agaainst City pursuaant to this section, Vendor will have the
right to conduct the defense OfATLY such claaitn or action sand all negotiations for ifs settlement
or coraipronaise and I set#le or vornprvrmine ;arty such chain; however, C ily Trill have the right
to Fully participate in any and all suvh settlement, negotiations, or lawstd( its necessary to
proteet Uty'as interex(, and City agrees to rooperaate with Vendor in doing so, lit the event
City, for )Yltattvver resason, assumes the respo7nsibifify for payment 0re0sts sand expenses for
sany clahn or aetinn brought against City for iatl•rinRem em arising under this Agreement, City
will have the sole right to conduct the defense of 2my such claim or action and ralt ucgotiatiorns
for its settlement oa' cmatpromise and to settle ar compromise any such elativa; however,
Vendor will fully participate and cooperaatc With City in defense of such claim or }actiou.
City agrees to give Vcudor timely written notice of any such efaim or action, with copies of
all papers City may receive relating thereto. Nohvithstanding the foregoing, City's
assumption of payment of costs or expenses will not climivatte Vendor's duty to indemnify
City under this Agreement. If the software atndlor documentation or any part thereof is held
to infringe Hnci the atse thereof is enjoined or restrained or, if as at result of sa settlement or
compromise, such itse is materially adversely restricted, Vendor will, at its own expense and
as City's sole remedy, either; (a) procure ror City the right to continut !o use the ;afiwrare
and/or documentation; or (b) modify the solflware and/or doeatnaentatiun 10 make it non -
infringing, provided that svOk modification does not materially adversely affect
City's authorized uke of the software and/or dncuanentatimt; or (e) replace the soffware and
docurnentatinn ►yith equally s�xitstlxle, comlxatelale, and functionally equivalent non -infringing
software and dneuaatentation at no additional charge to City; or (d) if unne of the foregoing
alternatives is reasoatsably available to Vendor tertniatatc this Agreement, and refund all
amounU paid to Vendor lay City, subsequent to which tcrminatiou City may neck any and all
remedies nvnilable to City under law.
9. Assignment and Subcontracting.
9,1 AssiErurkent, Vendor will not assign or subwntract any of ils tidies, orbligalions
or rights under This Agreemenl withoul the prior wrillen conSCnt of City, Jf gilt' ,rants consent to
:an assigrunent, the assignee will execute a written aagreument with Gily and Vendor under- which
tltc assigncc ag)-cv: to be bound by the, dudes and obligations of Vender under this Agreement_
vwndor wyiI i be liable for a I I obligations of'V odor under this Agreement prier to the effective date
of the assignnaent_
_2 Subcontract- if City Vrar*, consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
he hound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully exectated copy of any such
subcontract.
10. Jwwr�nce. Wridor mull pi-uvirk City with certificstc(s) of insurance docUlnenting
policies of the following lypc!5aand minimum coverage 1inaits that are to lac in effect prior to conencnecrnctit
of any ccs pursuant to this Agreement;
10.1 Cover4geand Limits
Vcn&r Serriccs Agmrcmcv VEAVRI: — EFncigency Rrspansc — Rcpublic Senvkes ravt. 4 of 13
(a) C ommcmial General Liability:
$1,000,000 - F ach Occurruilce
$2,000,000 - Aggirgate
(b) Automobilc Liability=
$1,000,000 - Fach accurrcnec on a cornbinorl single Iimit lxasis
C overage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
veldel 0' will bu any vuhicle owned, hired and non -owned.
(e} 'Worker's Compensation:
Statutory limim sieoording to the Texas Workers' Compensation Act or any other
.,(ate wnrkers' corxtpcnsation laws whey the Services are being performed
Fmp]oyers' liability
$ ] 00,000 - Bodily Injury by accident; each accidentlnccurrcricc
J 00,000 - Bodily Injury by disease; each ernployce
$500,000 - Bodily Injury by disease; policy limit
(d) Professional Liability (Errors &. Omissions). 0 Applicable ® NIA
1,000,000 - Each Claim Limit
1,000,000 - Aggregate Limit
Pmfcns ion4l 1,4ibillty covcraRC� may be provided Ihruugii an endorsement to the
Commercial Gencrai Liability (CGL) policy, or a scpuratr, policy specific to
Profcsssinnai PAO- 1.ither is acceptable if covizap meets all other requirements.
Coverage must be claims -made, and inaintalned fOr the drlratioa oFihtr corrtractual
agreement and for two (2) years follawlag coin pletlnn of services 1 rovidcd_ A n
annual certificate of insurance must be submitted to City to evidence coverage.
10.2 General Reat irenients
(a) The commercial general liability and automobile liability policies must
name City as an aciditional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
thu cont;actecl services.
(b) 'laic wurkcm' cowpumation policy must include a Waiver ofSubroga#ion
(Right of Recovery) in favor of City.
(c) A mininium of "shirty (30) days' notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days' notice will be
acceptable in the event of non-payirrent of premium. Notice must be sent to the
Ciiy in accordance with the notice provision of this Agreement.
VwWor Scrv[m Ai3rcemenl VCWRr—DrLagency Response— Republic Se,w ices — — -- - _ - pugC5 vC 13
(d) The insurers for all policies tnust be licensed andfor approved to do
business in the State of Texas. All insurers mast have a ininiinuin rating of A- VIT
in the current A.M. Best Key Rating Guide. or have reasonably equivalent financial
mi-cngth and solvency to the satisfaction of Risk Management. If the rating is
below thal required, written approval of Disk Management is required.
(c) Any failure, on the parl of C:ily to request required insurance
docxinicillad on will not comiiiute a waiver of the insurance requinantu:nt.
(f) Certificates of Insurance evidencing OsI. Vendor [)a,, ublaiTjt cj a I I Fegt1ired
jnsurance will be delivered to the City prior to Vendni• procceding with any wo1IC
}pursuant to this Agreement.
11. Comiolin nee with laws. Ordinances. Rules and Regulations. Vendor agrees that in the
pu:rformance of its obligations hereunder, it will comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it }produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations_ If City notifies
Vendor of any vies€alion of such laws, ordinances, rules or regulations, Vendor inust immediately desist
froni and curruct tfic violal ion.
12. Non-Diseriminaiioa Covenant. Vendor, for itselF, ids poi— cnal representatives, assigns,
cowcactois, suhconlractonq, and successors in inlCrol, ss parr ofilie cuiu3idura I ion herein, agrees Ihat in the
perfortnance of Vendor's duties and ohliptions, hcrcuaider, it witI nol di scrim inatc in the trealment or
employment of any individual or group of individuals on any bmis €trohibitod by law_ IV ASV V CLAIM
ARiSES FROM AN ALLFGED VIOLATION OF THIS NON-DISC:R1.11'rYNATION COVENANT
A1VT
BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGN,, CONTRA C.'T`C R.%
SUBCONTRACTORS, OR SUCCESSORS IN IN'IT,REST, VENDOR AGREES TO ASSumle
SUCH LIABILITY AND TO rNDEMNIFY AND DEFEND CITY AND IICILD C.'ITY ITARMIsFS
FROM SUCH C:LAVYL
13, Notices. Nolices required pursuant to the provisions of this Agreement will be
conclusively deterrnined to have been delivered when (1) hand -delivered to the other panty, its agents,
crnpluyt eu% w-Tvanis or ruprewnla ives, {21� delivered by facsimile with electronic confirmation of the
translnission, or (3) rcccivod by the other party by Uniwd Staves Mail, rcgkwred, return Ttweipt requested,
addressed as follows,
To CITY:
City of Fart Worth
Attn. Assistant City Manager
100 Furl Worth'I'mit
Dort Worth, TX 76102-6314
With copy to Fort: Worth Pity Attonw-y's Office a[
same address
TO VENDOR -
US Ecology lIouston, Inc.
Jeff Roth , Account Executive
3 4 18 S Culbert Rid
Grand Prairia, TX 75050
H,inaii: JRot h2 republicservices,tom
14, Solici€at.ion of Ywnlovees. Neither C by nor Vendor will, during Ike tend of this
r1.grCIu Tn Qnl and additional ly for a period of unu yi oar a A cr i lS termination, soficil for ern ploynient or employ,
whether as ernptoyee or independent contractor, any person who is or has becti cinployed by the Oicr
during the torn of this ftwinent, without the prior written consent of the Vemon's cmploycr.
Vendor Sriwim; Apeement VC'WitF emcgm y h'espunse IRrpuh4ie �ICFViM Fare 6 of 13
NotwiihstWndixig iha~ foregoing, this provision will not apply to an einployee of either part,}, who responds
to a general solicitation of advcrlisuincnt of employment by either paily.
15, Governmental Pmvers. it is understood and agreed that by cxcuuliun of this 1igr+A:niiern1,
City does not waive or surrender any of its goVcrnrrnctntal pnwcrs 01• irranMtlnili ,
16. No_Waiver. The failure of City or Vendor to insist upon the perforniancL: of any tenon or
provision of this Agreement or to exercise any right granted heircin does not conslitutc a k fiver of City's or
Vendor's respective right to insist upon appropriate performance or to assent any such right an any fa_ltenre
occ:asicm,
17, Goveirnina! Law / Venue. `this Agreement will be, construed in accordance with the laws
of the Slate 0FTC' xas. Jfany ad ion, whel her real or asserted, at law or in equity, is brought }pursuant to this
Agrcentcnt, vennte for such action will lie inz slate courts located in `]'arrant County, Texas or Ilse United
States District Court €`or Ilie Northern Distaicl of Texas, Wort ]'North Division,
M avei-Ability, Jf any provision of this p-eernent is held to be invalid, illegal or
unenforceable, the validity, legalil_y and enforeca€niIky oFIhe, mmainting provisions will not in any way be
affected or im paired_
19. Force 14faicurc. City and Vendor will exercise their best efform to meet tlielr respective
duties and obinga#ions as set forth in this Agreement, but will not be lield Iiable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of {'rod; acts of the public
enemy; fires ; strikes; lockoufs; natural disasters; wars; riots; epidemics or }pandemics; government action
or inacliun; onlers of govtnu:n l; material or labor restrictions by any governmental authority;
transpcnnlation problems, restraints or prohibitions by any court, board, depan#inen#, coixnmission, or agency
of the United Stales or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not entimerated berchi but which is beyond the rcasonablc control of the Party whose
perfornnanec is affected (col Iecuve.1y, "li irec Majcurc F?vcn("), Tlic purfbrriiHnee of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hlndranc , provi&d thn ,
affected Party provides notice of the ]'Trice Majcure Rvent, and an explanation as Io how it prevents or
hinders the Party's performance, a<s soon as reasonably passible after the occurs -once ofthc Force Majc�ure.
Event, with the reasonableness of such notice to be determined by the City in its sale diserc#inn_ The notice
required by this section ranast be addressed and delivered in accordance with Section 13 of this Agreement,
20. Headings not ControlliuF.. L readings and titles used in this Agreement are for reference
purposes only, will not be deemed a pail of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
21, Review of Voitnsei. The parties acknowlecke that each party and its cotmsel have
nVviewcd and rcYL%cd this Agrcema;nt and that the normal rules of ccrostraction to the effect that any
ambiguities are to be resolvorl against the drafting Arty will not be umployed in the interpretation of this
Apmement or Exhil*% A, A, and C-
22. Amendments 1 Morlificatious ! E3 tensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23, C:ountervarts. This AL7uement may be executed in one or more counterparts and each
cou ntcrparl will, for all pkirp(Kses, he does d can odgirW, hui all such cotinica-parts will together constitute
.1
VoOor Srrsrims A8r*vqoYt VC.WRF—Fmerg my response - ltcptftc Swices Page 7 of 13
one and the same instrurnent-
24.Warranty-of_Seryices. Vendor warranis that its services will be of a high gtrrrlity anti
confoi n to generally prevailing industry slandards. City must give wrilten notice of any ba :x t:lt of INN
warranty within thirty (30) days frum the slate that the services are completed. In such event, at Vendor's
option, Vendor will eil her (a) use cuimnemially reasorrrrble cfforls to yv-perform the scrVi"S in A rrkaT311Cr
t€ at conronw, with [lie warrxnl.y, or (b) ri fFkMd the feen paid by City to Vt tvdur for the Tionconfortning
scrvi": ;,
S. Iinniip-ration Nationality Act. Vendor rnust verif}, the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (1-9), Upon request by City, Vendor wiII provide City with copies of all 1-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor most adhere to all Federal and State laws as e]I as establish appropriate procedures
and controls so that no services will be peilbrined by any Vendor emplyyee who is not legally eligible to
perform such services. VENDOR WILL INDly M—NIFY CITY AND HOLD CITY HARMLESS FROM
ANY PEI NALTIES, LIABILITIES, OR LOSSES DUE TO VIOLAXIONS OF THIS PARAGILU H
BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR
,AGENTS. City, tipon wrilten notice to Vendor, will have Iha right to irnmediately termirttkie Ihix Agm4rncTat
for vio1alirsns ofIhis provisitm by Vcrador.
26, ()w+temIrio of VVoOr I'rod ltet, City wi I I hcc the sole and cxcl10ve o%vna r of all reports,
work papers, procedures, gn!des, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement {collectively, "Work Product"). Further, City
w i I I he the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City ti-oin
the date of conception, creation or fixation of the Work Product in a tangible medrk_im of expression
(whichever occurs first). loath copyrightab]e aspect of the Work product will be considered a "wcrk-niade-
for-hire" within the meaning of the Copyright Act of 1976, as amended. if and to the extent such Work
Product, or any part thereof, is not considered a "work -matte -for -hire" within the meaning of t he Copyright
Au of 1976, as amended, Verxior hereby expreSAY rrs5igw3 10 Cily all exclusive righl, title anti ik)tcA�Cst in
and to the Work Product, and all copies thereof, and in and to the copyrigh€, patent, trrrtlemark, Iradc 2 eucmt,
and all other propriclwy rights therciD, that City may have or oblain, without Curtltcr considcrAtion, ffrc
freak �jrky 1 lJ ikl M, Iit rn for baIaniec dttc, or rights or retention thereto on Ilic part of City-
7- Sianature Authority. The person signing this Agreement hereby warrants that they have
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resoli ion, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authoriwd representative of Vendor. Each
Marty is fully entitled to rely on these warranties and representations in entering into this Agreement or any
aniendnient hereto.
8. Cie in Conivanv Mime or Ownership. Vendor must notify C ity's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
Updated City record', ,Mc presi&Trt of Vondnr or all( N)riMi 0f lci�ll mkrst sign the letter- A leacr iarlicat ing
change% in a company narne or owneNldp must he accompanied with supporting Iegal documentot€on such
as an ululated W-9, {1ocainents tiled with the state indfeating such Change, copy of the board of director's
resolution approving the act€on, or an executed merger or acquisition agreement. Failure to provide the
specif ed doauinentat€on so may adversely impact future invoice payments.
9. No Boycott of isracl. If Vendor rigs fewer than 10 employees or this Agreement is for
VendnrSerriLTsAgteniankVC�VRr- E-31VIrr11eyRespu11se [LepublicSetViwrs -- - --- paut 8ofla
less than S100,000, this section does not apply. Vendor ac.knowierlges that in accoManec with Chapicr
271 of the Texas Governinent Code, the City is prohibited from entering into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (€) does
not boycott Israel; and (2) wilI not boycott Israel during the term of -the contract. The terms "boycott Israel'
and "company" has the meanings iiscribed to those terms in Section 2271 of the Terms Gove=ent Code.
By signing this Agreement, Vendor certirles that Vendor's signature provides written verification to
the City (flat Vendor. (1) trues not boycott Israel; and (2) will not boycott Israel during the term of
the Agreement.
30- Prohibition on Hoveoittrrp- Vnerfir C�UWDR RWS. Vendor a('kc110Wlt gC�s drat in accordRTicL:
with Chapter 2.276 of tile Texas C;overninent Code, the City is.pn)h!hitecl froln entering into a contract RN
goods or services that leas avalue of $100,DDO or more that is to be paid wholly or par-tly from public funds
of the City with a company with 10 or more full-time cmpinyees unless the contract contains a written
verification from the Vendor that it: ( I) does not boycott energy companies; and () will not boycott energy
companies during the terra of this Agreement. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides
written verification to the City that Vendor. ( I ) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement.
31. Prohibition can Discrimination Ai.rinst ) irearnt and Ammunition Industries. Vendor
m:knowleclges Ihat except m otherwise provided by Chapier2274 of the Texas Ciovermuent Curie, 1he City
is prohibited from entering into a contract for goads or services that has a value of $100,000 or more that
is to be paid wholly or partly from public: funds of the City with a curnpany with 10 or more full -tirnt1
employees ttidcss (lye conir-act ceTI14iin-q a written verilical imk "ni t€rc: Vendor that it: (1) does iml have �i
practice, pohq, gtri&nec, or dinoctivic that discriMiHaECs apin9i a FIA- M entity or frc:algn tradr:
association; and {2.) w€€1 not discrirTr inate durliig the term of tits contract against a firearm entity nr firearm
trade �ugsociatioil- Totlie extent drat Chapter 2274 of [lie Government Cwlc is applieablcto this AgreemcM,
by signing this Agreement, Vcndor certifies that Vendor's Agnature provides written verification to the
City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearin trade association; and () will not discriminate against a firearm entity or firearm
trade association during the terin of this Agreement.
32. Electronic Shmatures. This Agreement may be executed by electronic signature, which
will be considered as an original signai tire for all purposes and have the same force and effect as an original
signature. For these purposes, "electronic signature" nrerins electronically scanned and transmitted versions
(c,g, via pdC lilt or fa(Alnik (T."siniS'51o(r) 0F JT, original signature, or signatures e€eetrordcaI €y inscr(ed via
soft wuro stick as Adobu Sign,
33_ F.niireiyofAP-reement. This Agreement contains the entire understanding and agreement
between City and Vendor, their wigns and srtcccssors in in1cragt, as to the matters contained herein_ Arty
prior or cordenip rancour oral or written agreetncttt is hereby declared mull and void to the extent in conflict
with any provision of this Agreerent_
(signs furf page ft)"Olpsj
Vendor Services Agreement VC'WRF — Fniergcncy Rcgrmnsc— Repuhkcc Services POAM 9 of 13
ITV ITNESS WITERI+'OV, 11w pur ies hereto leave executed this Agreement in multip1cs_
City:
Y
\,� ►►w— —
Name, �csica McFachcr►ti
Title: Assistant City Manager
[)ate. 06/05/2025
Vendor.
By-
Narne: let# Gulledge j
Title: ;General Manager
1)ntu: 513012025
FOR CITY OP FORT WOKTH INTERNAL PROCESSES -
Approval Recoininended:
By: Christopher H rd� 2, 202512:16 CDT)
Na 'TIC" tens Harder
Titic.: fWaWr 1)epairlment
Approved as to FDrin and Legality:
By: Douglas Black (Jun 2, 202518:03 CDT)
Name: 0ouglas. W- Blacl
Title: Sr. Assistant City Attorney
CoaWket A►sil�olrication:
M&C. :SCc Attached Memoranduni Dated ..,�
Form 12.95. -NIA
C One"vl Ccmpliancc Manziger:
Fay signing I acknowledge that I am the person
responsible for the inunitoring Hnd administration
Of thk c011tract, iTIC l►ldjng ensuring all
perforntance and wporiing rtgtuivrnunis,
!`
11"-1117
By: �47 -__
Name: eny Pressley i
i l isle; tsistant Water Director
1.11' 'tEtiCA$tiilA'j
By: C
Name: .lannette Goodall
Title: City Secretary
o� ppprnIlp
odeaoo a.. 0,�
Ig
aappn��p56
KC
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agmamcnr VCWRF— Enie gmicy RrcPonsc — Rcpublir. Senvloes 1"nze I 0 E3
FoRTWORTH
T+,1Vl{}RANDU
Date: May 13, 2025
To: fesica McEaehern, Assistant City Manager
From: Chris Harder, P.E. Water Director
Via: Docig Black, Sonior Assistant City Attorney
Brandy hazel, interim ChiefPrccure"nent Offer
CC': Christina B rooks, Director, Diversity and inclusion Department
Subject: 1 Fmcrgency Contracts — ViIIage Greek Crude Oil Disch aiV Cleanup and Repairs
The Water Department rcqucsts approval of emergency expenditures and contract procumment necessary
to respond to and mitigate the damage fnorn the diwdiargr ofapprvximately 100,000 gallons of crude oil
from an Energy Transfer LF (ETF) petroleumn pipeline into the wastewater collection system which then
flowed to and affected the Vi Ilage Creek Water Reel arn Ettion Facility (V WRF).
On May 5, 2025 VCWRl- staff noticed a petroleum odor and discovered petroleum in the plant influent
from the south {Village Creek Collector Serer). Accordingly, both pretreatment services and field
operations staff mobilized to inspect the collection system to find the source of the petroleum discharge.
Meanwhile, significant volumes of petroleum were being received at the V CWRF, with plant staff
working to minimize mignation of the petroleum into the aeration basins and digeslem.
On the afternoon of May 6', the source of the discharge wus discovered, a ruptured 16" crude oil pipeline
owned by ETF that crossm over an existing 3 " sewer line, which was also damaged and into which the
crude oil was flowing directly into the sewer system. ETF shut down its crude oil lire aller verifying that
it was not a false alarm. Unfortunately, the volume of crude oil coining in to VCWRF overwhelmed
certain areas of the facility and, despite staffs best of brts to contain" and remove the oil, some damage
was done.
Fort Worth's emergency respansc on May "n was subdivided into two separate g gmphical auras:
• At the CWRF — removal of the crude coil and resloration of plant treatment process
■ At the pipeline -.setup bypass pumping, install plug, and replaceJrehabilitate damaged sewer line,
removal of debris that washed into collection system due to pipe damage.
On the evening of May 61h, ETF agreed to assist with the VC14 IU-' cleanup and dispose of crude oil
collocted as part of the City's oontainrnent and cleanup elrorts. In addition to the assistance from. I. -A F,
FoitWorth regtiested the following work From various qualified vendors and contractors:
VCWRF Emergency Res"sc and Restoration
o Purnping oil from South 1..S wetwel I, scrum tank and primary clariticm to frac tanks
o Skimming primary clarif iers, aeration basins, and final c€arif iUs of crude oil
o Dosing enzymes for aeration basin recovery
o Reseeding of aeration basin activated sludge
o Trucking waste activated sludge to drying beds
o Rep Iacingfcleaning frltcr rncdia
* Collection System 36" Pipe ReplacementlReliabilitati€)ii
o Plugging and bypass pumping damaged sewer line
o Television inspection and debris removal from existing pipelines
o Rehabilitate and replace the damaged portion of the 3 -inch sewer line
Waiting to laid and awa€'d a contract to perform this work is not the best interest of the health and safety of
the City of faoit Worth. Section 252.02 ol' the Local Government Code exempts from. normal bidding
requirements expenditures that arc Necessary to preserve or protect public health or safety or the
municipality's residents and procurements necessary because of unforeseen damage to public machinery,
equipment, or property.
'Phis memo is submitted to inform the CMO that, pursuant to the, emergency authority round in City Cock
Chapter 2, AAicie 1, Section 2-9 of the City's Code of Ordinances as well as the Local 6oveniment Code
Chapter 252, City stafThavc reached out to vendors that have the, mpetency, reSo€ rces, and availability
to quickly respond to this situation. The follo ing agreements arc recommended to be executed:
Company Name
Jackson Construction
Rain for Rent
United Rentals —
republic Services
l nvirusei`vc
MuEhoIIand Energy
Services
Dukes (toot Control --
Dukes
Media (Vendor TBD)
Aocc Pipe Cleaning _ _ —
Renda Environmental
Fetal Estimated Cost:
Scope of Work
f Cost 1tim€ite
Rei place damaged sewer pipelines
1, 00,(i00
+ Bypass puinpinglpluggtny sewer lines
$200,000
* Bypass pump and pipe rental
100,000
* Rrac tanks, pumping, hauling, skimming
$400,000
+ Frau tanks, puraping, hauling, skimming
$500,000
i frac tanks, pumping, h€xuIing, Skimming
150,000
■ me 1bir -.vastc atcr treatment
$75,000
* Rernovelrreplacelclean fiIter rnedia
$1,500,000
* Pipeline television inspection, debris removal
$100,000
* Tracking waste activated sludge to drying beds
$350A0
—
4,875,000
Final costs associated with these agreernents will be bx,�ed on actual urge, dumfion, and repair work and
could increase. A (x)nfirming M&C will be cireuiated to ratify the contracts after the work has been
performcd.
In addition to these costs, Dort Wwh anticipates significant operation al costs asmx;iated with this
amergency for incre€xsud chemical and power usage (disinfection and nitrification process), additional
de attiring costs and staff overtime, Theme may also be regulatory cost% €xssoeiatud with the plant
diwharge ponnit, as the oil disehargc significantly inhibited the effectiveness of the regular treatment
processes which may result in a dkchaige permiit violation from TCE IEPA.
If you have any €luesticns, please cr)ntact Chris Harder at 8 17-392- 5020 .
APPROVF,T) FOR EMERGENCY PROCUREMENT:
rrstapher Harder
Recommended: CF--¢-4,r_?H�''! A.302S QM1 COT5
Approved as to farm and Legality:
Approve:
Approve:
Chris Hit r€ler. P.E., Diredor, Water Department
Ou4u 01�k May 1a,201s MA2 can
Douglas W. Black, Sr. Assistant City Attorney
lwmdy HdxVMey N. M 1LII €6Tj
Brandy Baer], Interim Chief Proc-urement Officer
Jesiea McGa►cheirni, Assistant City Manager
>F:7CRIIII1I A.
SCOPE OF SERVICES
Scope of Work—Emereeney Crude 0 i I RenioYa 1 2nd Fikvir(kiimeliial C IOATlula fitrriaori
Proka:t Objective -
Provide einergency response servIices to support the rewova I of crude nil finnan structures and syslems
1lnpacted by a recent nil intrusion into the Village C'rcck Waicr RccIaina Lion Pad l ity (V(,'WR F`), The
scope includes all necessary equipment, personnel, and logistics to safely extract and transport Ili ciudc
oil for appropriate disposal* with the goal of niitigating environmental impact and restoring operational
integrity.
Scope of Services:
Mlohilizition and Si le Assessrnent:
IXploy qua lificcl personnel awl ivspuiise aquipmeni to the affected site. Conduct an initial assessment of
iinpxctccl slruaures, tanks, channel,,, and a!ss w,iated infim(nioure. Coordinriic with facility
representatives and regulator} authorities_
Crude Oil Removal
Deploy anti oiler -ate pumps, vacuum trucks, portable stcuage tanks, and ancillary ecluipinun€ to extract oil
froin basins, clarifiers, tanks, and other affected areas. Install temporary contairunent as needed to prevent
fiirther migration of oil during operaIions,
Material I.land Iirig and Trr ninon-
Safely transfer collected oil and oily water to appropriate oat -site or off sine tanks. Arrange for
Transportation of recovered materials to permitted disposal or recyclirlg fad Iifies, as necessary.
Nersofartei and Siiftly:
Provi& HA WC?}'Flt-ccrtifiaYd person,Icl Willi appropriate PPP ', Tmplctrici3t rile. -specific Safeiy PIarlS ar)rl
follow all OSHA and F13A rcgulations. M.ainiain Gaily safety bricljFtgs a1�cl auliviiy lugs.
Equipment and Supplies=
Supply all required pumps, hoses, wwtium trucks, frac tanks, absorbents, lighting, and spill containment
gear. Maintain equipment in good working condition throughout the response.
Reportitig and Documentation:
Provide daily progrcss ujxWcs and incident reports_ Document quantities recovered, equipment med, and
any incidents m safety concerns. RubiniI a final report min mariAng response actions and material
d1 SVos I t toil_
Duration -
To be determined based on extent of coiltaniination and response timetraines. Work to begin immediately
upon aulhorization.
Assumptions:
- Site access and coordimi#ion will be facifitaied by the utility.
C:ovrdiTwion with other response compxnics aT)d agencics througli unif�tud itz6di nt
command
- Disposal costs for oiI and oily ►usher will be handled per separate agreements
Vendor 4cmdces Agrccmcrd VC_WHN — F3nergcncy atcNpim— Republic Scn ices Fade I a or 13
FIX HIHIT B
PRICE SCHEDULE
Renijblic cryices —2Ii25 GuII'Vsner2ellcy ReSFJOTI8,e R-1le SCIlihi13It
F Me five Feirruary 12025
Vcndnr Scrvmcs Ae-ccmcnl V{'WRF— Fmcvecnay R,:!.Tnnac — Kcpuhlic Kcrvicrs 1'Agc 12 of 13
R
�REPUBLIC"
SERVICES
4#*3
Sustainability in Action
2025 Gulf Emergency Response Rate Schedule
Effective February 3, 2025
Customer acknow;edges receipt of and agrees to the following updated rates for EnvirunFncmkal
Services in 2025.
Customer Signature-
Date-
Date-
Effective February 3, 2025
Temporary Storage
Excavation
Trailers
Trucks -� -- -_
Vacuum Trucks/1'railers
Vehicles — —
Pressure Washers
.Blowers/Compressors
(Pumps
C�loseSjPipesf Fitkir�gs
-
lCommunications
Safety
Di spc rsa nts/Aircra f t
4
4
5
5
6
6
7
7
S
10
10
11
Bags/sheeting
11
Cleaners
11
Containers
1
Safety
1
jSorbenks
13
Miscellaneous
13
Power Packs & Compressors
14
Pumps
15
Hoses
15
General
Financial
Personnel
Equipment
Materials
16
16
16
17
18
RepubIEc Services, Inc. Gulf Emergency Res poMise Irate SChC'dLEIQ 2 of 19
Effective February 3, 2U25
Item
Description
Knit
Rate
PERSONNEL
IC
Field Personnel
IncidentCommand er
Hour
750
RM
Emergency Response Manager
Hour
$
225
PM
Project Manager
Hour
$
155
LO
1_ioenwd Vessel Operator
Hour
185
TPA
Tankerm an / PIC
Hour
$
I60
SU
5uprrintendent
Hour
Jz5
PS
Project Scientist f Field Chem-ist
Hour
-150
FS
Field Supervisor
FFonr
$
125
BT
Bio-Hazard Field Tech nidan `
Hour _
$
125
SM
Support Manager (Purchasing, Communications, Tran_sporkation, accon) I
Hour
$
120
VO
Vessel Operator
Hour
115
{
MC
RAecFranic f Weld
Hour
$
100
EO
Equipment Operator
Hour
100
SF
Site Foreman
hour
$
100
MT
Marine Technician
Hour
100
Uri
Udver(Commercial)
Hour
$
100
RT
_
Conffried Space f Rescue Te. chnician
Hour
$
1.05
DH
�
Deckhand
Hour
35
TE
TechMcian, Emergency Response (Haxwoper)
I1o4IF
$
$9
ST
Laborer {FieldTech nician) - --
Hour
$
70 I
RC
Resource Coordinator (Dispatch, Warehouse, Logistics)
Hour
$
85
COF
Call OuIFee
Each
350
--
CH
Certified Industrial Hygienist
Hour
$
275 I
TRf
Trainer
Hour
$
170
I H5
Health & Safety
Hour
$
165
I IS
Information Systems TechniOan
Hoar
130
5A
Senior Accou nta nt
Hour,
$
125
PR
Purchaser f SubcontractSMrninistrator
---
Hour
$
95
BA
BiIIirig Analyst
Hour
$
85
AS�AdministraUveSupportIAccountont
Hour
$
75
Profile Submission Fee
Each
$
125
Profile Renewal Fee
Each
$
40
Republic Services, Inc. G u I f Emergency Response Rate Schedule 3 of 19
Effective Fehrt)ary 3, 2G25
3001 Bladder/Pillow Tan K 24 barrel
3002 Bladder Tank, 25 -100 barrel
J 3003 Bladder TaAv 101 - 240 barrel
3032 bladder Tank, Canfley, 300 barrel
3033 Bladder Tank. Canflex, 500 barrel— -
3004 Container, Interrnodal or Con nex Storage, 20' (plus delivery and P/U)
=3Q05 Container, lntf`rrnadal or Connex Storage., 40' (plus delivery and Pit))
3DOG €toll -off Biers, up to 20 Cu yd (plus delivery and P/U)
3007 Rol I.. ff Bins, over 20 to 40 cu yd ( plus delivery and P/U )
3008 Storage Tank. 500-7500 gallon (plus delivery and P/U)
3013 Roll -off Bins {Vacuum 2floxj, up to 25 cu yd {plus delivery and P/U�
3031 Storage Tank, ;ap to 250 bbl/1O,5OI3 gal (ptus ¢rd ivery and P/lx)
1 3023 Storage Tank, (Frac Tank), 250 bU110,500 Fal (plus delivery and P/0)
3O iS 5toragr. Tank, � Froc Tank), 500 bbl f 21,000 gal (plus detivery and Pf U)
3014 Tank Barge
3011 -rank garge.or Barge Set, up to 238 bbl
5001
5003
SON
5013
5022
502i
5007
5008
5009
5010
5617
5011
5012
5014
5026
5015
Backhoe 2wd, 55 hp, 14' depth
Backhoe Attachment, Breaker
Backhoe Attachment, Compactor
Bobcat, skidsteer or equiv Innt 5Ct 55h p, or 4 WD, Backhoe_
Compactlon,'Sheepsfoot or Roller
Durnp Truck, 5 cu yd, wj Plow & Sander
Excavator, Mini
Excavator, up to 31,GW Ib.
Excavator. 38,000 to 53,0001b,
Excavator, over 53,000 lb. -
Excavator, over 1D0,400 tb_
Excavator Attachment, Thumb or Wheel
Excavator Attachment, Hammer
lydraulic Atta chnn ent, Breaker, Compactor or Grapple
Skidsteer Attachment
Loader, up to 3.5 cu yd
Day
Day
Clay
Day_
Day
Day
Day
Day
Day
Day
Day
Day
Day
Day
Day
Day
Day
Day
Day
Day
f #fur`
Day
Day
Day
Day
Flour
Day
Day
Day
Day
Day
331
656
1,305
936]
1,400
31
62
23
32
50
90
[i2
G8
$ 124
$ 1.9,500
$ 2,500
d�5
ZKO
].75
575
600
230
675
�,115
1,375
1,950
--330
475
725
230
125
840 I
RepuhIic Serviccs, Inc. Gulf 1=mergency Response Rate Schedule 4 of 19
Effective February 3, 2025
Item
61101
Trailer, Confined Space EntryfRes€ue
G002
Traller, >con, up to 24'
6003
Trailer, Dump, '1,000-12,000 lb,
6004
Trailer, Dump, Side/Erid, 18yd,
6005
Trailer, Emergency Response, up to 24'
6000
Trailer, Emergency Response, 25'-39'
6006
Trailer, Emergency Response, 40'-48'
6007
Tr, if-r, Fquiprnent, Utility, 1-2 ton - —
0008
Trailer, Equipmerrt, Utility, 3-10 ton
6009
Trailer, Flatbed, up to 48'
G010
Trailer, IncidentCornrnandCenter. 24'
6011
Trailer, Incident Command Center, 49'
6012
Trailer, Low [toy
G013 Trailer, MTR (boom, boat; shmmer add'I if depkfyed)
6014 Tn, iler, Office
6044 Trailer, Rol Off lain, Double Rail Trailer
&116 Trailer, Side Dump, 3 axle
6017 Trailer, TiltTop, 76 ton
f 6013 l'railer, Vary, up to 48'
G045 Trailer,Vmssd Transport
6019 Trailer, Water Buffalo (up to 500 Gallons, with pump)
6020 Trailer, Wildlife Response and Rehab {supplkes add'Ij
6021 Trailer, Wildlife Search & Collection -
6022 Trailer, Wildlife. Support
'1001 Trar:tor, Diesel
` 7003 Truck, Cra nr., 1 ton .. 6 ton
7007 Truck, Dump, up to 10 yard
70OR Trurk,Dump,over10yard
7009 Truck, Dump, over 10 yard with pup
1016 Truck, Flatbed or Van, 2-Axle, up to 24'
7010 Truck. Gear, less than I ton -
7012 Truck, Gear, 7 tan
7014 Tnick, Gear, 2 ton - 5 ton
7017 Truck, Hazrnat Response, up to 26'
7018 Track, Marine Response
7019 Truc(, Roil Off Bin, Bobtail
7021 Truck, Water, up to 3000 Gallons
7022 Truck, Mobile Communications & Comrrond Unit, 34'
Unit I Rate
Day
$
1,725
Day
$
650
Day
325
Hour
$
50
lay
$
4525
Day
$ 125
Dart'
$
775
Dijy
135
Day
330
Day
300
Day
$
840
Day
$
1,800
Day
$
395 '
Day
450
Day
$
250
Hour
$
9Q
Day
$
785
Uay
$
330
Day
$
365
Day
1,400
Day
$
265
Day
$
3,275
Day
1,325-51
Day
I $
475
Hour
$
no
Hour
90
Hour
$
85
Hour
90
Hour
$
95
Hour
$
65
Hour
35
Hour
$
55
Hour
75
Hour
$
100
Hour
$
70
Hour
120
Hour
130
Day
$
1,200
Republic Services, Inc, GLFIf Emergency Re! }por)5e Rake Schedule 5 of 19
Effective February 3, 2025
Item
Description
I Unit
f
ftate
E041
(,u2z1er{Air Mover dd'1)
Hour
202
8018
HydroExcavator (attachnicats addltional)
Hour
$
2'f5
801'1
Hi -hail Air Mover w/ Air-rpad e - —
flour
$
NO
8008
Sweeper - Vacuum & Brush
Flour
165
8002
Vactor/Jetter- Combn Unit (att ichmn..nts add'I) --
Flour
$
245
9043
Vacuum Trailer,120-130bbI Black Iran
Hour
80
9004
Va_wumTreiler,J20-130bbl.,SWnless
Hour
$
i'lo
8006
Voeuun Truck. X5 - 80 bbl.
Hour
J.1.5
8007
Vacuum TraTter, less than 50 bb1,
Flour
40
9003
ALIW, Personnel or Support
Day
140
9008
Crew, Response or Utility Vehicle, 4wd, or 2wd
Day
$
- - 300
9004
Van. MTR (boom, boat, skimmer add'I if deployed)
Day
$
530
%o5
Van, Maintenance, Personnel or Support
Day
$
220
` 9 W6
Wild Iifr-Trnnsport.-CareVehicleJTrailer
Pressure Washers
Day
$
840
1214
Dump -Sty€eGun, FootOprratod, up to 20k psi
Day
$
X15
1215
D€trnp-Style Gun, Single, Safety Surround, up to 40k
Day
170 ,
1216
-
Dump -Style Gun, Dual, Safety Surround, up to 20k psi
Uay
$
170
1217
dump -Style Gun, Multi Gun Valve Ckmtrol System
Day
$
140
1219
Flange MountAntii-Withdrawal Device - -
Uay
$
30
2.206
Flexibin L;3ncr., 50', Rigid Tip, Foot Rvdal, up to 5k psi
Uay
$
95
1212
Flexible Lance, 50', Rigid/Spinner Tip, FOOL Medal, 5k
Day
155
1211
Flexible Lance, SU, Font pedal, up to' 201k psi
Day
$
165
1221
Flexible Lance, 50', Foot Pedal, up to 40k psi
Day
185
1202
Hydroblaster, 6,000 psi
- -
Hour
$
70
1203
Hydrobl'a5tnr,10,000psi
Hour
90
1204
Flydroblaster,20,000psi
Hour
$
240
1222
Hydrob€aster, 40,400 psi
Hour
$
280 I
1209
Jetter Trailer
Flour
$
12S
-
1218
pipe Centralizer, 8" -36" Diameter - --
- Day
$
- 45
1207
Pressure Washer, up to 3,000 psi, singie
Day
330
1210
prEssure Washer, trailered, up to 5,OW psi
Day
$
795
120E
Pressure Washer. 3,004 to 5.000 psi
Day
$
4G5
1205
Remote Tank Clearing (Gamajet) Head
Day
$
395
1201
Specialty Nalzies up to 5k psi 4koto, fagging, etr-]
Cay
$
&5
'1213
Specialty Nogales over Sk psi (Rotating mult4-tip)
Day
110
Republic Services, Inc. gulf LmerRency Response Rate Schedule G of 19
Effective February 3, 2025
Item
Desc
Unit I Rate
1101
Air Compressor, up to 100 CFM
Day
185
1102
Air Compressor, 100 to 195 CfM
pay
$
110
` 1103
Air compressor, 210 to 375 CEM
l7ay
490
1104
Blower, Coppus, Electricftneumatic
Dkky
$
135
1105
glower, N Pg.ative Air Exhaust, 6" loansu"Ues add'I I
Day
$
100
1106
Blower, Negative Air Exhaust, 12"{conwmableaadd'Ij
Day
_145
1107
Blower, Venturi, Flora
-
Day
$
45
1.1.08
Exhaust Duct, 25' x G", UP or 1�'
Uay
$
40
1311
Drum Vacuum (canssimable-s addl)
Each/Day
200
1300
Pump, Up to 1", Chemical, Nand Operated
Each/Day
195
1301
Purnp, up to i", Petroleum
Each/Day
$
W
1302
Pump, up to 1, Chemical
Each/Day
125
I 1303
Pump, 2", Petroleum
fachlDay
$
- 115
I` 1304
Pump, 7", Chemical
Each/Day
250 �
1305
Pump, 2% Chemical Perlstattic
Each/Day
$
450 1
1306
Pump, 3u, Petroleum
Each/Day
$
135 f
1307
Pump, 3", Chemical
Each/Day
$
395
1312
Pump, 3", Hydraulic (ArchimedesjMT3O] w/power pack
Each/Day
$
1,960
1308
pUMp, 41, Petroleum
Each/D-ay
$
225
13{}9
Pump, 4", Petro -Submersible
Fach/Day
$
42G
1324
Pump, Fire, 1800 gpm 15Opsi
Each/Day
$
7'7SQ
1325
Pump, Sludge
Eachicay
$
1 Q00
1310
Pomp, 5"- 6", Petroleum
Each/Day
$
535
1316
Purnp, Double Diaphragm, Stainless Steel, V
Each/Uay
265 j
1317
Pump, Double Diaphragm, Stainless Steel, 2"
Each/Day
$
395
14f35
GuulerjAir Mover Vacuum Breaker
$
45
1406
GUI Aer/Af r Mover/3 r ttpr Fittings Jdbuu ws, lees, etc_]
-
Each/Day
$
14
1415
_
(lose, Discharge (lay flat), r
50 Ftf Day
$
14
1415
Horn„ Discharge (lay Flat), 3"
50 FtfDay
$
19
1417
Hose, Discharge (fay flat}, 4" - --
50 Ftjbay
26
1419
Hose, Discharge (fay flat), 6"
-i
50 Ft/Day
$
32
1401
-
Hose, Fire. 1-5"
50 Ft/Day
28
1402
Hose, Fire, 25"
50 FtfDay
$
34
1403
[lose, Guazler/ it Mover, ripe, 4"
FL/Day
8
1404
Hose, Guzzler/Alf Mover, Pipe, G" -
FtjL3ay
9
1420
Hose, Hydraulic
50 Ft/Diy
$
28
1428
close, liydroblaster, up to 40,0G0 psi
50 Ft/Day
185
1407
Hose, Pneumatic
50 Ft/Day
14
14?.9
Hose, Prrc;ure Washer, up to 6,1100 psi
50 Ft/Day
28
1400
Hose, Suction & Dis6arge, rr Petro or Chemical
25 Ft/Day
$
34
1409
Hose, Suction & Discharge, 2", PeLro
25 Ft/Day
$
21
1409
Hose, Suction & Wschargr, 2, Chemical
25 Ft/Day
$
46
- 1410
Hose, Suction & Discharge, 3", Petro
25 Ft/bay
S
34
Rf-PUblic Services, Irlc, Gulf Emergency Response Rate Schedule 7 of 1-9
Effective February 3, 2025
Item DesCrfptian
1411 HosC., SLI&i011 P, Di.uh irge, 3", Chemi{aI
1412 Huse, Sucl-lon & Dlscharge, 4", Petro
1413 Hose, 5uitian & Discharge, 4", Chemical - —
1414 Hose, Suction & Discharge, 6", Petro
I 1424 Hose, Teflon, i" Rubber Jacketed or 2" Stalnless Braid
1419 l lose, Wash, up to 1"
1435 Stinp.er.HoseAadchmenI
1591 7 BBL Spill Kit (delivery add'I)
1501 Air Knife
1555 Dag Filter System, Single {Rag filters add'I)
1502
Bag Filter System, Dual Pod (Bag filu�rs add'1)
-
1567
Banding Equipment, 2. inch
1583
Butarie Flare Kit (includes hoses and nitrogen)
15U3
Carbon Filtration Sy -,tern
1504
Chipping Gun, Pneumatic
1505
Compactor, Hand Operated
1596
Containment, Storage Tank
1506
Veron Cleaning Fool, Portable 10' x 15'
1507
Decon Cleaning Pool, Portable 10' x W
1508
Decon Cleaning Pool, Portable 20' x 1W
1509
Decon craning Pool, Portable 25' x 50'
1510
Decon Station, Personnel 2 Stage (supphea add'l)
1553
Decon Station, Personnel 3 Stage fsuppIles add'l)
1580
Drum Dolly
1511
Electrical Accessa ries {cords, GFCI, adaptors}
1573
Floor Buffer (pads addl)
1593
Fagged handheld
15434
FoL dit offroad
1512
Forklift, 5K to IN Ib.
1513
Forklift;, Attachment
1514
Generator, Iess thark 4 k
1515
Generator, 4 M to less than 7.5 k
-
1516
Generator, 7.5 kW to 12.5 k
L 1574
Generator, over 12.5 M to 67 k
1569
Hydrogen Peroxide System jtnF;rumables wWFll
1518
Jackhammer
1 1519
Ladder, Extension, Folding of Jacobs
1557
Laser Level Kit, 1 f 16" x 100'
1558
Laser Level Kit, W x 100'
1520
UghtTower, 'Fro iler Mounted
1521
Light, F.xpiosion-Proof or Wei -Location
1570
Light, Explosion -Proof, LED String, 10liphtyeaeh
1522
Light, Stand, Regular, 50OVJ
1523
Light, Stand, ReguIar,1000W
1590
Nitrogen Spa rVer System, Rem ate Liquid Agitator
Unit Roam
25 FtJC iy
6G
_25 Ftf Day
46
25 Ft/Day
$
87
25 Ft/Day
$
68
Ftf flay
$
51
50 Et/Day
14
D-av
S
40
Day
700
Day
195
Day
80
bay
$
9S ,
liour
$
45
Day
140
Day
Quota
Day
$
70 I
bay
200
Day
65
Day
- -
165
Day
$
260
Day
725
Day
$
365
Day
$
68
bay
$
95 I
Day
5 li
Day
$
20
Day
95
Day
85
Day
$
740
Day
$
365
Day
135-1
Day
$
94
Day
$
155
My
.220
Day
$
425
Day
-
L-120
Flay
M
ldy
$
55
Day
$ 75
Day
$ 30
Day
$ .285
Day
$ 60
Day
$ 535 I
Day
$ 30
Day
80
Day
$ 125 I
Republic- Services, Inc. Gulf Emergency Response Rate Schedule 9 of 19
Effeaive February 3, 2025
1525 Pipe Plug 4" to 18" (indudas 20' air Ihre r,use�
1526 Pipe Plug 18" to 24" {includes A)' air line hose)
1527 Pipe Plug 24" to 36" {includes 20' air lino hose)
1529 ?iprs PIug 36'to 48" (indudes 21Y air line hale)
1529 Pipe Plug 48' to GO" (includes 20' air 5ne hose)
1500 Pipe Plug 6W to 96" (Includes 20' air Nw. hose)
1572 Portable Toilet (includes service, wash basin)
1563
Portable Breathing Air C_ ompressor
1530
Power Pack, Hydroulic, 1 hp (<0-75 W4
1531
Power Pack, Hydraulic, D5 }gyp (0.75 M < 12 M)
` 1532
Power Paflr, Hydraulic, 413 hp (12 M < 30 kW)
1533
Power Pam Hydraulic, 60 hp (30 M < 45M)
I1592
I Salvage Support Package (DC kit, compressor, slingprs, etc)
1534
Road Closure 5igw, , reflective
MG Sand & Floor Dry Spreader Attachment
1437 5-aw, Chain'
1533 Saw, Cutoff
1539 SoiISarnplr-r, Ho1low Ste m
1584 Special€y Rope Bag (w/ shackles, 0-rings, €arahiners, pulleys)
j 1591 Steel Plane, 4' x 8'
1582 Steel Plate, 5' x 10`
1540 Tools, Hand {brooms, shovels, etc:I
1541 Tools, Mechanical Set - - -- 11542 Tools, felon -Sparking
I 1543 Toms, Poumr, Small (drilks, Saw:all, eft)
1544 Truck Ramps
1545 Vacuum, HE?A (fillers aMli)
1546 Vacuum, Shop (filters adcl'I)
1547 Vactorfletter Attachment (hydnrex€a, Drum -It head, rm2les)
1566 Vapor Extraction 5y3tern, portable
158.8 Welder, Extrusion, handheld
1548 Mellding Unit /Torch Srt, Portable
1549 Wildlife Rehabilitation Pool
3550 Wiidift Shelter,19' x 35'
f 1551 wildlife Shelter, 20' x 24Y -
1552 Yokoharna Fenders, 8' diameter - -
bay
$
310
Day
$
195
Day
225
Day
$
280 j
Day
455
Day
$
545
Day
1.30
Dav
S
940
Day
$
70
Day
185
Day—
165
Day
$
655
Day
$
53(3
Each/Day
$
70
Day
$ I30
Day
$
till
Day
170
Bay
$
Jf]
Day
$
310
Day
15Q
Dal'
$
200
Each/Day
17
Day
$
M
Day
$
w
Ea€hjbay
40
Day
5
19-5 ,
Day
330
Day
$
70
Each/Day
130
D-iy
450
Dray
$
310
Day
$
110
D zy
$
265
Day
$
2,650
Dr�y
$
9$0
Day
-- 239
Republic Servkes, Inc- Gulf Emergenr'y Response Rate Schedule 9 of 19
Lffective 1'elarvary 3, 2025
1 item I Desert
1G01 Bdse StaLioil
1603 Computer and/or Printer
1604 Cps Unit
1605 High Power Repeater System w/Generator
1645 Radio, UHF or VI.IF. Portable
1GO7 Satellite Ph ne (includes 20 minutes airtime per day)
1608 �Sate IIiteDish for HSIntern et
j 1G09 Respirator Corneas System
1610 IT ER Equipment Package -Office in a #Sax (SM�
1611 IT CR Equipment Package- Mobile ER Unit (LG)
IG12 �MIFI Hot Spot
1616 Small Comms Package (f IS radius, mikes, charging station)
1701 Air Sampling Kit (tubes add'1)
1760 Anti -Exposure suit
1702 Chest ar Hip Waders, I nsulated Coaling Vests
1704 Eyewash Station
1705 UragerCMS Meter --
` x76x Dry S uit/Cnid Wri.ather Gfiar - - -
1763 FR Cold Weather Gear
1764 FIR Roin Gear
1706 Flotation Work Suit
1)O'! Notation Work Vest, PFD
1710 Harness {including Lanyard ar M1.1
1730 _ Hazcatl6it
1734 Kendrick Extrication Device (KED)
1759 fighting, Portable (handheld, head lamp, cordless area figh#ingr et --)
1733 Manometer
1711 Meter, 4EC Radiation -
1712 Meter, LEL102jH2SIOD
1775 Meter, LEL/02JH2S/COJPID
1713 Meter, Jerome Mercury
'1723 Meter. Lumpy Mercury
1714 Meter, Personal, Gil Nan, Single or 4-gas
1715 Meter, Personal, Particulate Monitorinv
171C, Meter, PID
1762 Meter, Specialty {Benzene, etc.)
I 1717 PAPrcuryvacuum (corusurruablesadd'1)
1724 Remote Drum Drilling Unit
1757 Resme Gear, High Line System
1736 Rescue Gear, SKED
1737 Rescue Gear, Stokes Basket
1708 Respirator, Ful I Face (canrldges add'11
1709 Respirator, Half Face (cartridges adrl'II
1758 Road Closure, Barricades, Cones, Delineators
Unit I mate
DRY
$
11-5 `
Day
140
-- — Day
$
')4
Day
$
3915
aay
$
40
Day
$
140
Day
175
Day
$
150
Day
$
2,450
Day
3,2�10
Day
$
54
Day
mw=
230
Day
$
55
DW
$
60
Ea6vDay
40
Day
50
[lay
$
)GO
Day
50
Day
74
Oay
S
5o
Each/Bay
$
70
Each/Day
15
Each/bay
$
3S
Day
$.
200
Use
265
Each/Day
$
25
Day
$
35
Day
$
475
Day
$
20D
Day
$
335
$
785
Day
`'".'X
$
1,11S I
EachPay
$
55
EaW Day
195
Day
265
Flay
$
450
Day
$
980
Day
$
940
Day
$
840
Uay
$
35
Day
$
25
Each/Day
$
so
Each/Day
-$
- 35
Eachmay
8
Reptiblic Services, Inc_ Gulf Emergency Response Rate SchedUle 10Of 19
Effective February 3, 2025
Item
1719
1729
1l31
1720
1739
1739
1759
1740
1721
1732
Description:
S03A or Egrnd;-% Rotors wf Lines
SCBA or Egress Battles wf Lines, Refill
Shin and Metotar,5-al Guards, Aluminunl
Six Pack J Regulated Air Supply (includes up to 300' airline)
Support Station, Table and Chairs
Support Station, Canopy
Sweeper, power handheld
Swift Water PPE Egkiipment (River Verpt, Flelmet, .FhUM r HAMI
Tripod and Winch
Turtle Armor Suit (torso, Chaps, Gaiters,GaunthaE,)
Unit
E,ich f Day
Each/Day
Day
Day
Day
Day
Day
Day
Day
Day
Rate I
280
40
40
395
155
40
40
1}5
335
12S
1909
Dfluglas DC-4jConvair 340 Spray Aircraft (includes first Air Crew}
Hour
14,500
1910
E}nugias DC .6 Spray Alrrmft (inr.Eu&s first lair (:rew)
Hnur
$
15,754
1911
Spot Let AlrtraIt (includes firstAirCrew)
Hnur
Cost+20%
1912
Dispersant Loading Ptj m ps
Day
$
635
11313
Dispersant, Applied (510}galIon on Standby)
Gallon
Cost+2
1914
PortahIe Nspersant Spray System
Day
$
4,150
M100
Bulk flag, 1 yard
Each
$
45
M11-4
Dunnage Bags
Each
54
M101
Plastic $a?„ 36" xUr, Emil, SO/Roll or Box
RolljBox
168
M102
Mask Bog, 36" a 60' (drum firrerj
Each
9
M103
Roll Off fain Liner
Each
$
62
M104
Sheeting, 24' to 12' x 100',10 mil
(toll
-
210
M105
Sheeting, 20'to 32' x IW, 6 mil
Rolf
$
16-3
M110
Sheeting, ' to 20' x 100', 4 mil
Roll
$
96
M111
Sheeting, 7Qf x 1pr]'r Flame~ RPtryrdant, 6 mil
Roll
$
112
M112
Sheeting, 12' x 100', Flare Retardant, 6 mil
Roll
$
90
M205
Cleaner, Hard, 14 oz. Container
Each
$
12
M200
Cleaner, Hond,1 Gallon Container
Each
$
4.3
M201
Cleaner, Ma rineAndustrial(Simple6reerForequivalent)
Callon
$
4G
M202
bleach
Gallon
14
W.
De con Solvent (Hrl (xrus negreasw, Perkeiune, Pl —`i1)
Gallon
$
110
M211
Disinfectant JIPA, Misty Biodet, Spori€idin, Zep DZ-7
Gallon
$
71
M209
EncapsulantSolution f Defoamer
Gallon
75
M208
Hydrogen Peroxide Fogging Aerosol
Callon
$
94
M210
Mastic Remover
Gailon
$
40
3%A207
MrrruryCleoningSol ution
Gallon
$
101
M20G
MereuryVaporSuppressant
Pound
5
51 1
MM
VOC 5uppressant (NoSolve, Gold Crew}
Gallon
140
Ri�pubilr: Services, Inc. Gulf Emergency Response Efate Schedule 11 of 19
Effective February 3, 2025
Item
Destriptlon
M318 1 Gallon, Poly Pail
M301 5 Gallon, buctc with Lid, Poly ar Metal
M313 5GaIIon, DOT CoRtainerwith Lid
I M302 10-15 Gallon, Steel
M319 15 Gallon, Poly - - -- --
M303
20 Gallon, Open Tots, Steel -
M344
30Gallon, UprnorClose Top, Refurbished
M320
30 Gallon Open or Close Top, Steel, New
FA3U5
55 Gallon, Close Top, Steel, Refurbished
M314
55 Gallon, Close Top, Steel. New
M306
55 Gallon, Open Top, Steel, Refurbished
- -
M315
55 Gallon, Opr.n Top, Steel, New
M31F,
55GaIIon, Open or Close Top, Poly, Ref urbis€ted
M307
55 Gallon, Open or Close Top, Poly, New
M308
85 Gallon, Overpack, Unlined, Black
M309
185 Gallon, Overpack, Lined, Yellow
M310
95 Gallon, Overpack, Poly
M317
275-300 Gallon, Liquid Tote, DOT, Recon
M-111
275-.300 Gallon, Liquid Tote, DOT, Nf-w
M321
Fluorescent Tube Disposal Container, 4'
M322 Fluorescent Tube disposal Container, 8'
M312 Triwall Box, Cubic Yarn, DOT Approved
Unit
Eac#o
Each
Each
Each
Each
Each
Each
Each
Earh
Each
Fah
Fach
Each
Each
Each
Each
Each
Each
EzfCh
Each
Each
Each
Rate
20
$ 25
$ 40
111
III
104
111
$ 139
$ 95
150
$ 95
15O
350
$ 350 -�
$ -385
325
$ 630
ii
$ 100
$ 175
M400
Arid Suit, S €'irr.r.
I Each
$
125
M401
Boot, Steel Toe, Rubber
Pair
60
M49S
Boot, 5tcel Toe, HAZMAX Chr..mical (replacement)
Pair
$
395
M442
Face Shield
Each
25 `
M401
Clove, ~Mork Glove
pair
$
M403
Glove, Inner, Cotton, Latex or Nitrile
Pair
4
M404
Glove, Inner, Cotton, Latex or Nhrile, 50 per Boar'
- Box
90
M405
Glove, Silver Shield
Pa€r
10
M406
Glove, Med€um Duty, PVC
Pair
10
M407
G€ow-,Heavy Duty, PVC.
Pa€r
$
15
M408
Glove, Heavy Duty, Butyl Rubber
Pair
$
50
409
Hard Flat -
Each
$
40
M620
Negative Air Exhaust Consum Wes Change Out
teach
$
240
M513
Grange Construction Fence, 4'x100'
Roil
$
90
M410
Overboot, disposable
Pair
$
15
M641
Pallet
f•.ach
30
M601
Petro Flag Test Kit
-
Per -Test
50
M446
PB1 / FR Cotton / Narnew Gmmralls, replacement
Each
$
5W
M426
Protective Gear teve€ B
Each
595
M427
Protective Gear teve€ B, Change
-
Each
$
395
M428
Protective Gear level C.
Each
$
125
M429 _
Protective Gear Level C, Change - — y— -
Each
85 I
Republic Services, Inc. Gu Ir Emergency response Efate Schedule
12 of 19
Effective February 3, 2025
Item Description
M430 Protective (,Par Loyel D- --�
M431 _ Protective Gear Level D, ChariLe-
M432 Rain Goar, 2 Piece
M445 Rescue Rope, EifelirYe or Tagline,10'
M433 Respirator Cartridge, Single, OV, Acid Gas, P100
M443 Respirator Cartridges, Combo
M434 Respirator Cartridge, Mercury/Chlorine
M436 Safoty Eyavmar - - —
M438 Sarety Vest
I M444 Tharma Pro/Tychrin TK 11_12yrl B Suit
M439 Tyvek Suit, Saran -Coated, Disposable
M444 TyvekSuit, Uncoated, Disposable
M441 TyvekSuit Poly-Coatind,Dispos;)lnle.
M489 Twek Suit. Poly -Coated, Fire Resistdrtt. Disuosable
M500 Absorbent, Chemlcal Stabilizer, 35 Ib.
M501 Absorbent, Absorb X
M502 Floor Dry, 25 lb,
M503 N eutra I izer, citric acid
M520 Neutralizer, Ash or Bicarbonate
M519 Neutralizer, Liquid
-Ni" Oil SnarionRope, 50ft/Bag
M50; Oil Snare, 30/Car#on
M506 Sarbent Boom 5" x 10', 4/Bale
M507 Sorbent Boom 8" x ]A'. 4/Rale
M508 Sorbent Roll, SXI' 638, 38" x 144' x 3/8'
M509 Sorbent Sheet 17" x 19" x 3l8"r l( MJaale
M510 Sorbent Sweep Ir x 10U' x 3f8"
M514 Straw Wattirs, 25 ftf Roll
M512 Universal Pads, I1"x13" orectoivalent, 50l13ale
M511 Vermiculite, 4 cu ft/Bag
hAkWz
hAr,rbn
m6m
MG19
Wag
MG26
M-Go1
602
M605
M617
M61R
M628
[—M 604
Unit
Each
$
Each
Set
Each
$
Pair
Pair
Pair
Each
Each
Each
$
Fach
$
Each
$
Eat
$
Each
Rate
55
35
35
20
55
7G
85
13
45
E40
45
20
35
85
Bag
185
Bag
$
45
Bag
$
35
Bag
195
Bag
$
F6
Gallon
60
Bag
190
Carton
15
Bale
15Q ]
Bale
$
250
Roll
$
260
Bile
$
1tIc
Each
181
Roll
75
Bale
$
130
Bay,
65
Abatement Supplies (scrapers, mop -heads, etc,)
Each
--
$
14
Air Mover Dry Filter Sick
Each
$
28
Banner Tape, 30
Roll
33
Brake Cleaner - --
Can
14 I
Catch Basin Filter
Each
84 Ij
Chernical Indicator Paper
Package
4S
i-hemtape
Rall
$
59
Cotton Rags. 25 lb, BoxjBale
Each
7�
Decon Pool, Small Personnel
Each
4
60-gallon pop up pool
Each
$
270
Flex Hose, Consumable, 4"
Foot
$
G
Flex Hose, Consumable, 6" - -
- Foot
$
8
Floor Buffer Pads
Each
$
77
Duct Tape, 2" --
- Roll
— - -11 -I
Repo bilc Service's, Inc. Gulf Emergency Response Mate Schedule 13 of 19
Effective Febrti8ry 3, 2025
(tern
Description
-
Unit
Rate
hhfi39
-lua 3tu5 Arrarol)
Can
$
7.0
` MG22
HEPA Vacuum Consumables, Standard
Each
$
72
f MG25
HEPA Vacuum Consurnahles, Tornado Filter —
Each
$
349
I` M623
HEPA Vacuum Con sumables, Complete
Each
628
M631
Lead Paint FI eld Screening Test Kit - 5 Tests
Each
73
M642
Jute Netting (irwludes staples)
Boil
1G2 �
M653
Mastic Tape
Hail
$
162
M606
Mercury Vacuum Cons unnoblcs Change out
Each
104
M492
Nitrogen Cylinder Refill
Each
$
107
M141
Plug and Patch Kit - =
Each
_ $
195
M4551
Port€and Cement
Bag
22
M613
Elope, 60D', up to 1/2"
Roll
$
150
M610
ScrtiWng Pads
Each
$
9
M603
Sampling Tubes and Supplies
Each
$
33
M614
Sind Bags, Filled
Eieh
$
*4
MG33
Silt Fence, 100'
Roll
156
M616
Sprayer, Handheld (Hudson), 3 Gallon
l=ach
$
79
M801
Water, Drinking, 24f Case
Case
34
M850
Mileage far Car (M950 k Eq Item#)
Mile
$
2
M851
MileageforTrucJks/VansIM851+fq ltem##)
Mile
2
I U1852
Mileage for Commerdal Truc"
Mile
$
2
M8613
Equiprnmt Fuel (G;mxlinp or Dfpsel)
- Galion--
$
- 9
M883
Fuel- Extra Heavy Equiprnent (up to gallons per hr)
Hour
75
M884
Fuel- Heavy Equipment (up to 5gallc s per hr)
Hour
$
50
M885
Fuel - Light Cquipment (up to 3 gallons per hr)
Hour
25
M880
Bridge 'Ioil, Vehice, 2 axle
Each
Cost+20&
NWi
Bridge Toll. Vehicle, 3 axle
Each
Cost+20&
M826
Bridge Toll, Vehicle, 4 wde
Each
Cost }20&
M882
Bridge Toll, Vehi&, 5 axlr!
Each
Cost +70&
M901
Trans-portaLion to TSDF, TO wal Is, Totes
Each
QUOLe
N4902
Transportation to TSDF, Drums
Each
Quote
Power Parks & Compressors
1109
Corken Compressor (291T f Corrosive Compatible)
flay
900
1110
Corked Compressor (491T / Corrosive Compatible}
Day
1,450
1177
Corken Compressor (490 iPGMH3)
Day
$
1,250
3-564
Hydraulic Power Park, 75 hp with 100 ft. of Hydraulic
bay
$
950
1576
PTO Hydraullc Power Unit, with 100 it, of Hydraulic
Day
650
ReptjbIic Services, Inc. Gulf Emergency Response Rate Schedule 14 of 19
Item. 1 Description
1314
Corken/Blackmer, Stainless Steel Sliding Vane (3")
P131315
Corken/Blackmer, Caro Mane orEquivalent {3")
19
Drurn Pump. Stainless Steel (3") Positive Displacement
1320
Doable DiaphrV^ Aluminum (2")
-
1321
Double O3aphr8grn, Poly -Pro (2"}
f 1322
Double Diaphr4m, Poly-KynarjTellon (1")
1318
FirejUspersant
1313
Jet Pump (gas eductor) V or 2"
1323
Roper Vane Pump, Carbon Steel (3")
1426
Stinger, 7", CPVUSS/Carbon — - -
1327
10 HP Magnetic Drive, non -contact pump, Teflon
1178
15 EP Magnetic Drive, non-ontact pump, Teflon
1423 Chlorine Transfer, certified
1432 Cross Iinked Polyethylene dose (2")
I 1433 Crossl inked Polyethylene dose (r)
I 1A21 I.PG/N113, 1" Vapor--
1422 Lf'G/NH3, 2" Liquid Transfer
1430 TefInn, RubborJacketed(1")
1431 Teflon, Stainless Steel Braid (?")
1427 Transfer Fittings (gauges, nipples, risers, etc.,)
1436 Stainless Steel Hale (3")
1425 Stainless Steel Hose (2")
1434 U tra-High Molecular Weight Polyethylene: Hase 2"
Effective February 3, 2025
Unit j Rate t
Day
T Day
$
Day
Day
$
Cray
Day
'$ -
DXiy
Day
$
Day
Day
$
850
850
70D
750
325
250
350
325
650
200
9.50
FVDay
ss
FtjDzly
$
25 l
FE/Day
$
8
Ft/Day
$
17
FI/Day
$
37
Ftf Day
50
Ft/Day
54
Transfer
4DD
- Ft/Day
$
60
Ft/Day
s0
Ft/Day
20
Repuhlic Services, Inc. Gulf Emergency Response Irate Schedule 15 of 19
Effective Febrriary 3, 2025
The Rate Schedule and Terms and Conditions shall together be referred to herein as the "irate Schedule"_ All
services provided under this Efate Schedule are subject to Contractor's E nvironm erita I Services Terms and
Conditions ("Service Terms") incorporated herein by this reference and located akt=
www.Republic5ervices.com/ServiceTermsES. A hard copy of the Service -rerrns w!ll be provided upon request. By
requesting services covered by this Rate Schedule, Customer acknowledges that it has read and agrees to be
bound by the Service Terms and this Rate Schedule. If Custornor has a valid contract with the performing
Contractor that includes the scope of services provided pursuant to this Rate Schedule, the terms of such
contract shall prevail in the event of any conflicts with the Service Terms or this Rake Schedule_ Na terms. or
conditions on any Customer -provided document or related to Customer's vendor set up process shaII apply. This
Rate Schedule and the Service Terw7 a contact, as app€icable, contain the entire agreement of the parties
related to the services provided hereunder.
Customerjs regrtest far ser ices covered by this Rate Schedule shall constitute Customer's agreement to pay for
such sor0ces pursuant to this Rate Schedule orl it time and material basis, regatdless of any estimates provided
by Contractor. This Rate Schedule is updated and published annua€IV. Charges will be based on the most current
published Rate Schedule. All rates are In U, _ dollars. Republllc Services' EEC fee wi11 be charged on your services.
The EEC fluctuates monthly and will be charged as a percentage of all invoiced charges, excluding taxes state,
and Ioeal fees_ Fnr more information about this.fee, please visit www.republicservices.com/customer-
support,/fee-disclosures, Unless otherwise set forth in a tontratt with the performing Contractor, al emergency
response services are suhject to a caiI out fee of $350 and a minimum charge of $5,000.00. If the response
requires resourcing, coordination, and support for dispatching, PersonFie I time wi€1 be charged accordingly. The
call out fee, minimum charge, and any charges estimated to exceed the minimum must be paid In advance of
any response_ Payments made using credit cards (VISA, MASTERCARD, AME ) shall incur an additional
processing fee of 1%. Contractor will utilize company owned resources when passible and invoice Customer at
rates published herein_ 1n the event Contractor cannot complete the work with company owned resources and
is required to utilize a third -party vendor, supplier, or su bco n to ctor, Customer will pay, at Contractor's
discretion, the rates published herein or Contractor's cost plus 20%. This includes, but is not limited to, all third -
party rental equipment, Subcontract services, corttairxer/tanker was hnut, materials, airfare, supplies, analytical
services, and ot he r outsou rced items/services, For any other materials, equipment, or services not specifically
fisted in the Rate Sheet, Customer wlII pay Cont ractor's cost plus 20%.
1, Personnel wilI be bilked portal to Vnrtal in half-hour increments. ,A 4-hour minirrruin appiies to all projects
except far those over 50 miles from the Contractor pe.rs:onneI's assigned ofF1re Igcation, which will he charged
an 8-hour ininimum.
2. Labor rates will be charged for all hours, including mobilization and demobilization in accordance with daily
tickets generated by supervisory personnel on site. Straight Time (ST) rates wi€1 be charged for hours from 0700
to 1500, Monday through Friday. Overtime (OT) will be charged at 1_5 times ST for hours between 1500 and
0700 Monday through Friday and wee kerid s from 1500 rrid ay to 0700 Monday, Double Time (DT) will be
charged at 2 times ST rates for all national hnlid ays as well as Cortractor anti applicahie union -recognized
holidays inc€udin& but not limited to, New Year's Day, the birthday of Martin Luther King, Jr_, Washington's
birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, the day
RepubiIc Services, Inc, 6uif Emergency Response hate Schedule 16 of 19
FfFeaive Febroi iry 3, 2025
af t e r Tljan ksgivilig, Christmas Fire and Christmas day_ When a holiday falls on a weekend, the nearest weekday
will be Billed at the DT rate. € l- ill also be billed for hours worked over 12 1n those locations with mandkory
state and/or union douhIe time pay requirernerits. Changes to standard start times may be approved on a case-
by-casc basis far Iongor term projects. Al time for international projects will be charged at 1,5 times thn rates
outlined herein. All time for providing expert testirnony in any court, deposition, hearing, or other legal
appearance, including preparation and [ravel time, will be charged at DT_
3. All project specific personnel, including accounting, administrative, personnel support, logistics and
management, whether on site, at Contractor offices, or a� support Iocations, are chargeable, All personnel are
charged aocording to the above rates, regardless of full-time, {part-time, or third -party Iabor source status,
unless provided as part of a specified subcontracted seiviee. Surcharges apply far remote sites and prevailing -
wage projects. Personnel will be charged per their standard category rates for participation in any activity
provided on behalf of the Customer including depositions, interviews, document pre pa ration, or other legal
wlvities,
4. Time charges begin with equipment and personnoI mobilization activities and torminate at tile coriclUsior; of
the services, including transportation of equipment and personnel back to operations centers and any necessary
demobilization activities including but not limited to scrvicc, repair, and restock of vehicles and equipment
utilized in the per€ormance of services. Personnel time is charged in half-hour increments for ail personnel. All
11ourly rates will be charged partal-to-portal from the location of personnel wlie n dispatched (i_e_, personnel
office, home, hotel, other )obsite, etc.j. Personnel on standby for Customer will be charged at 8 hours per 24-
hour period.
5. Tra n s pertation and any incidental costs for all emergency response personnu1, both on site, at support
locations and traveling to and frorn the site or support locations, are charged at cost pius 2M Per Diem Charges
for food in metropolitan areas are 75,00 per person per day. Non -premium area per diern mites for lodging
are $1s0,00 per person per day, unless actual casts incurred are greater, in which case charges will be billed at
cost pares 20%. In lieu of per diem, marine persomnel assigned to vessels will be billed a daily °rack & meal"
charge of $25.00 per rack and 25.00 per meat per day. The above "rack & meal" charge wa11 also apply to non-
Cantractor Persunnei assigned to a vesseL Rates for premiuin areas and remote sites will be determined by
Contractor at the time of service.
6. Customer will be charged $1,200 for up to 8 hours, including travel time, for tabietop exercises, drills or
training support per person. Additional hours over 8 hours per person wi11 be charged at 175 per hour. Charges
arc applicable to both onsite and virtual support_ Travel and ether expenses will hi- cliarged at cost plus 20%
Custorer will be charged 500 for up to 4 hours of Contractor personnel time for limited virtual drill support
activities, suc#i as c_00irrn1139 COntfWtor equipment availability and providing sample ICS documentation.
1, Contractor does riot re tit equipment in a ha re condition, All equipment shall be operated and controlled by
Contractor or Contractor -approved subcontractor personnel. Contractor m7 sintaIn25 exclusive rights to assign
specific equipment operators and/or vessel crews for response operations. All equipment sent to site by
Contractor shall be In a basic operating condition_ Additional components charged to Customer include, but are
not limited to, multiple hose lengths, blast shields, specialty tips or fittings, specialty connections, noise
abatement, catalytic converters, etc. Equipment prices do not include fuel, operator, or mobilization unless
otherwise stated, Fuel ran sumed in non -mileage related operation of "quipmepit, including vehicle and non -
vehicle equipment and vessels, will be charged per Material rates. Equipment that requires electrical connection
to owner/facility provided power sha I only be connected by licensed electricians experienced in the type of
connection required and voltage rating. Equipment that requires air power to operate may by attar_hed to
owner/facility provided that the pressure and connections are compatible with Contractor equipment and that
shut off vahres are in compliance with regulatlons,
Republic Services, Inc, Gulf Emergency Response Rate Schedule 17 of 19
Effective FeInrijary 3, 2025
2. Unless otherwise specified, time charges are e:aIruIat�d portal to por Lai heginning with equipment
mobil izatlan activities from the Contractor office or operations center, all time at the site, including any
demurrage, and time charges terminate at the conclusion of the operation, which includes transportation of
equipment baA to Contractor office or uperatlons center and completion of any necessary demobilization
activities, including disposa€, cleaning, repair, replacement and/or delivery to Contractor of restored equipment.
3- Day rates are based on 8 hours of nperat ian. Mlnimurn charge for day rate equipment is daily charge p u F day
with additional hours over 8 charged in half -day increments for up to a total of 3 days' charge during a 24-hour
period. Minimum call out for hourly equipment is 4 hours per day except that all aircraft require a 5-hour
minimum per day. Customer wiII be charged far unused requested equipment until released and returned to
sere€ce per paragraph 2 ahove.
4. In addition to payment of rental charges, Customer agrees to pay Contractor for any cleaning or repairs
necessary to return all equipment to the same condition as M the comrnenrem erit of services (with the
exception of normal wear and tear). Customer is also responsible for the payment of all transportation and
disposal charges for any waste generated during cleaning- 0n€y Contractor or its subcontractors shall perform
any cleaning and decontamination operations on all equipment awned, rented, or subcontracted by Contractor.
If Contractor determines that equipment cannot be returnee# to the condition it was in at the co rnencement of
tl'le -5erViCe5, Customer shall pay for all costs at cast plus 20%, including freight and other expcnscs incurred by
Contractor to replace such equipment. If Contractor deterrines that any boom, whether new or used, is
damaged heyond repair, Customer shalt pay ka replace i ire boom with new boom at cost plus 20 , indud€ng
freight and other expenses, Customer shall pay for all costs of verification samp€inP„ including wipe testing, fluid
ana€ysis, filter change outs, etc., per regulations of any equipment that requires sijch prior to returning to
unlimited operations, whether at Contractor facilities or rental yards.
5, Mobi €e Com rnu n i cations & Command Unit rate includes the fallowing: UHF -FM, VHF -FM, VHF Marine, fax
machine, copier, and satellite system Opability (Vidth VOW/Internet), Service rasejsateiiite airtime charges will
be billed separately at cost plus 20%.
6- Any and all surcharges, including but not limited to general, marine, equipment, and Jones Act insuranros
charged by Contractor subcontractors that arc directly connected with resources provided to Customer will be
billed to Customer at cost plus 2GIW
7. Base OSRV crew consists of Iluensed faster and Mate (included in OSRV rate) and 2 Dockhands. Additional
responders and support personnel (e.g. rook, tankermenI may be deemed necessary based on magnitude of
event, weather conditions and went duration-
s, All vessels and waterborne equipment rates will be increased by fifty percent (50%) when operating in ice
conditions-
c. Contractor resources deployed to areas outside of the Customer`s contractual Area of Service will be subject
to a thirty percent f30%1 sureharee.
1. All materials and supplies utilized, whether listed in daily reports or not, are chargeable in full Units as listed in
the Rate Schedule (i-e„ gallon, roll, each, pair, etc-), regardless of how much is used- Any materials or sLjpplies
not listed on the Rate Schedule, including Wildlife Trailer supplies and expendables and third -party invoices for
services, including subcontractors, will be billed at cast plus 2U%. Disposa€ at Contractor owned facilities will he
charged at the Current published rates for each facility -
I The mrnber of charge -outs of Personal Protective Equipment (PPE) are based on Conditions occurring in the
worm area. PPE shail l be changed at a fregrioncy that conforms to safety practices to prevent exposure to
empIoyrees during the work activity. PPE levels include:
. Level D. wveralls/uniform, steel toe boots, safety glasses, work gloves, hard hat and safety west as appiicabic
Repuhiir Services, Inc- Gulf Emergency Response Rate Schedule 18 of 19
Effective February B, 2025
• I evel C. Level D plus disposable'Iyvek, f4Lll face or half face respirator (excluding cartridges}
■ Level B: Level C plus SCBA or supplied air (includes inask, supplied air, 100' hasp, bottle manifold and egress
bottle)
3. Brand names are provided for reference only and Contractor reserves the right to substitute as needed with
products of equal quality, ennstrijr.linn, artd ppeforwiince_
4. Contractor's use of facility -directed or Custeiner-directed decontamination products, including but not limited
to degreasing agents, cleaners, strippers, conditioners, cutter stock, etc_, shall be done at the or
Custotner's risk.
5. Fuel usage (non -driving) charged far hours operated by type as follows: Extra Heavy Equipment {Guzzler,
setter, large Yellow Iron >89 HP, and similar) - 5 gals/hr; Heavy Equipment (Tractors, Vacuum Trucks, >50 HP
Compressors, Dater Btasters, Large Generators, Small Yellow Iron <89 H P, PTO -driven, and similar) = 3 gals/hr;
Light Equipment {Pressure Washers, Ccrrtprecsors <50 HP, Light Towers, Small {jenerators., and similar} = I
ga IJhr,
F_ In consideration of ongoing national supply chain issues and rising inflation, Contractor reserves the right to
amend the Materials and Supplies rates herein at any time, including Mileage anti Equipment Fuel rates, either
by revising rates to reflect current market conditions or by charging for iterrrs on a cost }plus 20% basis.
Company/Client Name:
Signature of Authorized Signer:
Printed Name:
Title of Authorized Signer:
Date:
Repubiic Services, Inc, Gulf Emergency Response Rate SchedUIO 19 of 19
INSURANCE
I KWI'A('QK 1) OR EQUI VALENT CEWFIFICATION OF 1 NS UliANCB
Vendor Scrviocs Agrecmew Y{'%VRl: — PTkieWney Reg[K)mc— Reppblir. ticreims F"sgc 13 of 13
Additional Named Insulred Listipll
2.5 Ashdown Road Solar, LLC
;# Ct&i, T
623 i.andfill, Inc.
S M Properties, LLC
IA D A ,l C:orporatiou
A -Best Disposal, hw, - -
Abilene Law1fill 'r , LP
Ace: Disposal Serviccs, lnc.
Action Disposal, Jnc_
ACV Envirc 1045 RE LLC
ACV Enviro CC Holding C:orpuralion
ACV Fnvirn Corporation
AC:V Fnvira HoldIngCorporatioai
ACV Fuviro MA RI? 13,(-'
ACV Fnviro ) RF LLC
ACV Eaviro ML Corporation
ACV Eavironmentaf Services, Inc.
Adrian Landfill, hie.
ADS ofUiinois, hw. -
ADS, Inu,
IAES Accabonac Solar, LLC
AES Sroadalbin Solar, LLC
AFS (F; TES XVi, iJ C:
AFST)F'RS I. TJ.0
AIRS DF, RS TI,13,C
AE S DU RS III, T.J )C
AES DE RS IV, LLC:
AES DE RS I, LLC.
AES DE RS V, LLC
l AES DE RS V [, LLC.
AES DE RS VII, LLC:
AES DE LDS VIU, LLC
-AES-DE-RS X. LLC —
AF DF, RS Xi, LLC
AF. DF, RS Xi I, LLC
AF.S DE RS XTV, L[.0
AF.S DE RS XV, LLC:
AES Gabreski Solar, TJ.C:
AFS (Treece Solar, LLC
AF.S IIolland Solar, LLC
Luvvisvillc Land rill TX, LP --
T.GS Renewables I, L-C:,
1,iberty Waste Holdings, Inc_
liberty Waste Services i niited, I.,i X,
Liberty Waste Services of I I littois, L.L.C.
Liberty Waste Services of McCook, Li—C.
Lightning Rwiewabfes, LLC;
Local Sginitalioa of Roma Uxtilly, L.L.C:
Drop Recycling, Inc.
Loop Transfer, Inwxpurated
Lorain Carbon Zcao Solulions, LLC:
Lorain County Landfill, LLC
Louis Pinto & Son, inc_, Sanitation Contractors
Lucas County i.andfill, LLC
Madi son County Development,111'
MantecaFV 1,LLC
Matiuunit of I lorida, Inc.
Marion Lrvesttnew Groltp, LLC
Marion Recycling Center, Inc.
Marion Resobroe Recovery Facility, LLC:
Maui 17-2 LLC:
McC:arly Rand L nditll T , LF
McC uskt-Recycling, Inc_
TVIclnnis Waste Systems, Inc_
Meadow Landlil I, LLC
Menands Fmrironni ntal Solutions, LLC:
Mesa Disposal, Im.
Mesquite Landfill `I'X, IT
Mexia i.apdfill TX, T.P
M-0 Dis�l Services, L.L.C.
Michigan Disposal, Inc.
Mid America Contractors, L.L.C.
,Middletown Solar Z, LLC
Mississippi Write Paper C:oinpariy
Missouri City Landfill, LLC
-- Modern Power, LLC: - -
Modcrn-lulu 11ard Energy, LLC
Montana Wastc Systems, [nu.
Mounlain Hume Disposal, Inc.
N Loasing Company, LLC -- -
AFS Jnhnsville Solar, LLC -
ARS Kokaha Solar, LLC:
AFS I„nva`i War, LLC:
AES Monmx: Subu A, LLC
AES Monrm Solar $,1[1,17
AES Monroe Solar Q 111'
AF-S Morrrne Solar D, LLC
AF-S Monroe Solar l,, LLC
AF Ckpban Farm Solar, LLC
ARS RH RS XVII, LLC
AES Rochester Solar, LLC:
AES 'rotiawaikda Solar, LLC:
AES WawarsingSulHr,LLC
A,gricukurat Acquisitions, LLC
Agri -Tech, Inu, of Oregon
Agromin OTC, LLC: - Alabama Recycling Services, Inc_
Albany -Lebanon rynitation, Inc.
(Allied tvr4s Recoveay Systems, L.L.C.
Allied Orem Power, LLC
Allied Nova Scotia, Inc.
Allied Remo -diction Services, Inu.
Allied Research Affiliates, LLC
Allied Services, LLC -
Allied Waste Enviromwntal Management Group, LLC
Allied WHstu Moldings kCanada) Ltd.
AlIiW Waste Industries (ArimnaX Inc_
A] lied Wastc Industries of it linok, ins_
Allied Waste industries of North%ymt TndTana, ine,
Allied ryaskTndustriesofTemiessee, Inc,
,allied Waste industries, LLC
Allied Waste Landfill UoldhwA inc.
Allied W Ole Niagara Falls Land li11, LLC
Allied Waste North America, LLC:
Allied Waste of Californiri, Inc.
Al lied Waste of NL:%v Auscy, l no,
Al lied Waste of Nmv Jj.7scy-Now York, LLC:
Al licd Wasic Recycling Scrvims of Nmv Hampshire., LLC
A]ied Waste Rural Sanitation, inc.
Allied Waste Services of C elorado, inc_
Allied Waste Services of Fort Worth, LLC
Allied Waste Services of Massachusetts, LLC:
Allied Wastc Services ofNorth America, LLC: -
Allied Wade Services ofNge, inc_
National Response Crap_ Aruba N.V.
Naticmal Respomse CArrpnration
UAF L_L_C'_
National Response Corporal ion Mexico NRC, S. de R.L. de
C.V,
NatiousWaste Calmba Regioaal Landfill, luc.
INatiousWaste, Im. - -
I Nall Rcsponsc CAnWration of Puerto Rico
l�i!cw kl,, o Dispus l C:o_, LLC
'Ncw Morgan Landfill Gninparry, inc_
New Murk Wastc Services, LLC
Newton C'ouiq LalldtilI Partltiersltiip
Nichols Street Properties T T.0
Nl41RT, Lim
Noble Road landfill, lilac_
Northeast I andfi11, JJ )C
Nor#hlake cansfer, lac.
ollh{vest'l-emlessee Disposal Corporation
NKC: (Asia Paciliie) Lid. -
:INRC: (B.V.L) Ltd
INRC (Egypt) LLC
NRC (Trinidad and Tubago) Linutcd
'NRC East Environmental Services, Tnc_
NRC Ea -stern Meditea-rart i Ud_
NRC Environm,cnial of Maine, Inc_
NRC Environmental Services (TJK) Limited
NRC'F.nviroil mental Service -,file.
NRC' C'nilf Enviromnental Services, Inc.
NRC Tnt. Holding Company Ll AC
NTRC Intermediate bit. I lolding Com-My, LLC
NRC: NY EilviroutnenTal Services, lac.
NRC Payroll ivla iagemenl LLt_
NRC: Srivioing Limited
ANY RNM Projcctl, LLC
NY RNM Projoc t IA. LLC
NY RNM ProjecE2, LLC
NY RNM ProjouB. i.i.C:
NY RNM Projed4. LLC:
Oahu SPF' 101-14IJ.C:
OahuSPF. TOI- IRTJ.0
Oahu SPF 101-2 LLC
0aliu SVF 101-4 iJ C
Oahu SVE 101-9 LLC
Oakland Heights Development, litc.
ClWnrity Land Development, MC
IAlKed Waste Services of Slillmkl r, Inc.
Alb-d Waste Sycamarc: Landfill, LLC
IA[Ikd Waste. Systems Holdings, Inc -
lAllied Waste Systems of Arizona, 1.1.i'
Allied Waste SystenrsofColorado, LLC:
A Ilicd W as€e Sy&lcmx of Michigan, LLC
Allicd Wasic Systcrns of Montana, TJ.0
Allied Waste Systems of New Jersey, T.T.0
Allied Waste Systents of Pennsylvania, 1.1 C
�AIIied Waste Systems, Inc.
�A]Iied Waste Tminfer Services of Arizona, LLC
(Allied Waste Traiisfex Services of C;aliforida, LLC
IARied Waste Transfer Services of F[arida, LLC.
Allied Waste Transfer Services of New York, LLC:
Allied W aste Traiisfer Services ofNorth Carolina, LLC .
Allied W aste 'fraus ter Services of Chugun, LLC
AIiiud Wmic Transfer ScrviccsofRhode Island, LLC:
A I liod Waste Transfer Services of 11tah, Tne-
AIli cd Wasto Transpmlation, Inc.
Allis Medina Solar, LLC
rlinaterasu LIX
American )')Isposal Services of Illinois, Inc,
American 1 ) isposal Services of Kansas, Inc.
American Disposal Services ofMissouri, Inc.
Aniericair Disposal Services of New Jersey, 1110,
American Disposal Services of West V irginia, Inc.
American Dispmal gurvicLz, Inc.
American Disposal Transfer Scrvif. ofII1inuis, Inc.
American Eorrlofry Environmental Scrviixs Corporaliun
American Materials Recycling CA rp-
American SanitationInc.
American Transfer Company, Tnc,
Anderson Solid Waste, Inc.
AnsonCountyLandfilI NC,T1,C
Apache Junction Landf II Corporation
APR Walden Solar 1, LLC
Arbor Hilts Ilo[dirW L.L.C.
Area Disposal Inc.
Ariana, LLC
Arics Venture Investments C'omprary
Assonct Solar 1, LLC.
Astro Wastc Services, Inc..
Atlantic Waste Holding Comparry, [no-
AtIm Transporl, Inc.
At}cvoods of North America, Inc.
10cuanske Waste-& Retycling Services
Ohio Republic Contracts, [I, Inc.
Ohio Republic Cantracts, Inc- - -
Oklahoma City Landfill, L-L.C.
OP -TECH Avix, Inc- - -
Organix Solutions, LJ.0
Oscar's Collection System of Fremont, Ine-
OSRV Holdings, Tnc-
Otay I .andfill, Inc,
Ottawa County Landfi1I, Inc.
PackF,rtoir Laud Company, L.L.C.
P-o Iowa r Tran,5[er Station, Inc.
Peltier Real aiate Company
Peninsula Waste Systems, LLC:
Perdomo & Sons, Ltc..
Pinal C'uunly Landfill Corp.
Pinc Scnd Holdings L-L.C-
Pine Hill Farms Landfill TX, LP
Pinacrest Landfill OTC, LLC
Pittsburg County Landfi 11, Jim -
Pleasant Oaks NndflH TX, LP
Port Clinton landfill, Inc, l
Portable Storage (='o.
j Treble County Undfill, hic.
Price & Sons Recycling Company
Prichard Lmndfill Corporation
Quail Run Se viucs, LLC
- R.C:.MillerEnlvxprises,ine.- - -
R-C- Miller Refuse Survicc Inc.
Rabanco Companics
Rabai= RecycTing, Inc.
Rnbaaron, [.td.
Rainbow Dispml Co„ Inc,
Rainhow F.nvironmeartal Services, LLC
Rainbo{v `I'ransfer/RecyclIng, Tnc.
to urbow Wese Florida LLC-
Ramona Landfill, hic.
Randy's rentals, LLC:
Raady's Sanitation, LLC
Ra«souwille Solar 1, LLC
RCS, Leo,
Rc Community Delaware, LLC
Rc: Ccarununity Circa+ Lak s, LLC.
ltii C;ofnrnunity l holdings ll,1.
Rc Cu=unity R -mw Now Yin1c LL.0
IAutau n County Landfdl,13k
lAuEoniated Modu let Systems, hrc.
Autoshred, I nc.
AWIN Leasing Company, IILC.
AWN Managemem, Inc.
Bakersfield Industrial PV 1, LLC:
Bakersfield PV 1, LLC
ReCoiriinunl y Corporation - --
ReCorturumily Farmingdale, LLC
ReC ADMRI LM ity KenEU Cky, LAC:
ReC:aMMIlYity West C:orpof dOn
Red Diamond Disposa 1, ltnc.
Regional Disposal C:umpany
Reliable Disposal, Inc. -
Barkq-T Brathurs Wash, Inwrpura(LA
Republic Cirou tar Sulutions, LLC
Barker BIothurs, Inc-- -
-
Republic Dumpm, Inc.
I Bay Col lcction Services, Inc,
_
Republic FF , iA C:
[Bay F,nviranrneiftl Managerneni, Tnc,
Republic FAwironmentpl Services, LLC
Bay i,andfills, Tnc, �
Republic Environmental Technnlogics, Ine-
hay Leasing Company, I11c.
Republic Industrial and Energy SohLtions, i1,C
-
Bar- ide Dispo&al, i w-
Reinmblic, Lightning, LLC _
RBCO, inc,
Repnblic Ohio Contracts, LLC;
Real ine Service Cojnpany, Iiic,
Republic Polymer Centers Holdings, LLC:
Beals Medina Solar, LLC:
Republic Polymers, LLC:
Belleville Laffulfill, lau.
Republic Polymers It, LLC:
Benson Valley Landfill GuFwral Partnership
Republic Recycling Services of Nevada, hic.
Br rkciey Sanitary Scrvicc, lnL .
RuPLI U Services Alliance Group 11, liLc.
,Berrien County landfill, ine-
Republic Services Alliance Gmup Ii1, Inc.
IBFCTSi Sexies-1997-A 'trust
-
Republic Soviccs Al Iianoc Gruup IV, Inc,
BFC.ESi, T.J.,C`.
Republic Services Alliance Group, ine-
RFi Atlantic, Inc,
BPI Energy Systeins of Albany, inc,
BFI Energy Systems ofi)ela{vare Cowmty, inc.
BFI Energy Systems of Lssex County, lac.
l#lai l;nergy Systcnns of Ilempslead, Inc.
BFI Energy Systwns of Niagara Il, lac.
BFl Energy Syslums of Niagara, hra,
IBM Energy Systcrns ofSEMASS, Inc-
IBFi Fnergy Systems of Southeactorn C:onucetictit Inc-
BFi Energy Systems of Snuthewtern C:ormecticut, Limited Partnership
RF1 RFF-FIJF-iw 1NC-
BFI '1 falls River (OP), Inc-
13 I Tran lOver (1,P), inc,
13111 Transfer Systems of Alabama, iJ C:
Bn Transfer Sysienis of Georgia, Li.0
B i Transfer Systems of Massuillisetts, i J C
13117'rawfer Systems of ississippi, MC
BF] Transfer Systems of New Jersey, Inc,
BF] Transfer Systems ofFeansylvaenia, LLC
B Fl Transfer Systems of Texas, LF
13F1 Transfer Systems of Virginia, LLC
BF] Waste Scrvirms of lndinua, LP
Republic Services Aviation, Inc-
Repnbl is Service-- -Blue Ridge F,nergy Dowlopment, iI.C:
Republic ServieL- C mtomer Re -source Center Central, iJ C:
Republic Services Oistoiner Resource Center Fast, i,i,C
Republic Services Customer Reamwe Center West, LLC
Republic Services Diela I V entures 1, LLC
iepublic Services Lnvironawmal Solutions 11, LLC:
Ropublie Services Environrncnial Soluliom III, LLC
Republic Services EnvirunrFwntal, LLC
Republic Services Group, LLC
Republic Ssxviccs Holding Company, LLC
Republic Services I swing Cninpany, LLC:
- Republic 5urvices Nadonal Accounts.LLCv
'Republic 5ervioe_e of Arizona FJ;auli ng, LLC
Republ is Services of British Columbia, Inc
Republic Services of Buffalo, i1,C
Republic ServicL-c of Califomia Holding Company, Inc-
- Rq)ublic Services of Catlifonnia Ti, UC: - -
-Republic Services of Cannd% Inr-
Republic Services of Colorado Hauling, I -LC
Republic Services of Colorado 1,11,C:
Republic Services of FloHda GP, Ino.
BFi Wastc Services ofPemisylyanin, iJ.0
RFT Waste. Services.ofTexas, LIP
RFT Waste Services, UC
rBFi Waste Systems ofAinbnnia„ LLC
Fi Waste Systems ofArkansns, J.J.C'
BPI Waste Syslems of Georgia, LLC.
JBFI Waste Systems of Lou isiaim, LLC:
IVl l Waste Systems of Massachusetts, LLC:
1311 Waste Systems of Mississippi, LLC:
13FI Waste Sysiums ofMissoud, LLC
BF1 Waslc SWems of Ncw lcrscy, inc-
BFI Waste Systems of'North America,1,LC
BFi Waste Systems of Oklahoma, 111r,
BFi Waste Systems of Tennessee, i1,C;
BFi Waste Systems of Virginia, i,i.
IBio-feted of Oregon,
inc-Mack-horse Darin Solar, LLC
113100mington linulers, LLC.
IItItre Moturtnirt Recycling, LLC:
1131ue Polymers, LLC
�Sluea Ridge Landfill TX, LP
Bom Ambientc Insurancc Company
Bond C aunty Landfill, Inc-
Borrcgo Landfill, Inc -
Barrow Pit C.oip-
Brenham Total Roll -OMi,P
Rric ym—d Taisposnl & Recycling, lac.
Bridgeton Landfill, LLCM
Bridgelou Transfer Stnliou, LLC
15fowjtittg-Ferris 11M IUSIfies C:Irenrical SerVices, Inc.
Browning=Ferris industries de Mexico, S.A. de CN.
Brow g-Ferris ladusi-des of California, Inc.
Browning -Ferris Industries of Florida, Inc -
Browning -Ferris industries of Illinois, Inc-
Brownirkg-Ferris Industries of New Jersey, Inc.
Brownirr F erns lad ustries of New York, Inc.
Browning -Ferris Industries of Ohio, Inc-
Brrnvning-Ferris Industrics of Tcrmcssee, Inc -
Browning -Ferris Industries, inc.
llrawning-i'efris hidustries, LLC
Browning Ferris Stxvices, Inc.
Rrowning-Farris, inc.
Brunswick Waste Management racility, LLC
Dollock lrreetown Solar I, LLC
Bunting Trash k vice, hw,
Republic Services of Florida LP, Inn.
Rcpublto Services utFlorida, Limited Partncrsbip
Republic &zviccs of Georgia GP, LLC
Republic Surviecs of Gatrgia LP, LLC
Rr;publie &aviccs of Georgia, Limited Partnership
Republ is Services of Indiana LP, Inc -
Republic Scrvior-c of indiana Transliol atinn, iJ'C:
Repuhlic Services of Indiana, Limited Partnership
Republic Service of iom, l.l.0
Republic Services of Keenhrcky, LLC
Republic Services of Maryland, LLC
Republic Services of Massachusetts, LLC
Republic Services ofMicldgxn Hauling, LLC
Republic Services of MicAiigcui Holding Wnpany, Inc.
Republic Services ofMicln 1, LLC:
Republic Services of Mlohi" 11, LLC
Republic Surviecs of Michigan III, LLC
Rcpubiic Services o#`Michigan TV, I LC
Rcl)ub] is Services of New Jersey, LLC:
Rcpu]Aie Scrvioe-e of -North Carolina, i.LC
Republic Services of Ohio Haulnrg, J..J,C'
Republic Services of Ohio 1, J..I.,C
- Republic Services of Ohio 11, LLC
- Re oblic Services of Ohio III, LLC
llepubiic Services of Ohio IV, LLC:
Republic Services of Obio Trn«sportal ion„ LLC
Republic Services of Oxnard, [nc.
Republic Survives of PA - Envirunmuntal Solulikons, LLC
Republic Scnvices of Pcnnsy lvmia, LLC
Republic Su vices of Smith C uun€y, LLC
Repubi is Services of Sonoina County Energy Yroduoers, Inc.
Republic Services of Sonoma County, Inc-
Rcpuh] is Scrvi ee s of South Carolina, l.I.0 -
Repnhlic Services of Somthern California„ LLC
iepublic Services of Teutressee, LLC.
RcPUblic Scrviucs of Virginia, LLC:
Rcpublic Scrvices of Wisconsin CiP, i1,C
Republic Services of Wisconsin 1 P. LLC
1epublic Services of Wisconsin, Limited Pail nership
Republic Services Organic Holding, Inc:.
republic Services Organic Solutions, U.0
Republic Services PmcurerneW, Inc.
Republic Services Real Estate klulding, lau.
Republic Services Recycling of Indiana, Ina.
Republic Services RcrLcwablc Energy li, LLC
'Butler County i.andf Il, iJ.0
IDWC bake Lashaway, LLC
Ili WC: UWdy 13rotek, LLC
C &C Expanders Sanitary Landfill, LLC:
CRutus Wastc Systems, LLC
Calvert Tmh Service, Incorporated
Calvert 'Trash Systems, hicorporated
Camelot Landfill TX. LP
Capital Waste & Recycling, inc,
Capitol Recycling and Disposal, Inc,
Carbon Lincstoiw Lind#ill, LLC
CVC: iandfill, inc.
FCOS hiternatiouat, Inc. -
Uufe Landfill 'r, LP
Celina Landfill, Inc -
Central Arimna Transfer, Inc,
Ceutral Line Solar, LLC:
Central SaniWry Landfill, llic.
C'cntral VirginiaPrnpernes,IJX
Champlin Refuse, Inc.
Charter Evapuraiion Rcsourcc Ruwvcry Systems
Cl,,,,kcc Run Landti Il, lnc-
lChilton iandfill, JJ)C
Iitizens Disposal, Inc.
Ici ter-Slar SeXviues, lwu
Clarkston Disposal, inc.
Clean Venture, ]nc,
C'liW011 C'OLully Landfill Nrt«elship
Compah Landfill, Inc.
Compactor Rental Systems of Delaware, inc,
Cougress Development Co.
Consolidated Disposal Service, L.LkC:-
C or"Jida#ed Processing, Inc -
C
ontinental Waste Industries- Gary, luc.
ICan€inrntal Wustc Industries, L.L.C.
Copper Mountain landfill, Inc-
GDrvall is Disposal Ca -
County Disposal (Ohio), inc.
County Disposal, Inc.
County Environmcnial Landfill, LLC
Comity land Development i.andfill, LLC:
County Landfill, Inc,
County Line Landfill Partnership
ComtneyRidgrcLandfill,LLC - -
Covington Waste, Jnc,
Crockett Sanitary service, inc,
Cumin Road Solar 1, LLC
Republic ervicess Renewable Energy lil, I.I.0
Republic Services Renewable El ergy, LLC
Pwpnblic Scrvicus Risk Managurnuo, Inc.
IjRepublic Services Vasco Road, 1.1,C - -
IRepulrlic Silver Stag Disposal, inc- -
1Republic'1'rnnspoliation Services of'Caliada, JOW. -
R public i HAO Services of SuLm(liern Cali fornia, LLC
Republic Wx;te Services ofTexac GP, inc.
Rep blic Waste Services of Tens LP, Inc.
Republic Waste Services ofTcxas, Ltd.
Republic Waste, Limited Parincrship
�ltesource Recovery Systems, I J.0
Resource Recovery, Inc.
RllAlxrnu3a Corp.
RichTmnd Sanitary Serv'Ioc, Ina.
Richniond Solar Power I, i,i.0
Rincon Solar 1, LLC
Firrm, LLC:
River Recycling, i.LC
River Street Solar 1, iJ C
Rousuycll Assuciates
Ross Bros. Waste &. Recycling Co.
Rossirran Sanify Service, Inc.
l exana Landfill, LLC
Royal Ehlding�, ]ne,
RSG Cayman Group, Inn-
RT52 Walden Solar 1, i1,C
ICI'1 Roanilus, LLC:
Rubbish Control, L.L.C.
RWS Texasieacing Company, LLC
R-WS Transport, I rrP,
Reran Road Solar LLC
S & S Recycling, Inc-
S-Road Facility, LLC
Saguaro National Captive hisurance Company
Salina County Landfill, lnu.
San Dicgo Landfill Sysierm, LLC
San n-ancisco Nay Railway, I.I.C:
Saar Marcos NCRAU', Inc.
Sand Valley Hold iggs,L.L.C,
Sandy Hollow Landf Il Corp -
Sangamon Valley Landfill, TnCr
anifill, liyc.
Sanitary Dtspusal Servic[ I=.
Santek Environmental of Alabama, LLC
Santek Environmental of Arkansas, LLC
Santek Lnviromienral ofGeorgia, LLC �II
frow Iawifil'i TX, L.P. - Cumberland C:ouatty Duvvlopillent Company, LLC:
C'W I of Florida, lnc-
C'WT of iilinois, ine,
C T of Missouri, inc,
Cycle Chem, Mo,
D & L Disposal L,L.C_
DelanoPV 1,i1,C '
Delta Cowauur Corporation
Delta Dade R=ycling C'orp-
Dclta raper Stack, Co -
Delta Resoarces Corp.
Delta Site Develop,neni C7orp.
Dulta Waste C:orp-
DuFn[n y Waete I terns Ii, Inc -
Denver 10, North, Inc.
IDesarrollo dol Rancho La Gloria TX, LP
Dcvens Recycling Cznter, LLC
Diliveroo, Imr-
IYI'C Aria nagement, Lno.
Dunslahic Solar I, LLC
F & P bwelment Corporation
Eagle Coastruction nod Eaviroiuuewal Services, LLC
Eagle: Industries Loosing, Inc.
Emi Brookfield Main Street Solar LLC
Fast Chicago Colmpcat Facility, Tnc-
L'(MC: Environmental, L.C:.
iECDC Holdings, ]Tic,
F.COFi,O Field Services, LLC:
EC O LO I lolding, LLC
EC OFLO Lugislics, LLC
FCOFf O Recycling, TJ C
ECOPLO Solithenst, Inc.
ECOFLO, Inc.
Fl Centro landfill, L-P-
Elder Creek Trark0er & Recovery, Inc,
EI1is Comity Landfill 'I X, LP
Ellis Scotl Landfill MO, LLC:
Envirite of 111in3is, Inc.
Envi rite of Ohio, inc-
Eiivirile of Pennsylvania, Cnc,
Enviritc Transportation LLC:
F'nvirocycle, inc-
Lnvironmental Development C'orp-
Envirommetal Quality industrial Seovices de Mexico, S. de ILL. de CN
Environmental Reclamation Company
Fnvironwwntal Services Inc.
Santek Envirorunental of Kentucky, LLC:
Santek Eiiviraninen(RI of North Carolina, LLC:
Santek Environmental of Pine Belt, LLC
Santek Environmental of Tenwssee, i,i)C
Santek Fnv i ronmeotal of Texas, # LC:
ISanick EnvironmenlA of Virginia, LLC:
Sang Environmental, LLC
Santek Waste Services,11C
Sauk Trail Deveiopunant, 1110.
Schoficid C:cupuratiun orCMand-o
Show -Me i.andfi II, i.LC
Slued- All Recycling Systems Inc.
Simit ms & Eastern, LLC:
Skipjack Solar C miter, i.LC:
Solano Garhage Company
Source Recycling, Inc.
Suuih Trans, Inc.
Southcasl Landfill, LLC-
Southern Illinois Regional Landfill, Inc.
Soadwra Tank Leasing, Inc.
Southern Waste Services, Inc-
,%ithwest i.andfilt TX, i.P
Specialized Response Solutions (Canada) Inc.
Spwialized Respunse Solutions, L.P.
1 ` Orgfieid Environmrntal Crencral Partnership
St. Paul lliaulers, i T,C
Stabiex Canada ]INC.
Standard Disposal Services, Inc.
Standard Environmental Services, Iric-
Standard Waste, inc.
Strealor Area Laudi'iil, Inc.
Suburban Transfer, htic-
i Ourb an Warehouse, Tile,
SUMFnit Waste Sir Ins, Inc.
Sunrisc Sanitaliun Service, Inc.
Sunset Disposai Service, inc,
Sunset Usposal, Inc,
Stare ieaa A.S.
SurcrJuan Holdcu Lirnitul
Sycamore LaudflI, Inc -
Tate', "transfer Systems, inc,
Tay -Dan Corporation
Taynian Industries, Inc.
The Eco[of Group, inc-
Thomas Disposal Service, Inc,
Tidal Tank, Inc,
' Tigpeumme Comity Waske Se vices Parint7ship
Environwch, Ine-
EnviroTccb C:onowltants I J C
Fiwirowaste, LLC:
Envotech-Jllirnois
rEQ
Detroit,Jrrc.
Hoidin Tnc-
�FQ TndustriaT Services, Inc.
EQ Metals Recovery LLC
EQ Northeast, Inc-
FQ Parent Company, lnc.
Evergreen Nationat lsulemnily Ccympany
Evergreen Scavenger Service, Inc,
Evergreen Scavenger Service, L.L.C.
F, P. McNamara Rubbish Rcinuval, Inc.
PC R Camden, LLC
FCR Florida, LLC
FC R Oreensboro, I
j TC'R lwMorris,.LLC:
Ila C,R Teuncsscc, LLC
FC, LLC
Finchville Solar, LLC:
liorito Lnterpriscs, Inc,
(Flint Hill Read, LLC
FLT, Inc,
Ir00111i11 Sanitary Landfill, Lrw,
Forts[ View Landfill, LLC.
Fort Worih landfill TX, LP
Forward, Inc.
vowidees Ilo,neslead Farm Solar, LLC
Frankfort Environmental T]evelopment C olygmny, Inc,
Frontier Waste Service,-, (Colorado), J X
[ rwitief Waste Servievs (U(Hh), LLC
[Frontier Waste Surviem of Louisiana L.-L-C-
[Frontier Waste Services, L.P.
10. Van Dyken Disposal 1w,
j6alvtiston Cuunly Land ill TX, LP
Grat,eway Landfill, LLC
GFK' fnc.
General Refuse Rolloff Corp.
GLwrgia Rcoyuling Swwiccs, lmx
CTCTH North Dakota, LLC:
G WK J J -
Global Indeirwity Assurance Connpauy
Gol&-n Bear Transfer Services, Inc,
Onlden Triangle T.andfi 11 TX, IT
Golden Waste Disposal, Tnc-
Granis Pass Sanilatian, Inc.
TMC Ser vim, Inc. I
Tom Luciano's Disposal Scrviee, Tnc-
J Toro Energy of Tndiwn2 Td)C - --
Total 1 11-Offs, L.L.C.
Total Solid Waste Recyolers, Inc.
Trash Buticr, LLC
J'Tracil -Y-), Tnc, -- - -
Tri-C:owity Refuse Service, Ltc.
Tri-Slate Rooycling Scrviecs, Inc.
Tri gtate Retuxe ❑rxporation
Turkey Creek T.andfil I TX, LP
United Disposal Survice, Inc.
University Solar, LLC
[ Jpper Rock Tsland Crnmty Land fill, Inc.
US Ecology Alaska, LLC
Lis Eeulogy Burlington, Inc.
Ecology Canada Tnc-
TJS Ecology Energy Waste Disposal Services, Td,C
US Loology (Troup 1Ioldings Corp.
US Ecology Group Holdings, LLC
TJS F logy Holdings Group, Tnc.
iUS Foology Holdings, Inc,
IUS Ecology Hutdings, LLC
IUS Ewlogy Houston, Tnc-
TJS Ecology Tdalu-), Tnc-
US 1 icology Illinois, Inc.
US Ewlogy K,arms County Disposal, LLC
US Ecology Livonia.} Ine-
US Ecology Michigan, Tile,
US Ecology Novada, Me.
US Ecology Routiulus, Inc. _
US Ecology Stablex Holding.-,, Inc.
US Fcology Su (tent, Inc.
US Ewiogy Tampa, Inc -
US Ecology Taylor, Tnc-
T JS F mlogy Texas. Inc.
US L;oology'i-lierinal Services, Im .
US EmkW Transportation Solutions, Tr,
TJS Eanlogy Tulsa, Ine-
T TS F.flrAagy US HnIding Company, LLC
- IUS Ecology Vernon, L►c,
IUS Ecology Wadlinglon, Inc.
US Eaalogy Wirmie, LLC:
IUS Fcplogy, Toe.
USE Canada Ilofdings, Inc,
U&L L WD I loldco, LLC.
Vallcy Landfills, lnc-
[-heat J1akes Visposal S=icc, Inc-
Cin-at Plains Landfill OK, i.i. _
Grccn Vallcy i mdfill General Partnership
Grccnridge Reclamation, LLC
Gmenridge Waste Scrviues, LLC -
Greenwich Solar 1, LLC
Grormvond i,and iIl TX, LP
GreenWorks, LU:
Gulf Wes[ Landfill TX, LP
Gulfcoast Waste Service, hic.
H B Data Security, LLC
Hancock C'omaly Duvc1upmcnl Cornpaixy, LLC
IHarianTs Sanitary if .andf Ii, lnc.
H=ison County if .andfall, I J,C
HMT) Wage, L,L.C.
l loneygo Rijn R mlamation Ccntcr, Inc- -
Hadson Baylor 27th Avenue T.T.0
Hudson Baylor Atlantic County LLC:
I-bidson Baylor Beacon LLC.
Hudson Baylor Crape May if J C
Hudson Baylor Nctrtb Gateway, LLC
Hudson 13 aylur Tucson LLC
Ryder asAc Contaim:r, inc.
l I liana Disposal Partnership
illinnis i„mdfill, hie.
11-11wis Recycling ServiExs, inc.
llJinois Volley recycling, Tmc-
Tmperial Landfili,Tnc-
hidependew Truck!" Company
Ingrum Waste Disposal, Inc-
lrEtcrnational Disposal Col-p. of California
Talmtd Waste Sewices Ltd.
llasoa Larxlfill TX, LP
.lc0mon City Landfill, LLC;
letter Disposal,bic. -
Jolia►stovvu Mar 1, LLC
,1RM Handing and Recycling Services LLC
.1RM Hauling and Recycling Services 11, LLC
FST Houston Transfer Station, Inc.
&. K Trash Remove 1, [no.
KHnkakcc Quarry, hrc.
Koller Canyon i.andtill Company
Keller Drop Fox, lne.
Kent- eddialr Disposal Company
Kerrville Landfill TX, L.P
Kcy Waste iudasna Partnership
-- Veue--uclan Respunsu C:orpuration
VHG, Inc.
Victoria I -an dfiII TX, LF � -
Vining Disposai Service, Inc.
W. Orange RD Solar LLC
Warner Hill Dcveinpment Company
Wasatch regional Landfill, Me.
- WZISte C.oEitflll System, Inc. --
Waslc Rcpurpming international, inc.
Waste Service-c broil), i.i.C=
Was[e,Services otAlabama, LLC
Write Services of Cjuurgia, LLC
Waste Serviom of Hattieslmaag, I LC
Waste Servio -ss of Kentwky, LLC
Waste Services of New York, hua.
Waslo Scrvicxas of'1`unncsscc, LLC
Waste Services of Texm-, LLC
Wastehaul,1nc.
Wayne C:ounly Land Dcvclupmcni, LLC
aync County i.andfill Tt., Tnc.
Wayne DmIopers, I,L
Wayne Disposal, loc.
D"fR, lac:. --
Wcbstcr Parish Landfill, T.J..C,
'Wellkept T.T.0 -
West Brookfield JBw#un Post Road Solar LLC
West Contra Costa Encrgy recovery Company
ny
Alest Contra Costa Sanitary Laiwitill, iuc.
West County Lal0 iill, Inc.
est Comity Rcsourcc 1Rccovcry, inc-
Wcst Street Solar I , LLC
hispering Pines Landfill 1'X, LF
Wi-lbur Woods Solar LLC
Willamr-tte Resources, inc-
illiams County i„nndfill Inc,
iIliamsbtErg Last S1rest Solar LLC
Willow Ridge Landlll, LLC
Wilshire Disposal Service -
--1inchendon Ash Sheet Solar 1 UrC -
Vnchendm Lincobt Avciwe Solar 1 LLC:
Wiucheluion Lincoln Avenue Solar 2 LLC
JR Fmvironmcntal, inc-
oodlake Sanitary Service, hie. -
akaroi f Services -
- 7.P).>-PT Solar Project 2017-001 LLC
LP1 -PT Solar Projcet 2017-00311,C
La Cafiada Disposal Company, lnc.
Lake County C & D Drvelopriwnt Parincrship
Lake lwlorrim Land rill, inc_
LandComp Corporation
Lane Avc Solar LLC:
Lathrop Sunrise Satiilation Corporation
Lee C.'omiV Laudliit SC, LLC
Lee County Landfill, ins.
bmons Landfill, I JX
1,e}vistolvn Disposal, imx
ZPD-PT Solar Prof u€ 2017-007 TA C
ZPD-PT filar Proj€act 2017-COS 1 J,C
Z'D-PT SolarProjecl2017-011 LLC..
ZPI')-P'1' Solar Project 2.017-014 LLC
ZFD-P'F Solar Project 2.017-017 LLC
ZPD-PT Solar Project 2017-021 TI)C
ZPD-PT Solar Project 2017-023 LLC
ZPV-PT Solar Project 2017-02.4 LLf1'
ZPD-PT Solar Project 2017-0331J
ZPD-PT Solar Project 2017.044 LLC