Loading...
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