Loading...
HomeMy WebLinkAboutContract 63387Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CSC No. 63387 FORT WORTH, "**I NON-EXCLUSIVE VENDOR SERVICES AGREEMENT This NON-EXCLUSIVE VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a Texas home -rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and Clean Earth Environmental Solutions, Inc., by and through any of its subsidiaries or affiliates ("Vendor"), a Delaware corporation, acting by and through its duly authorized representative, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Non -Exclusive Vendor Services Agreement; 2. Exhibit A — Scope of Services 3. Exhibit B — Price Schedule; 4. Exhibit C — Vendor's Response to City of Fort Worth RFP No. 24-0119; 5. Exhibit D - Verification of Signature Authority Exhibit A which is attached hereto and incorporated herein, is made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibit A and the terms and conditions set forth in the body of this Agreement, the terms and conditions in the body of this Agreement shall control. 1. Scope of Services. Vendor shall provide the City with packaging, transportation, recycling and disposal of aggregated household hazardous waste ("Services"), which are set forth in more detail in Exhibit "A," which is attached hereto and incorporated herein for all purposes. Vendor understands and agrees that the City will award non-exclusive agreements to multiple vendors to package, transport, recycle and dispose of household hazardous waste to the City. Vendor further understands and agrees that the City makes no promise or guarantee of the total amount of work that will be assigned to Vendor pursuant to this Agreement. 2. Term. The initial term of this Agreement is for one year, beginning on September 1, 2024 ("Effective Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal options (each a "Renewal Term"). 3. Compensation. 3.1 Total compensation payable during the first year of the Initial Term to all vendors who are awarded a non-exclusive agreement is an estimated combined amount of Nine Hundred Thousand Dollars and Zero Cents ($900,000.00). Total compensation paid to Vendor shall not exceed $500,000.00 during any twelve-month period under the Agreement. OFFICIAL RECORD Non -Exclusive Vendor Services Agreement CITY SECRETARY Page 1 of 57 Clean Earth Environmental Solutions, Inc. FT. WORTH, TX Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB 3.2 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251 of the Texas Government Code) and provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. 3.3 Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 3.4 Invoice Terms. Vendor shall invoice the City for the services performed, and the City shall pay such invoice within thirty (30) days after the date of the invoice. 3.5 Non -Payment of Invoices. If payment of Vendor invoices is not maintained on a thirty (30) day current basis, Vendor may suspend further performance of any or all services and/or withhold any and all materials, labor, work or date from Vendor until full payment is made. Vendor will give City written notice to suspend services on the next business day following the thirty (30) day past due invoice date. 3.6 On or before the 10th day of each month of this Agreement, the Vendor will provide the City with a signed fee invoice summarizing (i) the portion of the Services that have been completed during the prior month and (ii) any additional visits that have been incurred during the prior month. 3.7 Following acceptance of the Services by the City, Vendor must provide the City with a signed, readable invoice summarizing (i) the Service(s) that have been completed; (ii) purchase order number, and (iii) requesting payment. If the City requires additional reasonable information, it will request the same promptly after receiving the above information, and the Vendor must provide such additional reasonable information to the extent the same is available. Invoices must be submitted to Supplierinvoices@fortworthtexas.gov and ENV_Purchasing@fortworthtexas.gov. Invoices must include the applicable City Department business unit number and complete City of Fort Worth Number (ex. FW013-0000001234). 3.7.1 The Vendor shall submit corrected/revised invoices within seven (7) calendar days of notification from the City. 3.7.2. Unpaid invoices and/or appeals for service performed throughout the fiscal year (October 1 - September 30) must be resolved within 30 days of the City's new fiscal year. No previous year invoices will be paid after October 30th of the current year. 3.8 Change in Fees or Rates. Vendor reserves the right to adjust the fees or rates herein to account for increases in the cost of fuel, insurance, disposal, record keeping, or to otherwise address cost escalation. Vendor reserves the right to adjust any of the prices from time to time, in its sole discretion All invoices are subject to applicable Energy & Insurance recovery charge tied to the National monthly average price for diesel fuel as published by the Department of Energy https://www.cleanearthinc.com/energy-and-insurance-fees/. Non -Exclusive Vendor Services Agreement Page 2 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB 4. Termination. 4.1 Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-abbronriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination 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. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform 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 of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") 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 government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. Non -Exclusive Vendor Services Agreement Page 3 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB 6. Ri2ht to Audit. Vendor agrees that City at its own cost and expense, will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement. Vendor will provide an escort at all times and agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided with adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City will give Vendor at least ten (10) days' advance written notice of intended audits. 7. Indeuendent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior 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 construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANYAND ALL PR OPER TY L OSS, PR OPER TY DAMA GE AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OFANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 LIMITATION OF LIABILITY. IN NO EVENT SHALL VENDOR BE LIABLE UNDER THIS AGREEMENT TO THE CITY OR ANY THIRD PARTY FOR CONSEQUENTIAL, INDIRECT, INCIDENTAL, SPECIAL. LIOUIDATED. EXEMPLARY, PUNITIVE OR ENHANCED DAMAGES, LOST PROFIT OR REVENUES, OR DIMINUTION IN VALUE, ARISING OUT OF, RELATING TO, OR IN CONNECTION WITH ANY BREACH OF THIS AGREEMENT, REGARDLESS OF (A) WHETHER SUCH DAMAGES WERE FORESEEABLE,, (B) WHETHER OR NOT IT WAS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES AND (C) THE LEGAL OR EOUITABLE THEORY (CONTRACT,, TORT OR OTHERWISE) UPON WHICH THE CLAIM IS BASED. IN NO EVENT SHALL VENDOR'S AGGREGATE LIABILITY ARISING OUT OF OR RELATING TO THIS AGREEMENT. WHETHER ARISING OUT OF OR RELATING TO BREACH OF CONTRACT. TORT (INCLUDING NEGLIGENCE) OR OTHERWISE, EXCEED TWO (2) TIMES THE TOTAL OF THE AMOUNTS PAID TO VENDOR PURSUANT TO THIS AGREEMENT IN THE TWELVE (12) Non -Exclusive Vendor Services Agreement Page 4 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB MONTH PERIOD PRECEDING THE EVENT GIVING RISE TO THE CLAIM. 8.3 GENERAL INDEMNIFICATION- VENDOR HEREBYCOVENANTSAND AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS, AGENTS, REPRESENTATIVES, SERVANTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, REPREENTATIVES, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.4 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non -infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and documentation with equally suitable, compatible, and functionally equivalent non -infringing software and documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. Non -Exclusive Vendor Services Agreement Page 5 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB 9.1 AssiQnment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City, which consent shall not be unreasonably withheld. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits 10.1.1 Commercial General Liability: 10.1.1.1 $1,000,000 - Each Occurrence 10.1.1.2 $2,000,000 - Aggregate Automobile Liability: 10.1.1.3 $1,000,000 - Each occurrence on a combined single limit basis 10.1.2 Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. 10.1.3 Worker's Compensation: Statutory Compensation Act or any other stat 10.1.4 Employers' liability e 10.1.4.1 $100,000 - Bodily Injury by accident; each accident/occurrence 10.1.4.2 $100,000 - Bodily Injury by disease; each employee 10.1.4.3 $500,000 - Bodily Injury by disease; policy limit 10.1.5 Pollution Liability (Errors & Omissions): ® Applicable ❑ N/A 10.1.5.1 $1,000,000 - Per Occurrence 10.1.5.2 $1,000,000 - Aggregate The retroactive date shall be coincident with or prior to the date of this contract and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of this contract and for five (5) years following completion of the contract (Tail Coverage). An annual certificate of insurance shall be submitted to the City for each year following completion of this contract. 10.1.6 Professional Liability coverage may be provided through an endorsement to the Non -Exclusive Vendor Services Agreement Page 6 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 The commercial general liability and liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. 10.3 The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City. 10.4 A minimum of Thirty (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- payment of premium. _Notice must be sent to the City in accordance with the notice provision of this Agreement. 10.5 The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. 10.6 Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. 10.7 Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance 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 violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) email or other means of electronic delivery, (3) delivered by facsimile with Non -Exclusive Vendor Services Agreement Page 7 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB electronic confirmation of the transmission, or (4) received by the other party by overnight courier, or by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 200 Texas Street Fort Worth, TX 76102-6314 WINFAR04 11�1A Clean Earth Environmental Solutions, Inc. Attn: Legal Department 933 First Ave, Suite 200 King of Prussia, PA, 19406 With copy to Fort Worth City Attorney's Office at With a copy to: cecontracts@cleanearthinc.com same address 14. Solicitation of Emvlovees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Mai eure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force maj eure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Maj eure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the Non -Exclusive Vendor Services Agreement Page 8 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement. 22. Amendments / Modifications / Extensions. 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. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationalitv Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be 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 from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made - 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 -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. Non -Exclusive Vendor Services Agreement Page 9 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB 27. Signature Authoritv. 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, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Comuanv Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government 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: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Bovcotting Enerav Companies. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods 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 company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term 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: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods 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 company with 10 or more full- time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 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: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. Non -Exclusive Vendor Services Agreement Page 10 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. Non -Exclusive Vendor Services Agreement Page 11 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB IN WITNESS WHEREOF, the parties hereto have executed this Agreement to be effective on September 1, 2024. City: Vendor: /_ /, WA , i/ DocuSigne/d by:bb�l�I By: Valerie Washington (Jun 5, 2025 15:15 CDT) By:�IA, F Name: Valerie Washington Name: Me 1na,1\Q L11ub44t:W... Title: Assistant City Manager Title: Senior Vice President Sales Date: June 5, 2025 Date: 06/04/25 1 5:56 PM EDT FOR CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: B H '�.9 By: James Keezell (Jun 5, 2025 14:51 CDT) Name: James Keezell Title: Asst. Environmental Services Director Approved as to Form and Legality: Al. ke vill Ai4a-s, By: M. Kevin Anders, II (Jun 5, 2025 15:10 CDT) Name: M. Kevin Anders, II Title: Assistant City Attorney Contract Authorization: M&C: 24-0665 Form 1295: 2024-1156221 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Rex Johnson Title: Environmental Supervisor City Secretary: o� FOR,naad ������ dapn nEXo544 By: Name: Jannette Goodall Title: City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Non -Exclusive Vendor Services Agreement Page 12 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB EXHIBIT A SCOPE OF SERVICES The Scope of the project is to provide household hazardous waste collection including packaging, transportation, recycling and disposal of aggregated household hazardous waste. The work required under this agreement includes the following tasks: Collect the household hazardous waste from the below pick up site. a. Environmental Collection Center, 6400 Bridge Street Fort Worth TX 76112 ii. Pick up services will be provided during regular hours, 8am to 5pm from Monday through Friday. This will exclude the following holidays: • Martin Luther King Jr. Day • Memorial Day • Juneteenth • Independence Day • Labor Day • Thanksgiving Day • Christmas Day • New Year's Day iii. Transport household hazardous waste to approved disposal facilities in compliance with the U.S. Environmental Protection Agency (EPA) and Texas Commission on Environmental Quality (TCEQ). iv. Utilize various disposal methods, as deemed it, such as recycling and treatment of collected the collected waste. V. Respond to all City disposal requests within 5 business days of the written disposal request sent via facsimile, email, or phone call. vi. Assign a dedicated account manager as the point of contact to coordinate shipment requests, or scheduling, by the City. vii. Assume Generator Status of all wastes upon exiting City of Fort Worth's property. viii. Maintain all necessary licenses and/or permits required under federal, state, and local laws and regulations. A current copy must be sent to the City following any and all renewals. ix. Comply with all applicable federal, state, and local laws and regulations including but not limited to 29 CFR — OSHA, 40 CFR — RCRA and TSCA, 49 CFR — DOT, 30 TAC — TCEQ, and EPA Publication SW846. X. Provide DOT approved packaging for the collection of waste streams for shipment as needed. xi. Provide roll -off boxes and box transportation for disposal as needed. xii. Maintain a diverse fleet of vehicles, including semi -trucks, trucks, trailers, and bobtails, capable of consistently transporting the materials. Non -Exclusive Vendor Services Agreement Page 13 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB xiii. Ensure handling instructions and chain -of -custody protocols are in accordance with all federal and state statutes and regulations for laboratory methods and quality assurance. xiv. Prepare and provide paperwork and documentation needed to complete waste shipments including required regulatory information for waste profiling, manifest and any necessary shipping papers. xv. Make an acceptance/rejection decision concerning the waste stream based upon the available data and professional judgment. xvi. Provide City with fully executed copies of Waste Manifests within 35 days of waste shipment. xvii. Provide City with Certificates of Treatment, Recycling, an/or Receipt within 90 days of waste shipment. xviii. Submit Waste Shipment/Handling/Disposal Summaries by the 15th day of each calendar quarter (January, April, July, and October). xix. Furnish an annual report of the Waste Shipment/Handling/Disposal Summaries within 15 calendar days of the close of the City's Fiscal Year. The fiscal year runs from October 1 st through September 30th. xx. Provide training and consultation on the management, handling, collection, packaging, disposal and shipment of hazardous, special and solid wastes, when requested. The Environmental Services Department agrees to the following tasks: i. Designate a City representative to provide timely direction to the Vendor, render City decisions and to accompany Vendor on waste disposal pickup services. ii. Package, containerize, and label waste that is intended to be collected by the Vendor. iii. Provide a waste label in accordance with DOT regulations. Drums will include a hazard class label, hazardous waste label, and up arrows as required. iv. Complete a waste profile on each waste stream that is intended to be collected by the Vendor. V. Provide safety sheets (SDSs), representative sample, analytical, knowledge, or process information on wastes for disposal, recycling and/or reuse. vi. Provide timely written notice to Vendor of waste disposal projects, detailing the location(s), type of work and any pertinent information. vii. Provide the required regulatory information for manifest and shipping paper information Non -Exclusive Vendor Services Agreement Page 14 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB EXHIBIT B PRICE SCHEDULE # Item UOM Quantity Unit Price Required #1-1 Drum 1 $ 670.00 RCRA Incineration Lab -Packs, 55-gallon drum # 1-2 Drum 1 $ 215.00 RCRA Incineration Loose -Packs (Flammable), 55-gallon drum #1-3 RCRA Incineration Loose -Packs (Flammable), Cubic Yard Box BOX 1 $ 575.00 #14 Drum 1 $ 295.00 RCRA Incineration (Pesticides/Herbicides) Liquids, 55-gallon drum #1-5 Box 1 $ 775.00 RCRA Incineration (Pesticides/Herbicides) Liquids, Cubic Yard Box #1-6 Drum 1 $ 295.00 RCRA Incineration (Pesticides/Herbicides) Solids, 55-gallon drum #1-7 Box 1 $ 775.00 RCRA Incineration (Pesticides/Herbicides) Solids, Cubic Yard Box Non -Exclusive Vendor Services Agreement Page 15 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #1-8 Drum 1 $ 71.00 Fuel Blending Liquids, 55-gallon drum #1-9 Drum 1 $ 140.00 Fuel Blending Liquids, 95-gallon drum # 1- Drum 1 $ 316.00 10 Fuel Blending Solids, 55-gallon drum #1- 11 BOX 1 $ 995.00 Fuel Blending Solids, Cubic Yard Box #1- Drum 1 $ 275.00 12 RCRA Landfill, 55-gallon drum # 1- Drum 1 $ 195.00 13 Class I Non -Hazardous Landfill, 55-gallon drum #1- Box 1 $ 350.00 14 Class I Non -Hazardous Landfill, Cubic Yard Box #1- Drum 1 $ 450.00 15 Treatment Acids/Bases (Solids), 55-gallon drum #1- Drum 1 $ 337.50 16 Treatment Acids/Bases (Solids), 30-gallon drum #1- Drum 1 $ 430.00 17 Treatment Acids/Bases (Bulk Liquid), 55- gallon drum Non -Exclusive Vendor Services Agreement Page 16 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #1- 18 Treatment Acids/Bases (Bulk Liquid), 30- gallon drum #1- 19 Treatment for Oxidizers, 55-gallon drum #1- 20 Treatment for Oxidizers, 30-gallon drum #1- 21 Dangerous When Wet Classified Waste, 5- gallon drum Drum 1 $ 335.00 Drum 1 $ 1,425.00 Drum 1 Drum 1 #1- Pound 1 22 Elemental Mercury (Recycling), Per Pound # 1- Pound 1 23 Mercury Debris, Per Pound # 1- Drum 1 24 Ammunition/Gunpowder/Explosives, 10- gallon drum # 1- Drum 1 25 Recyclable Batteries (NiMH and Ni-CAD), 55-gallon drum # 1- Drum 1 26 Batteries for Disposal (non -recyclable) (Alkaline), Drum Fiber, 55-gallon drum $ 921.00 $ 200.00 $ 22.00 $ 35.00 $ 650.00 $ 345.00 $ 195.00 Non -Exclusive Vendor Services Agreement Clean Earth Environmental Solutions, Inc. Page 17 of 57 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #1- Cylinder 1 $ 29.00 27 Compressed Flammable Gas Cylinders, Cylinder - Metal, 1# Cylinder #1- Cylinder 1 $ 29.00 28 Compressed Flammable Gas Cylinders, Cylinder - Metal, 10# Cylinder #1- Cylinder 1 $ 29.00 29 Compressed Flammable Gas Cylinders, Cylinder - Metal, 20# Cylinder #1- Drum 1 $ 34.00 33 RCRA Empty Drums, Drum Metal, 55- gallon drum #1- Drum 1 $ 259.00 34 Latex Paint (bulk)(waste to energy/incineration), Drum Metal, 55-gallon drum # 1- Drum 1 $ 140.00 35 Latex Paint (bulk) (solidification), Drum Metal, 55-gallon drum #1- Box 1 $ 425.00 36 Recyclable Latex Paint (individual cans), Cubic Yard Box #1- Drum 1 $ 295.00 37 Non -Recyclable Paint (Incineration, 1-90% Solid), Drum Metal, 55-gallon drum Non -Exclusive Vendor Services Agreement Page 18 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #1- BOX 1 $ 875.00 38 Non -Recyclable Paint (Incineration, 1-90% Solid), Cubic Yard Box #1- Drum 1 $ 265.00 39 Aerosol Cans, Drum Fiber, 55-gallon drum #1- BOX 1 $ 595.00 40 Aerosol Cans, Cubic Yard Box #1- Drum 1 $ 252.00 41 Asbestos (Friable), Drum Fiber, 55-gallon drum #1- Container 1 $ 200.00 42 Picric Acid, Drum Fiber, 5-gallon pail #1- Drum 1 $ 50.00 44 Batteries for Disposal (Lithium), Drum Fiber, 55-gallon drum # 1- Drum 1 $ 670.00 45 Methylene Chloride Hexane, Vials Flam, 55-gallon drum #1- Cylinder 1 $ 95.00 46 CFC Cylinder - Must have Working Valve, Cylinder -Metal, 30# Cylinder #1- Cylinder 1 $ 85.00 47 Inert Cylinder, Cylinder -Metal, Medium Non -Exclusive Vendor Services Agreement Page 19 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #1- Cylinder 1 $ 199.00 48 Cylinders - Flammables, Cylinder -Metal, 30# Cylinder #1- Cylinder 1 $ 85.00 49 Cylinder Atmospheric NON RCRA Gas, Cylinder -Metal, Handheld — 5 pound #1- Cylinder 1 $ 29.00 50 Cylinder Thinwall LP Gas RCRA Exempt, Cylinder -Metal, Lecture #1- Cylinder 1 $ 85.00 51 Cylinders of Cal Gases-RCRA Exempt, Cylinder -Metal, Lecture #1- Drum 1 $ 430.00 53 CHLORINE WATER, Drum Metal, 55- gallon drum # 1- Drum 1 $ 140.00 54 FIRE FIGHTING FOAM, Drum Metal, 55- gallon drum # 1- Drum 1 $ 10.00 55 Broken Lead Acid Batteries, Drum Fiber, 30-gallon drum #1- Drum 1 $ 1,575.00 56 Chlorine (Pool) liquid, Drum Fiber, 95- gallon drum # 1- Drum 1 $ 182.00 57 Liquids for Incineration, Drum Fiber, 30- gallon drum Non -Exclusive Vendor Services Agreement Page 20 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #1- Drum 1 $ 575.00 59 Portable Butane Lighters, Drum Metal, 55- gallon drum #1- Drum 1 $ 995.00 60 Matches and Matchbooks (Flammable Solids), Drum Metal, 55-gallon drum #1- Drum 1 $ 1,034.00 61 Isocyanate lab pack, Drum Fiber, 55-gallon drum # 1- Drum 1 $ 242.00 62 Liquids for Incineration, Drum Fiber, 55- gallon drum #1- Drum 1 $ 372.00 63 Organic Acids for Fuels, Drum Fiber, 30- gallon drum #1- Drum 1 $ 189.00 64 Non Halogenated Sludge/Solids for Fuel, Drum Fiber, 55-gallon drum # 1- Drum 1 $ 40.00 65 Empty Drums, Drum, 85-gallon drum #1- Cylinder 1 $ 95.00 66 Refrigerant (R12, R134, etc), Cylinder — Metal , 30 pound # 1- Drum 1 $ 19.00 68 Empty 2.5 gallon carboy, Drum Fiber, 2.5- gallon drum Non -Exclusive Vendor Services Agreement Page 21 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2-1 Container 1 $ 63.00 Used oil, single packaging, 5 (gallon) #2-2 Container 1 $ 73.00 Used oil, single packaging, 14-15 gallon #2-3 Container 1 $ 88.00 Used oil, single packaging, 20 gallon #24 Container 1 $ 88.00 Used oil, single packaging, 30 gallon #2-5 Container 1 $ 112.00 Used oil, single packaging, 55 gallon #2-6 Container 1 $ 165.00 Used oil, single packaging, 85(gallon) #2-7 Container 1 $ 338.00 Used oil, single packaging, Tote #2-8 Pound 1 $ 0.25 Used oil, single packaging, Tote or Pallet (per lb) #2-9 Container 1 $ 109.00 Used Antifreeze, 5 (gallon) #2- Container 1 $ 121.00 10 Used Antifreeze, 14-15 gallon Non -Exclusive Vendor Services Agreement Page 22 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 138.00 11 Used Antifreeze, 20 gallon #2- Container 1 $ 138.00 12 Used Antifreeze, 30 gallon #2- Container 1 $ 168.00 13 Used Antifreeze, 55 gallon #2- Container 1 $ 255.00 14 Used Antifreeze, 85(gallon) #2- Pound 1 $ 0.37 16 Used Antifreeze, Box or Pallet (per lb) #2- Container 1 $ 40.00 17 Waste Gasoline, 5 (gallon) #2- Container 1 $ 46.50 18 Waste Gasoline, 14-15 gallon #2- Container 1 $ 69.75 19 Waste Gasoline, 20 gallon #2- Container 1 $ 69.75 20 Waste Gasoline, 30 gallon #2- Container 1 $ 71.00 21 Waste Gasoline, 55 gallon Non -Exclusive Vendor Services Agreement Page 23 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 140.00 22 Waste Gasoline, 85(gallon) #2- Pound 1 $ 0.21 24 Waste Gasoline, Box or Pallet (per lb) #2- Container 1 $ 85.00 25 Waste Gasoline with water, 5 (gallon) #2- Container 1 $ 121.00 26 Waste Gasoline with water, 14-15 gallon #2- Container 1 $ 182.00 27 Waste Gasoline with water, 20 gallon #2- Container 1 $ 182.00 28 Waste Gasoline with water, 30 gallon #2- Container 1 $ 242.00 29 Waste Gasoline with water, 55 gallon #2- Container 1 $ 350.00 30 Waste Gasoline with water, 85(gallon) #2- Pound 1 $ 0.54 32 Waste Gasoline with water, Box or Pallet (per lb) #2- Container 1 $ 40.00 33 Waste Diesel, 5 (gallon) Non -Exclusive Vendor Services Agreement Page 24 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 46.50 34 Waste Diesel, 14-15 gallon #2- Container 1 $ 69.75 35 Waste Diesel, 20 gallon #2- Container 1 $ 69.75 36 Waste Diesel, 30 gallon #2- Container 1 $ 71.00 37 Waste Diesel, 55 gallon #2- Container 1 $ 140.00 38 Waste Diesel, 85(gallon) #2- Pound 1 $ 0.21 40 Waste Diesel, Box or Pallet (per lb) #2- Container 1 $ 85.00 41 Waste Diesel with water, 5 (gallon) #2- Container 1 $ 121.00 42 Waste Diesel with water, 14-15 gallon #2- Container 1 $ 182.00 43 Waste Diesel with water, 20 gallon #2- Container 1 $ 182.00 44 Waste Diesel with water, 30 gallon Non -Exclusive Vendor Services Agreement Page 25 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 242.00 45 Waste Diesel with water, 55 gallon #2- Container 1 $ 350.00 46 Waste Diesel with water, 85(gallon) #2- Pound 1 $ 0.54 48 Waste Diesel with water, Box or Pallet (per lb) #2- Container 1 $ 40.00 49 Waste Diesel / Gasoline Mix, 5 (gallon) #2- Container 1 $ 46.50 50 Waste Diesel / Gasoline Mix, 14-15 gallon #2- Container 1 $ 69.75 51 Waste Diesel / Gasoline Mix, 20 gallon #2- Container 1 $ 69.75 52 Waste Diesel / Gasoline Mix, 30 gallon #2- Container 1 $ 71.00 53 Waste Diesel / Gasoline Mix, 55 gallon #2- Container 1 $ 140.00 54 Waste Diesel / Gasoline Mix, 85(gallon) #2- Pound 1 $ 0.21 56 Waste Diesel / Gasoline Mix, Box or Pallet (per lb) Non -Exclusive Vendor Services Agreement Page 26 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 114.00 57 Used oil/fuel filters, 5 (gallon) #2- Container 1 $ 137.00 58 Used oil/fuel filters, 14-15 gallon #2- Container 1 $ 172.00 59 Used oil/fuel filters, 20 gallon #2- Container 1 $ 172.00 60 Used oil/fuel filters, 30 gallon #2- Container 1 $ 245.00 61 Used oil/fuel filters, 55 gallon #2- Container 1 $ 375.00 62 Used oil/fuel filters, 85(gallon) #2- Box 1 $ 528.00 63 Used oil/fuel filters, Cubic Yard Box #2- Pound 1 $ 0.75 64 Used oil/fuel filters, Box or Pallet (per lb) #2- Container 1 $ 114.00 65 Gasoline Fuel Filters, 5 (gallon) #2- Container 1 $ 137.00 66 Gasoline Fuel Filters, 14-15 gallon Non -Exclusive Vendor Services Agreement Page 27 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 172.00 67 Gasoline Fuel Filters, 20 gallon #2- Container 1 $ 172.00 68 Gasoline Fuel Filters, 30 gallon #2- Container 1 $ 245.00 69 Gasoline Fuel Filters, 55 gallon #2- Container 1 $ 375.00 70 Gasoline Fuel Filters, 85(gallon) #2- Box 1 $ 528.00 71 Gasoline Fuel Filters, Cubic Yard Box #2- Pound 1 $ 0.75 72 Gasoline Fuel Filters, Box or Pallet (per lb) #2- Container 1 $ 92.75 73 Aerosols, 5 (gallon) #2- Container 1 $ 132.50 74 Aerosols, 14-15 gallon #2- Container 1 $ 198.75 75 Aerosols, 20 gallon #2- Container 1 $ 198.75 76 Aerosols, 30 gallon Non -Exclusive Vendor Services Agreement Page 28 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 265.00 77 Aerosols, 55 gallon #2- Container 1 $ 395.00 78 Aerosols, 85(gallon) #2- Box 1 $ 595.00 79 Aerosols, Cubic Yard Box #2- Pound 1 $ 1.77 80 Aerosols, Box or Pallet (per lb) #2- Container 1 $ 59.50 81 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), 5 (gallon) #2- Container 1 $ 85.00 82 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), 14-15 gallon #2- Container 1 $ 127.50 83 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), 20 gallon #2- Container 1 $ 127.50 84 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), 30 gallon #2- Container 1 $ 170.00 85 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), 55 gallon Non -Exclusive Vendor Services Agreement Page 29 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 250.00 86 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), 85(gallon) #2- Box 1 $ 425.00 87 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), Cubic Yard Box #2- Pound 1 $ 0.97 88 Latex -based paint (non-RCRA)in cans, combination packaging (Universal waste), Box or Pallet (per lb) #2- Container 1 $ 59.50 89 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), 5 (gallon) #2- Container 1 $ 85.00 90 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), 14-15 gallon #2- Container 1 $ 127.50 91 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), 20 gallon #2- Container 1 $ 127.50 92 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), 30 gallon #2- Container 1 $ 170.00 93 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), 55 gallon Non -Exclusive Vendor Services Agreement Page 30 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 250.00 94 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), 85(gallon) #2- Box 1 $ 425.00 95 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), Cubic Yard Box #2- Pound 1 $ 0.97 96 Latex -based paint (non- RCRA) in cans, combination packaging (Universal Waste), Box or Pallet (per lb) #2- Container 1 $ 42.00 97 Oil -based paint (RCRA) single packaging (universal waste), 5 (gallon) #2- Container 1 $ 60.00 98 Oil -based paint (RCRA) single packaging (universal waste), 14-15 gallon #2- Container 1 $ 90.00 99 Oil -based paint (RCRA) single packaging (universal waste), 20 gallon #2- Container 1 $ 90.00 100 Oil -based paint (RCRA) single packaging (universal waste), 30 gallon #2- Container 1 $ 96.00 101 Oil -based paint (RCRA) single packaging (universal waste), 55 gallon Non -Exclusive Vendor Services Agreement Page 31 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 180.00 102 Oil -based paint (RCRA) single packaging (universal waste), 85(gallon) #2- Container 1 $ 42.00 103 Oil -based paint (RCRA) single packaging (universal waste), Tote #2- Pound 1 $ 0.27 104 Oil -based paint (RCRA) single packaging (universal waste), Tote or Pallet (per lb) #2- Container 1 $ 57.75 105 Oil -based paint (RCRA) in cans, combination packaging (universal waste), 5 (gallon) #2- Container 1 $ 82.50 106 Oil -based paint (RCRA) in cans, combination packaging (universal waste), 14-15 gallon #2- Container 1 $ 123.75 107 Oil -based paint (RCRA) in cans, combination packaging (universal waste), 20 gallon #2- Container 1 $ 123.75 108 Oil -based paint (RCRA) in cans, combination packaging (universal waste), 30 gallon #2- Container 1 $ 165.00 109 Oil -based paint (RCRA) in cans, combination packaging (universal waste), 55 gallon Non -Exclusive Vendor Services Agreement Page 32 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 245.00 110 Oil -based paint (RCRA) in cans, combination packaging (universal waste), 85(gallon) #2- 111 Box 1 $ 495.00 Oil -based paint (RCRA) in cans, combination packaging (universal waste), Cubic Yard Box #2- Pound 1 $ 0.94 112 Oil -based paint (RCRA) in cans, combination packaging (universal waste), Box or Pallet (per lb) #2- Container 1 $ 103.25 113 Paint Related Wastes (universal waste), 5 (gallon) #2- Container 1 $ 147.50 114 Paint Related Wastes (universal waste), 14- 15 gallon #2- Container 1 $ 221.25 115 Paint Related Wastes (universal waste), 20 gallon #2- Container 1 $ 221.25 116 Paint Related Wastes (universal waste), 30 gallon #2- Container 1 $ 295.00 117 Paint Related Wastes (universal waste), 55 gallon #2- Container 1 $ 440.00 118 Paint Related Wastes (universal waste), 85(gallon) Non -Exclusive Vendor Services Agreement Page 33 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Box 1 $ 875.00 119 Paint Related Wastes (universal waste), Cubic Yard Box #2- Pound 1 $ 1.64 120 Paint Related Wastes (universal waste), Box or Pallet (per lb) #2- Container 1 $ 103.25 121 Paint Related Waste Solids (universal waste), 5 (gallon) #2- Container 1 $ 147.50 122 Paint Related Waste Solids (universal waste), 14-15 gallon #2- Container 1 $ 221.25 123 Paint Related Waste Solids (universal waste), 20 gallon #2- Container 1 $ 221.25 124 Paint Related Waste Solids (universal waste), 30 gallon #2- Container 1 $ 295.00 125 Paint Related Waste Solids (universal waste), 55 gallon #2- Container 1 $ 440.00 126 Paint Related Waste Solids (universal waste), 85(gallon) Non -Exclusive Vendor Services Agreement Page 34 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Box 1 $ 875.00 127 Paint Related Waste Solids (universal waste), Cubic Yard Box #2- Pound 1 $ 1.64 128 Paint Related Waste Solids (universal waste), Box or Pallet (per lb) #2- Container 1 $ 68.25 129 Non-RCRA, solid, single packaging, 5 (gallon) #2- Container 1 $ 97.50 130 Non-RCRA, solid, single packaging, 14-15 gallon #2- Container 1 $ 146.25 131 Non-RCRA, solid, single packaging, 20 gallon #2- Container 1 $ 146.25 132 Non-RCRA, solid, single packaging, 30 gallon #2- Container 1 $ 195.00 133 Non-RCRA, solid, single packaging, 55 gallon #2- Container 1 $ 275.00 134 Non-RCRA, solid, single packaging, 85(gallon) #2- Box 1 $ 350.00 135 Non-RCRA, solid, single packaging, Cubic Yard Box Non -Exclusive Vendor Services Agreement Page 35 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Pound 1 $ 0.46 136 Non-RCRA, solid, single packaging, Box or Pallet (per lb) #2- Container 1 $ 46.00 137 Non-RCRA, Liquid, Single packaging, 5 (gallon) #2- Container 1 $ 65.00 138 Non-RCRA, Liquid, Single packaging, 14- 15 gallon #2- Container 1 $ 98.00 139 Non-RCRA, Liquid, Single packaging, 20 gallon #2- Container 1 $ 98.00 140 Non-RCRA, Liquid, Single packaging, 30 gallon #2- Container 1 $ 140.00 141 Non-RCRA, Liquid, Single packaging, 55 gallon #2- Container 1 $ 225.00 142 Non-RCRA, Liquid, Single packaging, 85(gallon) #2- Box 1 $ 640.00 143 Non-RCRA, Liquid, Single packaging, Cubic Yard Box #2- Pound 1 $ 0.32 144 Non-RCRA, Liquid, Single packaging, Box or Pallet (per lb) Non -Exclusive Vendor Services Agreement Page 36 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 59.00 145 RCRA liquids, combination packaging, incineration, 5 (gallon) #2- Container 1 $ 77.00 146 RCRA liquids, combination packaging, incineration, 14-15 gallon #2- Container 1 $ 131.00 147 RCRA liquids, combination packaging, incineration, 20 gallon #2- Container 1 $ 131.00 148 RCRA liquids, combination packaging, incineration, 30 gallon #2- Container 1 $ 182.00 149 RCRA liquids, combination packaging, incineration, 55 gallon #2- Container 1 $ 250.00 150 RCRA liquids, combination packaging, incineration, 85(gallon) #2- Box 1 $ 350.00 151 RCRA liquids, combination packaging, incineration, Cubic Yard Box #2- Pound 1 $ 1.04 152 RCRA liquids, combination packaging, incineration, Box or Pallet (per lb) Non -Exclusive Vendor Services Agreement Page 37 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 96.00 153 RCRA Liquids for stabilization and landfill, 5 (gallon) #2- Container 1 $ 138.00 154 RCRA Liquids for stabilization and landfill, 14-15 gallon #2- Container 1 $ 207.00 155 RCRA Liquids for stabilization and landfill, 20 gallon #2- Container 1 $ 207.00 156 RCRA Liquids for stabilization and landfill, 30 gallon #2- Container 1 $ 275.00 157 RCRA Liquids for stabilization and landfill, 55 gallon #2- Container 1 $ 395.00 158 RCRA Liquids for stabilization and landfill, 85(gallon) #2- Box 1 $ 1,100.00 159 RCRA Liquids for stabilization and landfill, Cubic Yard Box #2- Pound 1 $ 0.65 160 RCRA Liquids for stabilization and landfill, Box or Pallet (per lb) #2- Container 1 $ 74.00 161 RCRA Liquids for treatment and disposal, 5 (gallon) Non -Exclusive Vendor Services Agreement Page 38 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 92.00 162 RCRA Liquids for treatment and disposal, 14-15 gallon #2- Container 1 $ 121.00 163 RCRA Liquids for treatment and disposal, 20 gallon #2- Container 1 $ 121.00 164 RCRA Liquids for treatment and disposal, 30 gallon #2- Container 1 $ 188.00 165 RCRA Liquids for treatment and disposal, 55 gallon #2- Container 1 $ 280.00 166 RCRA Liquids for treatment and disposal, 85(gallon) #2- Box 1 $ 752.00 167 RCRA Liquids for treatment and disposal, Cubic Yard Box #2- Pound 1 $ 0.42 168 RCRA Liquids for treatment and disposal, Box or Pallet (per lb) #2- Container 1 $ 260.00 169 RCRA oxidizer liquid, single packaging, 5 (gallon) #2- Container 1 $ 350.00 170 RCRA oxidizer liquid, single packaging, 14- 15 gallon Non -Exclusive Vendor Services Agreement Page 39 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 760.00 171 RCRA oxidizer liquid, single packaging, 20 gallon #2- Container 1 $ 760.00 172 RCRA oxidizer liquid, single packaging, 30 gallon #2- Container 1 $ 1,265.00 173 RCRA oxidizer liquid, single packaging, 55 gallon #2- Container 1 $ 1,875.00 174 RCRA oxidizer liquid, single packaging, 85(gallon) #2- Box 1 $ 1,265.00 175 RCRA oxidizer liquid, single packaging, Poly Tote or 55-g drum #2- Container 1 $ 19.00 176 RCRA empty drums, 5 (gallon) #2- Container 1 $ 21.00 177 RCRA empty drums, 14-15 gallon #2- Container 1 $ 26.00 178 RCRA empty drums, 20 gallon #2- Container 1 $ 26.00 179 RCRA empty drums, 30 gallon Non -Exclusive Vendor Services Agreement Page 40 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 34.00 180 RCRA empty drums, 55 gallon #2- Box 1 $ 40.00 181 RCRA empty drums, 85(gallon) #2- Container 1 $ 1.00 183 RCRA empty drums, Box or Pallet (per lb) #2- Container 1 $ 85.75 184 RCRA Lab Packs (Corrosive), 5 (gallon) #2- Container 1 $ 122.50 185 RCRA Lab Packs (Corrosive), 14-15 gallon #2- Container 1 $ 183.75 186 RCRA Lab Packs (Corrosive), 20 gallon #2- Container 1 $ 183.75 187 RCRA Lab Packs (Corrosive), 30 gallon #2- Container 1 $ 245.00 188 RCRA Lab Packs (Corrosive), 55 gallon #2- Box 1 $ 365.00 189 RCRA Lab Packs (Corrosive), 85(gallon) #2- Pound 1 $ 975.00 190 RCRA Lab Packs (Corrosive), Cubic Yard Box Non -Exclusive Vendor Services Agreement Page 41 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 200.00 192 RCRA Lab Packs (Reactive), 5 (gallon) #2- Container 1 $ 650.00 193 RCRA Lab Packs (Reactive), 14-15 gallon #2- Container 1 $ 875.00 194 RCRA Lab Packs (Reactive), 20 gallon #2- Container 1 $ 875.00 195 RCRA Lab Packs (Reactive), 30 gallon #2- Container 1 $ 995.00 196 RCRA Lab Packs (Reactive), 55 gallon #2- Container 1 $ 7.00 199 RCRA Lab Packs (Reactive), Box or Pallet (per lb) #2- Container 1 $ 122.50 200 RCRA Lab Packs (Poisons), 5 (gallon) #2- Container 1 $ 175.00 201 RCRA Lab Packs (Poisons), 14-15 gallon #2- Container 1 $ 262.50 202 RCRA Lab Packs (Poisons), 20 gallon #2- Container 1 $ 262.50 203 RCRA Lab Packs (Poisons), 30 gallon Non -Exclusive Vendor Services Agreement Page 42 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 350.00 204 RCRA Lab Packs (Poisons), 55 gallon #2- BOX 1 $ 525.00 205 RCRA Lab Packs (Poisons), 85(gallon) #2- Pound 1 $ 775.00 206 RCRA Lab Packs (Poisons), Cubic Yard Box #2- Container 1 $ 2.00 207 RCRA Lab Packs (Poisons), Box or Pallet (per lb) #2- Container 1 $ 225.00 208 RCRA Lab Packs (Oxidizer), 5 (gallon) #2- Container 1 $ 475.00 209 RCRA Lab Packs (Oxidizer), 14-15 gallon #2- Container 1 $ 646.00 210 RCRA Lab Packs (Oxidizer), 20 gallon #2- Container 1 $ 646.00 211 RCRA Lab Packs (Oxidizer), 30 gallon #2- Container 1 $ 1,050.00 212 RCRA Lab Packs (Oxidizer), 55 gallon #2- Box 1 $ 1,575.00 213 RCRA Lab Packs (Oxidizer), 85(gallon) Non -Exclusive Vendor Services Agreement Page 43 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 6.00 215 RCRA Lab Packs (Oxidizer), Box or Pallet (per lb) #2- Container 1 $ 850.00 216 Mercury spill clean-up debris, 5 (gallon) #2- Container 1 $ 3,148.00 217 Mercury spill clean-up debris, 14-15 gallon #2- Container 1 $ 35.00 223 Mercury spill clean-up debris, Box or Pallet (per lb) #2- Container 1 $ 850.00 224 Mercury contained in manufactured articles (thermometers, switches,etc.) (universal wastes), 5 (gallon) #2- Container 1 $ 3,148.00 225 Mercury contained in manufactured articles (thermometers, switches,etc.) (universal wastes), 14-15 gallon #2- Container 1 $ 35.00 231 Mercury contained in manufactured articles (thermometers, switches,etc.) (universal wastes), Box or Pallet (per lb) #2- Container 1 $ 152.25 232 Alkaline batteries "common size" (universal waste), 5 (gallon) Non -Exclusive Vendor Services Agreement Page 44 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 217.50 233 Alkaline batteries "common size" (universal waste), 14-15 gallon #2- Container 1 $ 326.25 234 Alkaline batteries "common size" (universal waste), 20 gallon #2- Container 1 $ 326.25 235 Alkaline batteries "common size" (universal waste), 30 gallon #2- Container 1 $ 435.00 236 Alkaline batteries "common size" (universal waste), 55 gallon #2- Box 1 $ 650.00 237 Alkaline batteries "common size" (universal waste), 85(gallon) #2- Container 1 $ 1.12 239 Alkaline batteries "common size" (universal waste), Box or Pallet (per lb) #2- Container 1 $ 120.75 240 Ni-cad batteries "common size" (universal waste), 5 (gallon) #2- Container 1 $ 172.50 241 Ni-cad batteries "common size" (universal waste), 14-15 gallon Non -Exclusive Vendor Services Agreement Page 45 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 258.75 242 Ni-cad batteries "common size" (universal waste), 20 gallon #2- Container 1 $ 258.75 243 Ni-cad batteries "common size" (universal waste), 30 gallon #2- Container 1 $ 345.00 244 Ni-cad batteries "common size" (universal waste), 55 gallon #2- BOX 1 $ 525.00 245 Ni-cad batteries "common size" (universal waste), 85(gallon) #2- Container 1 $ 1.33 247 Ni-cad batteries "common size" (universal waste), Box or Pallet (per lb) #2- Container 1 $ 96.25 248 Nickel -hydride batteries "common size" (universal waste), 5 (gallon) #2- Container 1 $ 137.50 249 Nickel -hydride batteries "common size" (universal waste), 14-15 gallon #2- Container 1 $ 206.25 250 Nickel -hydride batteries "common size" (universal waste), 20 gallon Non -Exclusive Vendor Services Agreement Page 46 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 206.25 251 Nickel -hydride batteries "common size" (universal waste), 30 gallon #2- Container 1 $ 275.00 252 Nickel -hydride batteries "common size" (universal waste), 55 gallon #2- Box 1 $ 425.00 253 Nickel -hydride batteries "common size" (universal waste), 85(gallon) #2- Container 1 $ 0.54 255 Nickel -hydride batteries "common size" (universal waste), Box or Pallet (per lb) #2- Container 1 $ 50.00 256 Lithium batteries "common size" (universal waste), 5 (gallon) #2- Container 1 $ 50.00 257 Lithium batteries "common size" (universal waste), 14-15 gallon #2- Container 1 $ 50.00 258 Lithium batteries "common size" (universal waste), 20 gallon #2- Container 1 $ 50.00 259 Lithium batteries "common size" (universal waste), 30 gallon Non -Exclusive Vendor Services Agreement Page 47 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 50.00 260 Lithium batteries "common size" (universal waste), 55 gallon #2- Box 1 $ 50.00 261 Lithium batteries "common size" (universal waste), 85(gallon) #2- Pound 1 $ 50.00 262 Lithium batteries "common size" (universal waste), Cubic Yard Box #2- Container 1 $ 5.45 263 Lithium batteries "common size" (universal waste), Box or Pallet (per lb) #2- Container 1 $ 10.00 264 Lead -acid batteries "common size" (universal waste), 5 (gallon) #2- Container 1 $ 10.00 265 Lead -acid batteries "common size" (universal waste), 14-15 gallon #2- Container 1 $ 10.00 266 Lead -acid batteries "common size" (universal waste), 20 gallon #2- Container 1 $ 10.00 267 Lead -acid batteries "common size" (universal waste), 30 gallon Non -Exclusive Vendor Services Agreement Page 48 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 10.00 268 Lead -acid batteries "common size" (universal waste), 55 gallon #2- Box 1 $ 10.00 269 Lead -acid batteries "common size" (universal waste), 85(gallon) #2- Pound 1 $ 10.00 270 Lead -acid batteries "common size" (universal waste), Cubic Yard Box #2- Container 1 $ 0.59 271 Lead -acid batteries "common size" (universal waste), Box or Pallet (per lb) #2- Container 1 $ 25.00 272 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, 5 (gallon) #2- Container 1 $ 25.00 273 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, 14-15 gallon #2- Container 1 $ 25.00 274 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, 20 gallon Non -Exclusive Vendor Services Agreement Page 49 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 25.00 275 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, 30 gallon #2- Container 1 $ 25.00 276 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, 55 gallon #2- Box 1 $ 25.00 277 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, 85(gallon) #2- Pound 1 $ 25.00 278 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, Cubic Yard Box #2- Container 1 $ 1.27 279 Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment, Box or Pallet (per lb) #2- Container 1 $ 750.00 280 PCB containing equipment (ballasts, capacitors, etc.), 5 (gallon) #2- Container 1 $ 1,065.00 281 PCB containing equipment (ballasts, capacitors, etc.), 14-15 gallon Non -Exclusive Vendor Services Agreement Page 50 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Container 1 $ 1,595.00 282 PCB containing equipment (ballasts, capacitors, etc.), 20 gallon #2- Container 1 $ 1,595.00 283 PCB containing equipment (ballasts, capacitors, etc.), 30 gallon #2- Container 1 $ 2,152.00 284 PCB containing equipment (ballasts, capacitors, etc.), 55 gallon #2- Box 1 $ 3,195.00 285 PCB containing equipment (ballasts, capacitors, etc.), 85 gallon #2- Pound 1 $ 8,500.00 286 PCB containing equipment (ballasts, capacitors, etc.), Cubic Yard Box #2- Container 1 $ 5.00 287 PCB containing equipment (ballasts, capacitors, etc.), Box or Pallet (per lb) #2- Container 1 $ 1,750.00 316 PCB contaminated oils (<50ppm), 55 gallon #2- Ton 1 $ 745.00 344 Bulk Disposal, Class 1 Non -Hazardous Solids (roll -off) Non -Exclusive Vendor Services Agreement Page 51 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #2- Ton 1 $ 745.00 345 Bulk Disposal, Class 2 non -Hazardous Solids (roll -off) #2- Ton 1 $ 1,250.00 346 Bulk Disposal, Hazardous Solids — Benzene (roll -off) #2- Cubic 1 $ 745.00 347 Yard Bulk Disposal, Hazardous Solids — Lead (roll -off) #2- Cubic 1 $ 1.00 348 Yard Bulk Disposal, Class 1 Non -Hazardous Liquid, Trasportation via Vacuum Truck #2- Cubic 1 $ 1.00 349 Yard Bulk Disposal, Class 2 Non -Hazardous Liquid, Transportation via Vacuum Truck #2- Cubic 1 $ 6.00 350 Yard Bulk Disposal, Hazardous Liquid, Transportation via Vacuum Truck #3 -1 EA 1 $ 0.00 Onsite Haz-Cat Analysis, Each Test #3-2 Drum 1 $ 79.00 Labor for Lab Packaging, 30-gallon drum #3-3 Drum 1 $ 79.00 Labor for Lab Packaging, 55-gallon drum Non -Exclusive Vendor Services Agreement Page 52 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #34 Drum 1 $ 79.00 Labor Over -Packaging, 55-gallon drum #3-5 Hour 1 $ 56.00 Labor for Staff Assistance During HHW Event, HR #3-6 Hour 1 $ 56.00 Field Technician — hourly rate, HR #3-7 Hour 1 $ 79.00 Field Chemist — hourly rate, HR #3-8 EA 1 $ 145.00 2 - Hour Demurrage, #3-9 EA 1 $ 575.00 Stop Fee (if applicable for Less than full Truckload) #3- EA 1 $ 25.00 10 EPA Manifest Fee #4-1 Bag 1 $ 54.00 Vermiculite (per bag), #4-2 EA 1 $ 825.00 Drop fee for Roll -offs and Tanks (Rentals only), #4-3 HR 1 $ 165.00 Vacuum truck rental (per hour), HR Non -Exclusive Vendor Services Agreement Page 53 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #44 EA 1 $ 25.00 Field HAZCAT of unknown material, #4-5 Day 1 $ 22.00 20 yard open top roll -off box rental, day, DAY #4-6 Week 1 $ 165.00 20 yard open top roll -off box rental, week, WK #4-7 Month 1 $ 650.00 20 yard open top roll -off box rental, month, MO #4-8 Day 1 $ 22.00 30 yard open top roll -off box rental, day, DAY #4-9 Week 1 $ 165.00 30 yard open top roll -off box rental, week, WK #4- Month 1 $ 650.00 10 30 yard open top roll -off box rental, month, MO #5-1 Container 1 $ 57.00 IA2 Steel open top w/bungs, 14-15 gallon container #5-2 Container 1 $ 78.00 IA2 Steel open top w/bungs, 20 gallon container #5-3 Container 1 $ 78.00 IA2 Steel open top w/bungs, 30 gallon container Non -Exclusive Vendor Services Agreement Page 54 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #5-4 IA2 Steel open top w/bungs, 55 gallon container #5-5 IA2 Steel open top w/bungs, 85 gallon container #5-6 lAl steel closed top, 5 gallon container Container 1 $ 83.00 Container 1 $ 175.00 Container 1 #5-7 Container 1 IAl steel closed top, 14-15 gallon container #5-8 Container 1 IAl steel closed top, 20 gallon container #5-9 Container 1 1 Al steel closed top, 30 gallon container #5- Container 1 10 IAl steel closed top, 55 gallon container #5- Container 1 11 1H2 poly open top, 5 gallon container #5- Container 1 12 1H2 poly open top, 14-15 gallon container #5- Container 1 13 1H2 poly open top, 20 gallon container $ 28.00 $ 57.00 $ 78.00 $ 78.00 $ 85.00 $ 28.00 $ 57.00 $ 68.00 Non -Exclusive Vendor Services Agreement Clean Earth Environmental Solutions, Inc. Page 55 of 57 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB #5- Container 1 $ 68.00 14 1H2 poly open top, 30 gallon container #5- Container 1 $ 74.00 15 1H2 poly open top, 55 gallon container #5- Container 1 $ 175.00 16 1H2 poly open top, 85 gallon container #5- Container 1 $ 28.00 17 1H1 Poly closed top, 5 gallon container #5- Container 1 $ 57.00 18 1H1 Poly closed top, 14-15 gallon container #5- Container 1 $ 68.00 19 1H1 Poly closed top, 20 gallon container #5- Container 1 $ 68.00 20 1H1 Poly closed top, 30 gallon container #5- Container 1 $ 79.00 21 1H1 Poly closed top, 55 gallon container #5- EA 1 $ 98.00 27 Cubic yard box with liner and pallet (each) #5- EA 1 $ 74.00 28 20 yard roll -off liner (each) Non -Exclusive Vendor Services Agreement Page 56 of 57 Clean Earth Environmental Solutions, Inc. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB EXHIBIT C VENDORS RESPONSE TO RFP 24-0119 CleanEarth" PROPOSAL HOUSEHOLD 8 HAZARDOUS WASTE SOLUTIONS Created for: City of Fort Worth Household Hazardous Waste (HHW) Disposa Closing Date: March 28, 2024, 2:00 pm Submitted by: Kelby Neal Sales Manager KNeal@cleanearthinc.com t 318-557-7739 f:717-763-6424 Clean Earth Environmental Solutions, Inc. 405 Powell Street Avalon, TX 76623 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB This page has been intentionally left blank Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth March 28, 2024 City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Re: RFP 24-0119 - Household Hazardous Waste Disposal City of Forth Worth Clean Earth Environmental Solutions, Inc. (Clean Earth) welcomes the opportunity to participate in this RFP for the City of Fort Worth (the City). As one of the largest providers of Household Hazardous Waste (HHW) services in the country, Clean Earth stands ready to provide the highly experienced personnel, innovative problem -solving solutions, and exceptional customer service necessary to skillfully manage Household Hazardous Waste Disposal for the City. A successful HHW collection program requires an environmental services partner that can provide trust, confidence, and collaboration while maintaining a high level of service to the City and the residents it serves. Fortunately, we have 35 years of experience doing just that, including recently providing services to the City of Fort Worth. Our proven team of experts, expansive infrastructure, and decades of HHW experience positions Clean Earth to exceed the City's environmental services requirements and deliver results. We are dedicated to forming long-term partnerships with our clients, which requires a level of communication and dependability that is only found in premier service providers. Clean Earth is confident we have both the specific experience and corporate qualifications necessary to successfully service the program. Clean Earth Environmental Solutions, Inc. Corporate Address Local Servicing Facility 933 First Avenue, Suite 200 405 Powell Street King of Prussia, PA 19406 Avalon, TX 76623 Clean Earth has fully reviewed the terms and conditions of this RFP and presented our modifications and exceptions in the Exceptions portion of this response. The enclosed proposal response is submitted in accordance with stated requirements. We appreciate your consideration of Clean Earth as a partner and service provider. During the proposal evaluation period, if you have any questions about our proposal, please contact Kelby Neal at (318) 557-7739 or kneal(@cleanearthinc.com. Sincerely, Kelby Neal, Sales Manager Clean Earth Environmental Solutions, Inc. RFP 24-0119 Page I i 03/07/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe City of Forth Worth TABLE OF CONTENTS CoverLetter..................................................................................................................... i Tableof Contents............................................................................................................ ii RFP-02 CIQ Form........................................................................................................... 1 RFP-03 Cover Sheet and Authorized Signature.............................................................. 3 RFP-06 Required Proposal Documents.......................................................................... 5 1. Proposal Summary.................................................................................... 6 2. Contractor's Qualifications and Experience ............................................... 7 CompanyOverview......................................................................... 7 BusinessHours............................................................................. 10 Executive Summary...................................................................... 11 Experience in Disposal of Household Hazardous Waste .............. 13 Approach to Perform Services...................................................... 14 3. Contractor's Qualification Questionnaire.................................................. 30 4. Project References.................................................................................. 31 5.Acknowledgement of Receipt of Addenda .................................................... 32 6. Vendor Compliance to State Law................................................................ 33 7. Contractor's Licenses and Certificates......................................................... 34 8. Insurance Certificates.................................................................................. 40 RFP-07 Business Equity MWBE and Forms................................................................. 43 RFP-08 Legal and Compliance History......................................................................... 44 ComplianceHistory..........................................................................................46 LegalProceedings........................................................................................... 51 Environmental............................................................................... 51 Pricing........................................................................................................................... 53 Exceptions................................................................................................................... 101 Other Required Documents......................................................................................... 112 Licensesand Permits..................................................................................... 112 SignedAddendum....................................................................................................... 147 RFP 24-0119 Page I ii 03/07/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe City of Fort Worth FORT WORTH I CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPARTMENT — I CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 61th Leg.. Regular Session OFFICE 11SEONLY -his questionnaire s DoN filed in accordance wit Chapter 176. Local Government Code. oy a vendor who has a business relationship as defined by Section 176 00111-ai with a local governmental ennty and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records adminissator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section t 76.0o6(a-1). Local Government Code. A vendor commits an offense it the vendor knowingly violates Section 176,006. Local Government Code. An offense under this section is a misdemeanor. J Name o1 vendor who has a business relationship with local , . entity. Clean Earth Environmental Solutions, Inc. J Check this box if ou ..filing u ale tiro to a y g an pd proviouay tired questionnaire. (The law requires that you Net an updated completed questionnaire with the appropriate filing authority not later than the 7lh business day after the dale on which you became aware that the cr giraly r led questiorraire was ncompleto or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of ON cc J Describe each employment or other business relationship with the local govemment officer. or a family member of the officer. as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B foreach employment or business relationship described. Attach additional pages to this Form CIO as necessary. N/A A. Is the local government officer or a family member of the officer receiving or likely to receive taxab-s ncome. other than investment income. from the vendor's Yes E7No B. Is the vendor receiving or likely to receive taxable income, other than investment income. from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entay? Yes F-1No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director. or holds an ownership interest of one percent or more. N/A J ❑Check ins boa if the vendor has given the local government officer or a family member of the off:cer one or more gifts as described in Section 176.003(a)(2)(B). excluding g4ts described in section 176.003(a-1). 7 `/ m 02/12/2024 �gnansto a vB oustress cathe go✓errirrentat entry Form provided by Texas Ethics Commission www.ethics.statitAx.us Revised 111R021 HHW Waste Disposal Page 11 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth FORT WORTH CITY OF FORT «'ORTH— ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at http:hWww.statutes. legis.state.tx. us' Docs'LG'htm'LG 176.htm. For easy reference. below are some of the sections cited on this form. Local Government Code >i 176.001(1-at: "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity, (8) a transaction conducted at a price and subject to terms available tc the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by. and reporting to, that agency. Local Government Code & 176.003(al(2>fA) and (B); la) A local government officer shall file a conflicts disclosure statementwrth respect to a vendor d: (2) the vendor (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income. that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor: (B) has given to the local government officer or a family member of the officer one or more gilts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 4 176.006(a) and (a-1). i a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and (1) has an employment or other business reiahonship with a local government officer of that local governmental entity, or a family member of the officer. described by Section 176 003(a)(2)(A), (2) has given a local government officer of that local governmental entity. or a family member of the officer, one or more g(ftswith the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1). or (3) has a family relationship with a local government officer of that local governmental entity (a-1) The completed conflict of interest questionnaire must be tiled with the appropriate records administrator not later than the seventh business day after the later of (1) the date that the vendor (A) begins discussions or negotiations to enter into a contract with the local govemmental entity; or (B) submits to the local governmental entity an application. response to a request for proposals or bids, correspondence. or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised t, 232 HHW Waste Disposal Page 12 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe DocuSign Envelope ID: 94635C97-OSC6-4E36-AEA6-SC3EOOA132BO FORTWORTH. CITY OF FORT NORTH ENVIRONIv1 NTALSERVICES DEPARTIv1E.NT ENVIRONMENTAL QUALITY DIVISION 200 TEXAS FORT WORTH, TEXAS 7 610 2 REQUEST FOR PROPOSALS(RFP) HOUSEHOLD HAZARDOUS WASTE DISPOSAL RFP: 24 - 0119 Legal Name of Proposer: Clean Earth Environmental Solutions Inc DSB ANam e of Proposer: City of Fort Worth Bi dder/Supply ed ID or Federal ID Number (TINj 26-2836612 Address 933 First Ave, Suite 200, King of Prussia PA 19406 Name of the Authorized Representative Melinda Rath Title Senior Vice President Sales City of Fort Worth The undersigned, by his/her signature, represents that he/she is submitting a binding Proposal and is authorized to bind the respondent to fully comply with the solicitation document contained herein. The Respondent, by submitting and signing below, acknowledges that he/she has received and read the entire document packet for this RFP and agrees to be bound by the terms therein The undersigned agrees if the Proposal is accepted, to furnish any and all items and/or services upon which prices are offered, at the prices) and upon the terms, conditions, and scope/specifications contained in this RFP. Dse dby Signature of the Authorised Representative: --CAx..,,, Email mrath[@cleanearthinc.com Phone:510-512-2493 HHW Waste Disposal Page 13 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth CITY OF FORT WORTH — ENVIRONMENTAL SERVICES FORT WORTH:. DEPARTMENT Cover Sheet and Authorized Signature Email: mrath@cleanearthinc.com Phone: 510-512-2493 Name of Contact Person - 1: Kelby Neal Title of Contact Person - 1: Sales Manager Email: kneal@cleanearthinc.com Phone: 318-557-7739 Name of Contact Person - 2: Thomas "Buddy" Grant Title of Contact Person - 2: Director of Regional Sales Email: tgrantiii@cleanearthinc. com Phone: 218-638-1180 Name of Contact Person - 3 : Melinda Rath Title of Contact Person - 3: Senior Vice President Sales Email: mrath@cleanearthinc.com Phone: 510-512-2493 Please answer each question below: Will the agreement be available for Cooperative Agreement use? ❑✓ Yes ❑ No Prompt Payment Discount Terms: nla Percent n/a Days (i.e. 3% Net 15, etc.) HHW Waste Disposal Page 14 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe FORT WORTH,, CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Required Proposal Documents City of Fort Worth PROPOSAL DOCUMENTS All Proposal Documents, including this checklist, must be completed in full and submitted in the requested order to be considered a responsive submittal. Oualification Documents Checkmark if Included 1. PROPOSAL SUNi1vIARY 7 2. CONTRACTOR'S QUALIFICATIONS AND EXPERIENCE wl 3. CONTRACTOR'S QUESTIONNAIRE 17 4. PROJECT REFERENCES 77 5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 6. VENDOR COMPLIANCE TO STATE LAW 7 7. CONTRACTOR'S LICENSES AND CERTIFICATES 17 8. INSURANCE CERTIFICATES 77 Remainder of page intentionally left blank Page 1 of 12 HHW Waste Disposal Page 15 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho 1. Proposal Summary DocuSign Envelope ID:94635C97-O5C6-4E36-AEA8-5C3EDOA132BO FORT WORTH, CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Proposal Summary 1. Proposal Summary The undersigned hereby proposes to furnish the equipment, labor, materials, superintendence, and removal of any by-products or other items or services necessary to package, transport, recycle, and dispose of aggregated household hazardous waste. Failure to bid on any single item or procedure may be considered grounds for rejection of the bid unless an alternative is clearly provided. In case of ambiguity or lack of clarity in the prices stated in the bid, the City reserves the right to adopt the most advantageous construction thereof or to reject the bid. Contractor equipment and personnel shall be capable of performing each type of service listed in the scope of work, either with in-house resources or through subcontracts. This Proposal Summary and the accompanying Proposal Documents are intended to be complete and will remain valid for one -hundred and twenty (120) days from the date of submittal. PROVIDER: Clean Earth Environmental Solutions, Inc. Company Name 933 First Ave, Ste 200 Address City of Fort Worth BY:Melinda Rath (print or type name of signatory) Do-slg-d byo kLL1VIdl Fain, PGIF�frl ARMn""" (signature) King of Prussia, PA 19406 Senior Vice President, Sales City, State, Zip Title (print or type) Page 2 of 12 HHW Waste Disposal Page 16 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth* City of Fort Worth 2. Contractor's Qualifications and Experience Company Overview For 35 years, Clean Earth Environmental Solutions (and predecessor companies Stericycle Environmental Solutions [2014-2020] and PSC Environmental Services [1988- 2014]) has delivered reliable, safe, and cost-effective waste management services to solid waste districts, school systems, municipalities, and businesses throughout the United States. Clean Earth provides service to over 10,000 unique clients in all 50 states. The scope of services for individual clients ranges from simple transportation and disposal to full turnkey management of waste. We customize our service offering to the requirements specified. Our turnkey services include full-time, on -site employee(s) to identify, profile, segregate, store, and package waste, perform audits of waste storage areas, transport & dispose of waste and collaborate with clients to implement waste reduction and sustainability strategies. Clean Earth has the expertise and properly trained and qualified staff to manage hazardous materials to final disposal in accordance with all local, state, and federal regulations. Clean Earth employees are trained per the requirements of OSHA 1910.120 Hazardous Waste Operations and Emergency Response. They are also trained in accordance with Federal DOT requirements for the preparation and transportation of hazardous materials, and in EPA Hazardous Waste Management requirements. As the cornerstone of our shared culture, our Core Values reflect our overarching purpose as a business and guide employee behaviors and decisions. HHW Waste Disposal Page 17 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth ENR RANKED AMONG THE BEST City of Fort Worth Clean Earth is consistently recognized as one of the largest specialty waste companies in the United States through well-known industry publication Top Lists. The breadth and depth of our experienced team, technology, and customized solutions enables us to safely manage, recycle, and properly dispose of millions of tons of waste every year to keep our customers compliant and our planet clean. Our vast portfolio of technologies and services touches nearly every industry that generates waste including energy, infrastructure, commercial, industrial, retail, and healthcare markets. With the largest TSDF network in the country, it is our unique capability of providing a one -source, full -service solution to handle multiple waste streams from a single customer. Our processes are detailed, our due diligence is tireless, and our results provide unmatched recycling and disposal solutions for our customers with the utmost in customer service. This proposal outlines Clean Earth's approach to providing the highest quality of service for the City's HHW program. Keeping costs low, ensuring recycling goals, and providing a safe public service are key objectives of Clean Earth. Clean Earth's extensive Texas resource base includes a permitted hazardous waste treatment facility, a significant transportation fleet, and on -site services group experienced and prepared to provide reliable service to the City for any environmental service need. Within this proposal response, Clean Earth has demonstrated our full compliance with service requirements and proposal requests as well as presented ways in which Clean Earth can uniquely offer the most cost-effective and consistent service to the City. Corporate Information Business Name: Clean Earth Environmental Solutions Address: 933 First Ave., Suite 200 King of Prussia, PA 19406 Phone Number: (717) 763-7064 Type of Entity: Corporation Service Center Business Name: Clean Earth Environmental Solutions Address: 945 E Pleasant Run Lancaster, TX 75146 Phone Number: (972) 329-1200 HHW Waste Disposal Page 18 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Local TSDF Business Name: Chemical Reclamation Services, LLC (Clean Earth — Avalon) Address: 405 Powell St. Avalon, TX 76623 Phone Number: (972) 627-3224 Permitted Facilities Clean Earth operates one of the largest and most comprehensive networks of TSDFs supporting the critical operational logistics required to service clients such as the City of Stillwater. Our TSDFs are specifically designed to help clients reduce short- and long- term risk through the effective treatment, recycling, and minimization of waste. This allows Clean Earth clients to use the most suitable treatment/disposal solution for each type of waste they generate. Clean Earth provides turnkey services for the recycling, treatment, incineration, landfill, or energy -recovery from every Clean Earth TSDF facility through internal processes or a managed third -party disposal process. Our company owned TSDFs are EPA certified and hold all applicable licenses and permits. Our facilities are shown on the following map. of 0 O 0 a • * • • s '� • * Hja4M:ur WASI* S*rvf&*CC WYt*r 0 Drodge Pima&& nq Fa Gty i KAwA,10 u! 44r*1* T317F • Euctrcolci Wa►7a Ro-p� jng F—Ity -0 Sail T-*Mw4rrtl Ftecycirrp FaWky 4 Vndwr" WwMv R*cycinq Facility •0 •a HHW Waste Disposal Page 19 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Permitted Fleet Clean Earth owns and operates a fleet of over 500 specialized, permitted trucks to help customers handle any waste disposal need. Our broad range of truck sizes and configurations allows for compliant, efficient, and safe transport and disposal of any quantity of hazardous or non -hazardous waste. The fleet also includes: Box trucks, vans, Semi- trailers, vacuum tankers, stake bed trucks, railcars and intermodal (road and rail) vehicles, sprinter vans, and roll -offs. Clean Earth has all of the necessary permits, licenses, resources, and capabilities to provide the City with complete transportation and disposal services. Clean Earth is party to a variety of the Special DOT permits allowing us to provide the City with the most efficient packaging and transportation available for household hazardous waste. We propose to use our company, Clean Earth Specialty Waste Solutions, Inc. (CESWSI) as the primary transporter for the City's Program. Clean Earth is one of this country's safest hazardous waste transportation companies and is licensed in all 50 United States. All waste types that the City currently plans to accept are transportable by Clean Earth. A Client -Focused Organizational Structure Our simple, client -focused organizational structure supports the strong leadership and transparency the City should expect from Clean Earth. The City will experience responsive communication, efficient performance, and flexibility as we service this contract through the individualized attention of our experienced team members. Clean Earth qualified personnel are ready to make a positive difference serving the City's HHW Program. Clean Earth understands that the quality of our service is directly related to the quality of our personnel. Communication, responsiveness, and reliability are required to manage the City's HHW Program effectively. The City will be provided a dedicated service team that consists of Account Management, Client Services, and Operations. Business Hours Clean Earth can be reached via phone or email Monday -Friday, between the hours of 8 a.m. and 5 p.m. Typical operations hours are 7 a.m. — 4 p.m. HHW Waste Disposal Page 110 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth .xecutive Summary The City of Fort Worth (City) has implemented a household hazardous waste (HHW) collection program and is looking for a qualified, experienced partner to provide transportation and disposal of collected material. In addition, the City also has departmental needs for waste management services not related to HHW. Clean Earth provides environmental management services, as required in this RFP, as our primary business function. We operate in compliance with all Federal, State, and Local laws and regulations and are not listed on any list of Debarred, Suspended, or Ineligible Contractors and Grantees. In the following pages, we have described for you our methodology for the aspects of quality service, including Single Point of Contact communications, packaging, transportation, and disposal. Clean Earth's approach to planning and implementing the requested services is as follows: Planning is one of the most important functions of conducting successful collection events and must be done in compliance with state and federal regulations. Thorough planning eliminates errors and ensures environmental safety and health of the people conducting the collections and of the residents participating in the collections. Regulatory Compliance is essential to successfully implementing the collection event and program. Clean Earth conducts numerous HHW collection events in the State of Texas and we know the state and federal regulations governing HHW collection programs. Clean Earth will comply with regulations regarding hazardous waste transportation, waste profiling, manifesting, and record -keeping, staff training and experience requirements, and the regulations associated with waste processing and disposal. If needed, Clean Earth will coordinate with the City and submit the required 45- Day Notification to the Texas Commission on Environmental Quality (TCEQ) for any scheduled events; and will generate an Operations Plan (Ops Plan) detailing the operations that are to be conducted, and which addresses each regulatory requirement required by the States -Title 30, Part 1, Chapter 335, Subchapter N. The ops plan includes a Health & Safety Plan that addresses medical emergencies and emergency situations that could occur at a collection event, and Clean Earth's response to effectively and successfully manage these situations. The Ops Plan will include a site setup plan that also plans ingress and egress to and from the site. Offloading, waste segregation, and packaging of the waste collected will be performed by Clean Earth staff and done in accordance with federal regulations (FMCSA, OSHA, RCRA, DOT, EPA) to insure safe handling and transport of the waste. If waste is packaged by City personnel, Clean Earth will provide the packaging guidelines and any support needed to properly manage the collected waste. The area designated as the "hot HHW Waste Disposal Page 111 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth zone" will be off-limits to all but Clean Earth staff. Proper PPE will be worn by Clean Earth staff and can be provided to City representatives if requested. All HHW waste streams will be profiled, waste containers properly labeled and manifested for transportation. Waste containers used for packaging the HHW will be UN rated and DOT approved for hazardous waste transport. Waste Transportation will be in compliance with State and Federal regulations (DOT/PHMSA Title 49 CFR Subtitle B, RCRA Title 40 CFR, Part 263). All of Clean Earth's trucks are permitted for transporting hazardous wastes and our drivers are trained in hazardous waste management and have hazardous materials endorsement on their CDL's. All drivers operate the trucks in strict compliance with regulations. Waste is loaded on to permitted and properly placarded transport trucks in compliance with regulations. Clean Earth also utilizes qualified minority business enterprises to provide hazardous waste transportation for HHW collection programs when needed. Waste Processing and Disposal will be performed using the most environmentally beneficial methods following the EPA's waste hierarchy. Clean Earth's AvalonTSDF, Philip Reclamation Services, is where all waste will be shipped to for processing. Clean Earth contracts with other entities for the disposal of specific waste streams (e.g. reactives, mercury); all facilities are audited by Clean Earth to ensure compliance with state and federal safety and regulatory regulations, and Clean Earth's requirements. Post Event Reporting and Review is an integral component of Clean Earth services. On a schedule to be agreed upon between Clean Earth and the City, the Clean Earth Project Manager will provide a billing and manifest summaries detailing each waste stream collected, volumes, and a cost summary of the event as well as the method of disposal for each waste stream and how management of the HHW collected correlates to the EPA's waste hierarchy. Clean Earth will provide the City with a complete "invoice packet" that contains the final invoice, billing and manifest summary, and copies of the event manifests to corroborate the invoice charges/billing. Additionally, Clean Earth will file (for the City) the TCEQ Annual HHW report that is required per 30TAC 335.412(b)(1) no later than April 1 st of each year. This report shows the quantities of each waste stream collected by the City HHW collection program events. Reporting packages can be modified to ensure the City is provided with the data you require. HHW Waste Disposal Page 112 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafthe City of Fort Worth Experience in Disposal of Household Hazardous Waste Clean Earth is very familiar with HHW requirements for programs ranging from full management and staffing of permanent collection facilities and mobile events, to transportation and disposal services. Our HHW Services Group is a distinct business line within Clean Earth Environmental Solutions and is responsible for HHW, CESQG, and agricultural pesticide management programs throughout the United States. This service group strives to provide superior management services of HHW collection programs. We provide the following to our HHW-related clients: Dedicated staff with minimal turnover Waste management hierarchy that strives for the highest level of sustainability Consultation and on -site services that teach and demonstrate regulatory compliance and environmental health, and safety Technical and account management services available 24 hours a day, seven days a week (24/7) With Clean Earth you have an HHW team that provides knowledgeable, safe, and effective program management which will ensure seamless, efficient, and effective services to the City's Hazardous Waste Program. Clean Earth has the experience and track record to manage large, multifaceted HHW programs generating more than a half - million pounds annually by employing a variety of collection methods. We also have experience and expertise to support multiple clients' load check, door-to-door, recycling events, and permanent collection facility operations. Along with this experience, Clean Earth offers an in-house transportation fleet consisting of a wide range of trucks to handle materials in bulk or packaged and designed to transport small to large quantities. Clean Earth is one of the largest HHW service providers in Texas, with over 30 active HHW customers. Of these customers, 21 of them sponsor 1-day collection events annually and some bi-annually. Of these 30 customers, 10 of them are permanent facility programs. For the customers that sponsor 1-day events Clean Earth conducts approximately 32 HHW collection events annually. All total, Clean Earth services more than 30 1-day events in Texas each year. Participation at these events ranges from 25 cars up to 2,650 cars. Within the Dallas -Fort Worth Metroplex region, we have managed the Dallas County permanent HHW collection facility since 2012. Clean Earth supports the efforts of the City to divert waste to recycling and reuse by reviewing alternate local resources, take it back partnerships and product stewardship programs. Our network of TSDFs focuses on sustainable waste management emphasizing recycling, reuse, treatment, and risk reduction. HHW Waste Disposal Page 113 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe, City of Fort Worth Approach to Perform Services Statement of Understanding Clean Earth has reviewed the RFP documents and understands the expectations of the City for the Scope of Work presented. We perform services in compliance with all Federal, State, Local, and contract requirements and are fully permitted for the work required. We are an experience and qualified provider of HHW services and will comply with the requirements presented in this RFP. We have provided requested information as well as exceptions, and will provide any additional information upon request. Materials Processir Hazardous Waste Recycling, Treatment, and Disposal Clean Earth manages all waste in accordance with federal, state and local requirements. Clean Earth recognizes the City's commitment to the waste management hierarchy that promotes source reduction, reuse, and recycling above other management methods such as incineration and landfill. Clean Earth is committed to these priorities and has a sustainability program within our corporate structure to further our growth in source reduction. Clean Earth can offer recycling through reuse, raw materials or energy to fuels for the majority of the waste streams generated by the City. Clean Earth will work closely with the City to develop other disposal or reuse options that will increase the percentage of materials recycled. HHW Waste Disposal Page 114 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartht City of Fort Worth Clean Earth considers all available waste management options in order to manage waste through reduction recycling, or reuse when feasible. When these options are not feasible, Clean Earth additionally offers fuels blending of flammable materials to recover their fossil fuel energy content, and treatment and discharge of corrosive materials to render them non -hazardous. Both of these offerings allow the City to avoid the liability associated with the least preferred management methods of incineration or landfilling whenever possible. Proposed Waste Management Methods per Waste Stream Flammable & Poison Paint Related Material Flammable liquid Flammable solid Oil -based paint Poison (excl. aerosols) Reactive and explosive Corrosive Acid Base Oxidizer Oxidizers Organic peroxides PCB -containing PCB -containing paint Fuel Blend Fuel Blend Destructive Incineration Fuel Blend Destructive Incineration Destructive Incineration Treatment Treatment Destructive Incineration Destructive Incineration Destructive Incineration HHW Waste Disposal Page 115 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Other PCB waste Aerosol Reclaimable Antifreeze Car batteries Fluorescent bulbs Latex paint Motor oil/oil products Oil filters Mercury (metallic) Other Household batteries Electronic Waste Asbestos Destructive Incineration Fuel Blend/Incineration Recycle Recycle Recycle Recycle/Fuel Blend Recycle Recycle Recycle Recycle Recycle Landfill City of Fort Worth Waste Segregation Clean Earth recognizes the commitment to the waste management hierarchy that promotes source reduction, reuse, and recycling above other management methods such as incineration and landfill. Clean Earth will ensure that the most appropriate waste disposal methods are available for the household waste collected. Clean Earth will evaluate each waste stream received on an ongoing basis. We will continually determine the available technologies and our current capacity for managing the waste according to the following hierarchy of waste management practices. HHW Waste Disposal Page 116 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafthe City of Fort Worth Clean Earth is committed to these priorities in waste management. We consider all available waste management options in order to manage waste through reduction recycling, or reuse when feasible. When not feasible, Clean Earth additionally offers fuels blending of flammable materials to recover their fossil fuel energy content, and treatment and discharge of corrosive materials to render them non -hazardous. Both of these offerings allow the City to avoid the liability associated with the least preferred management methods of incineration or landfilling whenever possible. Materials that can be managed as a non -hazardous waste will not be lab packed but recycled or disposed of as non -hazardous waste. Clean Earth will continue to accept all common household hazardous waste items that the City currently accepts. The following table is a list of the most common items. Please refer to the next paragraph for a description of unacceptable items. ammaDle uqulas Flammable Solids Poisons Reactive and explosive Acid Base ull Dasea paint, varnisn, paint tnlnner, fuel, adhesives, solvents Roofing tar, road flares Pesticides, H\herbicides, insecticides Cleaners, drain opener, polishes Cleaners HHW Waste Disposal Page 117 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth JPCB-containing Light ballasts, paint Aerosol Antifreeze Car batteries/common household batteries Fluorescent bulbs and Miscellaneous Lights Latex paint Motor oil/oil products Oil filters Mercury (metallic) Sharps Non -Hazardous Waste Electronic Waste (Asbestos Paint, oven cleaner, pesticides Antifreeze Car batteries/Alkaline Batteries/NiCad Batteries/Lithium Batteries/Gel Cell Lead Acid Fluorescent bulbs/Compact Fluorescent Bulb/U Shape and Circular Bulbs/HID Lamps Latex paint Motor oil/oil products Oil filters Thermometers Syringes Oil Absorbents, Non -PCB Light Ballasts Televisions, monitors, CPUs, stereos, etc Piping, brake pads Unacceptable Waste Clean Earth treatment facilities are permitted by the federal and state government to accept most types and hazard classes of waste including dangerous waste, extremely hazardous waste, liquid, solid and compressed gasses. The few types of waste we are not permitted to handle at HHW sites include: ➢ Explosives or explosive waste, with the exception of surface flares ➢ Ammunition ➢ Biological or medical waste, with the exception of syringes ➢ Radioactive waste ➢ Large compressed gas cylinders ➢ Solid Waste (household garbage) and Appliances Clean Earth has the ability to subcontract and manage the above waste streams if they are inadvertently accepted at the event. Disposal pricing for the above unacceptable wastes will be on a case -by- case basis. HHW Waste Disposal Page 118 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Packaginq All waste shall be packaged, labeled, and sorted in accordance with DOT requirements pursuant to Title 49, Code of Federal Regulation, Subchapter C. Clean Earth has developed a unique set of profiles specifically for our household hazardous waste clients with the goal of reducing the total number of waste streams shipped by your program. Clean Earth packaging protocols focus on consolidation of material by hazard classification and final disposition. By reducing the number of waste streams shipped, Clean Earth will consolidate the waste material to the fullest possible extent and utilize the most efficient shipping container. Shipping only full containers will maximize efficiency and reduce overall operating costs. Clean Earth offers the use of cubic yard boxes to ship waste streams such as paint related material, toxic solids, and non-RCRA solids. We have designed a low -profile tri-wall box for packaging and shipping paint. This box is designed and used in accordance with Clean Earth's Department of Transportation exemption. The low -profile is very ergonomic and has proven to reduce the risk of back injury for employees. These paint boxes hold the equivalent volume of material as the cubic yard box. Additional shipping containers include the 55-gallon labpack box, 55-gallon drum, 30-gallon drum, 15-gallon drum, 10- gallon drum, and 5-gallon drum. Most drums are available in fiber, poly, and metal. Summary of Packaging Efficiencies ➢ Reduced number of waste streams ➢ Most efficient sized container utilized ➢ Maximum consolidation of waste Labpack: All labpacks are packaged in DOT approved shipping containers (cubic yard box, drum, etc.). Individual containers are carefully placed in layers, one container high. Each drum contains enough absorbent to be able to absorb all liquid material in the drum, usually 1 — 2 bags. Labpacking is undoubtedly the safest and most conservative approach in waste packaging. Consequently, labpacking is the preferred method for packaging the most toxic/reactive/corrosive chemicals in a generator's inventory. The term labpack is taken from the Department of Transportation's Hazardous Materials shipping regulations, 49CFR Section 173.12b. Loosepack: The term "loosepacking" refers to packing chemicals in their original containers by placing them directly into a drum. Unlike a labpack drum, a loosepack drum does not require absorbent, has no spacing restriction, and does not require a written inventory. Paint cans are a typical example of a loosepack waste stream. The cans are sturdy, can be packed densely, are uniform in composition, and are by definition the HHW Waste Disposal Page 119 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth original container. Since there is no spacing or absorbent used in drum when loosepacking, there is much less flexibility on what you can loosepack together. Here are a few general guidelines on determining the appropriate packaging method. • Products in original containers • Large amount of a single product • Containers are all in good, sturdy shape • Products are all of a single type of hazard • Products have the same hazardous chemical as a sole constituent. • Items are all completely labeled and identifiable • Items not in glass containers • Products are not in their original containers • A wide variety of chemicals present • Containers are not sturdy or are not properly sealed or sealable. • Items have a wide variety of constituents and potential hazards • Products are found in many different sizes of containers • Products are not completely identified • Items in glass containers Inventorvinq Clean Earth offers a simplified approach to packaging HHW material, requiring waste be sorted and packaged to DOT requirements, and not beyond, for acceptance into our facilities. Detailed lab pack inventory sheets will not be required. Clean Earth's facilities do not require this type of detail from our HHW clients. This allows some cost savings to the City as it reduces on -site labor time. Labelinq Waste shipped from the City's collection events are marked and labeled in accordance with DOT regulations. The appropriate profile number is placed on each waste label. Clean Earth prepares all manifests, Bills of Lading (BOLs), and profiles. The City will be named as generator of all HHW collected through this program. Each drum generated requires the following: ➢ Hazard class label ➢ Hazardous waste label (these labels are for descriptive purposes only) ➢ Up arrows as required Each label is properly marked with the following: ➢ Proper shipping name ➢ Hazard class ➢ UN or NA number if applicable ➢ Applicable EPA and state codes ➢ Constituents (two constituents required for all drums that have a proper shipping name ending in N.O.S.) HHW Waste Disposal Page 120 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Manifest Document Number Date of accumulation Reportable quantity ("RQ") if applicable Generator will be the City EPA ID # Manifesting Clean Earth will provide the proper shipping papers including manifests, bills of lading (BOL), land disposal restriction forms (LDRs), if applicable, and labels. Shipping papers will comply with all applicable local, state, and federal regulations including US EPA and US DOT, as well as those specific requirements of the receiving facilities. Clean Earth will provide pre-printed shipping documents available for review by City prior to shipment. Clean Earth will prepare hazardous waste profiles for each individual waste stream. As generator, the City will review and sign all profiles and shipping documents, or as appropriate can designate Clean Earth to sign on their behalf. E-Manifest Compliance Clean Earth complies with all data submission requirements related to E-manifest. Clean Earth's approach to compliance with these regulations are as follows: The current provisional fee structure ranges per manifest depending on how the data is submitted to EPA by the TSDF. All hazardous waste shipments continue to be documented on paper manifests, and Clean Earth will submit the required data to EPA for those manifests received at our TSDFs. DOT will continue to require paper shipping documents until/unless the hazmat regulations in 49 CFR are amended to more closely align with EPA. Clean Earth has assembled a working project team to manage communication, training and documentation related to the new E-manifest requirements. Clean Earth is monitoring the EPA's E-manifest communications for new developments and will share these with our customers as they become available. Manifests not registered in the e-Manifest systems will be processed in accordance with all federal, state, and local requirements, and any disposal/recycling facility requirements. The generator retains one copy of the manifest for three years and marries it to the signed copy that is received from the destination facility. Clean Earth is able to track the location, condition, and status of each item being managed at any given time. HHW Waste Disposal Page 121 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Primary Receiving Facilities The primary facility for the City waste streams is our company owned TSDF located in Avalon, TX. The extensive treatment and storage capacity at our Avalon facility ensures that, once shipped, the waste is accepted immediately off the transportation vehicle. Additionally, the broad in-house capabilities for consolidating, processing, treatment and recycling of hazardous waste ensures the waste collected and shipped from the City's collection event is processed in accordance with the approved waste management methods. Chemical Reclamation Johnny Busby, RCRA Part B, CERCLA approved; Services, LLC Facility Manager storage capacity of 180,000 gallons; 405 Powell St. T: 972-627-3224 3,500 drums; and 60 cubic yards of Avalon, TX 76623 solids. Solvent recovery; Fuel blending. EPA ID: TXD 046 844 700 Secondary Receiving Facilities Once accepted into a Clean Earth facility, wastes are processed as soon as possible utilizing waste management hierarchy (Reduce, Reuse, Recycle, Fuel Blend, Treatment, Incinerate, Landfill) by processing as much waste as possible in the plant. If the materials cannot be managed in-house, such as those items requiring incineration or hazardous waste landfilling, they are sent on to companies with which Clean Earth has had long standing relationships and who have met our stringent external audit requirements. Equipment Over our many years of operation, Clean Earth has established strong working relationships and agreements with a number of vendors that supply us with the equipment and materials needed to operate HHW events legally, safely, and efficiently. By establishing these relationships, Clean Earth can ensure the City that all necessary equipment and supplies will be available for the safe, efficient, and legal packaging, transport and disposal of the wastes collected. Clean Earth shall provide all necessary materials required for the proper separation, containerization, handling, storage, transport and disposal of collected materials. Clean Earth shall provide an adequate number of containers, packaging materials and absorbent for on -site bulking of certain materials. A general list of equipment is provided below. Items listed in bold are optional and will be provided as required by site size. HHW Waste Disposal Page 122 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Safety, Spill Cleanup and Fire Prevention ABSORBENT PADS ABSORBENT, SUPERFINE BROOMS, HAND BROOMS, PUSH DUST PANS EMERGENCY WARNING HORN FACE SHIELDS FIRE EXTINGUISHERS, ABC aI:�11Ill Ia11411 MERCURY SPILL KITS OVERPACKS, 85 GALLON PPE, GLOVE LINERS City of Fort Worth PPE,GREEN NITRILE GLOVES PPE, PLASTIC APRONS PPE, LABPACK GLOVES PPE, SAFETY SHIELDS, GLASSES PPE, SHOE COVERS PPE, TYVEK RESPIRATORS RESPIRATOR CARTRIDGES RESPIRATOR WIPES SAFETY GLASSES SHOVELS, FLAT FOR SPILL KITS ZIP LOCK BAGS Waste Packaging Materials and Supplies ABSORBENT, SUPERFINE DRUM LABELS WASTE MANIFESTS DRUM LINERS 38"X64"X6MM BULKING FUNNELS LAB PACK PACKING LISTS CUBIC YARD BOXES DRUMS, 5 — 55 GALLON DRUM GASKETS General Operations Equipment AIR COMPRESSOR BARRICADE TAPE BUNG WRENCH AIR COMPRESSOR HOSE CARTS, UNLOADING/SORTING CONES/DELINEATORS DRUM DOLLY GENERATOR HAMMERS, METAL HAMMERS, PLASTIC IMPACT HAMMER PAINT CAN OPENERS PAINT, SPRAY DISPOSABLE PLACARDS CANOPY TENT V_Jnrl2ri:j�j DRUMS, BUCKETS, TUBS DRUM DOLLY RAZORS SCREWDRIVERS SHRINK WRAP SOCKETS, 15/16 SPATULAS SPEED WRENCH SPRAY ADHESIVE TABLES AND CHAIRS TENT (20'X40') WATER, POTABLE WIRE CUTTERS WRENCH, COMBINATION, 15/16 PORTABLE TOILETS IY9IC7114 4I21 Unlabeled Waste Identification Supplies, Vehicles and Equipment CHLOR D TECT KIT OXIDIZER PAPER COLIWASA TUBES PEROXIDE PAPER CRAYONS, RED PH PAPER HHW Waste Disposal Page 123 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth DISPOSABLE CONTAINERS PIPETTES, PLASTIC HAZ CAT KIT SAMPLE JARS EQUIPMENT VANS TRACTOR RIG STAFF VEHICLES TRANSPORT VANS Crews: Team Member Resources City of Fort Worth Clean Earth is a respected industry leader because of our industry -leading people with decades of environmental/hazardous waste management experience. Our personnel have an in-depth understanding of compliance issues on local, regional, and national basis. Regardless of position, these personnel are customer -focused, safety -conscious, and performance -driven. Our staff is required to successfully complete a rigorous training program designed to provide employees with the tools and knowledge to perform their duties in a safe, efficient, and legal manner. Clean Earth's employee mentoring program teams all new employees with an experienced Project Manager who provides guidance and hands-on training both in the field (operational aspect) and in the office (administrative aspect). Additionally, the Project Manager, Chemists and HHW Collection Area Supervisors receive annual training updates on Hazardous Waste Operations Emergency Response and for Household Hazardous Waste Collection regulations. The responsibilities and qualifications of personnel providing account management services to the City is as follows: Account Management Clean Earth will provide the City with a dedicated account manager, Kelby Neal, as a Single Point of Contact (SPOC) for all issues and concerns relating to the HHW program's daily account management regarding contract questions and invoice/billing. Name: Kelby Neal Phone Number: (318) 557-7739 Email Address: kneal(a-)cleanearthinc.com All service requests may be directed to Mr. Neal via cell phone or e-mail. His primary responsibilities are to ensure the transition to Clean Earth takes place without any interruptions. Mr. Neal will be available when the contract starts to ensure that the service provided by Clean Earth meets all expectations. All service requests may be directed to Mr. Neal via cell phone or e-mail. Supporting Mr. Neal and the City's needs will be Clean Earth's service team as described below. The City may contact Clean Earth's management team at any time, if desired. The PPOC structure provides a communication point for the City with Clean Earth, someone that is thoroughly knowledgeable of the City's HHW program and can provide support to Clean Earth's HHW Program Manager. HHW Waste Disposal Page 124 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth Operations The responsibilities and qualifications of personnel providing operations services to the City are as follows: Chemists/Technicians are responsible for all onsite operations, including labeling, sampling of unknown materials, manifesting and other paperwork, if requested by the City. Drivers are responsible for delivering hazardous and non -hazardous waste materials and products to and from destinations in company -owned vehicles in accordance with DOT regulations and Clean Earth policies, practices, and procedures. All drivers are compliant with the CDL, MVR policy, drug policy, background check policy. HHW Operations/Program Manager, Richard Creed, serves as a primary contact for all issues and concerns relating to the operations of the HHW Program for the City. Richard is available via office phone, cell phone, or email for all service requests. If, for any reason, the project manager is not available to discuss City HHW operations, Kelby Neal, Account Manager, will serve as a secondary contact. Our single -point -of -contact structure allows the City to focus on the overall advancement of the program by minimizing the time spent on scheduling shipments, addressing routine operational issues, and seeking technical assistance. Richard can be contacted via phone or email: (972) 400-8585 or rkcreed(a)cleanearthinc.com Avalon Facility Manager, Johnny Busbv,, is responsible for operations of the Avalon Transfer, Storage, and Disposal Facility (TSDF) where the household hazardous waste collected will be manifested to and processed. Client Services The responsibilities and qualifications of personnel providing client services to the City are as follows: Client Services, Fancv Arciba, will assist the City in all customer service matters. Responsibilities include entering and preparing orders and shipping paperwork, reconciling waste shipments with the contract pricing and billing/invoicing department. Resources Clean Earth will service this contract primarily from our Avalon, TX facility with operational and labor support as needed from our regional service centers. These are located in Lancaster, Pasadena, Austin, Snyder, and Houston TX. Clean Earth has over 2500 employees nationwide, over 200 of which are based in Texas. Clean Earth owns and operates a fleet of over 500 specialized, permitted trucks to help customers handle any waste disposal need. Our broad range of truck sizes and HHW Waste Disposal Page 125 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth configurations allows for compliant, efficient, and safe transport and disposal of any quantity of hazardous or non -hazardous waste. The fleet also includes box trucks, vans, semi- trailers, vacuum tankers, stake bed trucks, railcars and intermodal (road and rail) vehicles, sprinter vans, and roll -offs. Other equipment available to support the City's program is listed in the equipment section of this response, but includes all necessary materials to manage and operate Household Hazardous Waste collection events. Certifications Copies of applicable licenses and permits have been provided in the section labeled "Other Required Documents." Documentation Examples Sample documents have been provided in the section labeled "Other Required Documents." Operational Safety Plan A sample Operation Plan has been provided in the section labeled "Other Required Documents." Other Information Safetv & Compliance At Clean Earth we recognize that our actions directly impact the well-being of our people, partners, and the planet. We take this responsibility very seriously and each day make deliberate choices to conduct our operations in a highly responsible and ethical manner. Our Environmental Health & Safety (EH&S) team works in close partnership with our leadership and team members to establish EH&S requirements, which are applied to all our facilities, regardless of regulations. We hold each other accountable through our shared values to uphold and implement our environmental health and safety policies and procedures. We utilize consistent metrics to continually assess our environmental and safety competency and communication to create a better future in our commitment to maintain a sustainable business. The safety of our employees, clients, and the residents and communities that we serve are of primary importance in our everyday operations. Clean Earth will exercise the utmost precaution for the protection of our staff, River Authority personnel, the public, site personnel and property during every operation. All care will be employed to ensure that work proceeds under the highest standards of safety and prudence, and in compliance with all applicable laws. HHW Waste Disposal Page 126 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Traininq Clean Earth has historically provided only the highest caliber staff to operate any hazardous waste management program. The key to our efficient, competent, and professional personnel is a commitment to a high level of effective, on -going, and job - specific training. Copies of employee training records will be maintained in the Operations, Health & Safety, and Contingency Plan. The Hazardous Waste Specialists (including the Site Supervisor) are 40 Hour Safety Trained personnel and Chemists who have received extensive additional training in areas such as regulations, supervision, safety, and all aspects of HHW site operations. Their responsibilities include supervision of all tasks and completion of the more technical tasks of their assigned work area. They all have the capability to function as the Site Supervisor and have done so on many sites. Lab Pack Level I — 40-Hour ✓ ✓ ✓ (Introductory) Lab Pack Level II — 24-Hour ✓ ✓ Lab Pack Level III — 16-Hour ✓ OSHA 40-Hour HAZWOPER (+ ✓ ✓ ✓ Refreshers) Hazcat Identify — 8-16-Hour ✓ ✓ Forklift Training — 8-Hour ✓ ✓ ✓ DOT HM-126/181 Training ✓ ✓ ✓ Manifest Preparation — 8-Hour ✓ ✓ Supervisor Training — 8-24-Hour ✓ Clean Earth's Hazardous Waste Technicians are 40 Hour Safety Trained workers that have also received job specific training in the operation of HHW collection programs. Below is a table of training topics required for our technicians. Health and Safety Introduction ✓ Health and Safety Review ✓ Daily Expectations ✓ ✓ On -Site Expectation ✓ ✓ Customer Interactions ✓ ✓ Regulatory Introduction (EPA/DOT) ✓ Regulatory II (EPA/DOT) ✓ Regulatory Review (EPA/DOT) ✓ HHW Waste Disposal Page 127 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB Clean Earth 9 Manifesting ✓ ✓ Placarding ✓ ✓ Land Disposal Restrictions (LDRs) ✓ ✓ Lab Pack Introduction ✓ General Lab Pack ✓ Introduction to Chemical Compatibility ✓ High Hazards ✓ ✓ Cylinder Awareness ✓ ✓ Unknown Characterization ✓ ✓ Periodic Table Review ✓ ✓ Chemistry of Hazardous Waste ✓ ✓ On -Site Supervision ✓ Proposal Interpretation ✓ Site Walk Analysis ✓ Waste Management Methods ✓ Universal Waste ✓ State Waste Codes ✓ Accident/Incident Management ✓ PCBs ✓ Project Management ✓ Field Supervision ✓ Lab Pack Table Top I ✓ Lab Pack Table Top II ✓ Depack Experience (16 hours) ✓ City of Fort Worth Emerqencv Response Services Clean Earth is one of the largest national emergency response providers and has the capability to respond to most chemical and environmental emergencies. Our nationwide coverage through local resources allows for prompt, effective response. Emergency response service can be initiated 365 days per year, 24 hours per day, by calling the Clean Earth Emergency Response Hotline. The Clean Earth ER Hotline is staffed by 40-hour HAZWOPER-trained Clean Earth employees. Clean Earth never uses answering services. You will speak with a professional ER Coordinator on your initial call. Please contact your Account Manager if you are interested in these services. Customers and company employees can utilize our toll -free telephone number: 24 Hour Emergency Response Hotline: 1-877-577-2669 Primary Goals in an Emergency Spill Response HHW Waste Disposal Page 128 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth • Mobilize a well-equipped, trained crew of personnel. • Respond to the spill scene promptly upon receiving a response request. • Protect employees, general public and the environment. • Work effectively with customer, state and federal agencies. • Contain and remove potential hazards in a safe and effective manner. • Complete all associated paperwork for documentation and billing purposes. • Restore all dedicated spill response equipment to its prior state of readiness. Spill Response Experience Clean Earth manages an extensive nationwide network of responders with spill response capabilities for both hazardous and nonhazardous materials. Clean Earth's Emergency Response service provides containment, clean up, remediation, transportation and disposal of material resulting from the inadvertent release of dangerous goods, hazardous materials and wastes, or the spill of any material unusual in quantity or quality to the environment. Clean Earth's response actions are pre -planned and rehearsed for a variety of scenarios. These include storage vessel leaks, tanker truck spills, derailments, marine spills, pipeline ruptures, and accidental discharges to waterways. Response team members are 40-hour OSHA HAZWOPER trained with annual 8-hour refresher courses. Our expert supervisors and technicians are trained to internationally recognized standards (NFPA 472). Through the integrated services that Clean Earth offers, we can incorporate regulatory reporting information, analytical services, long-term remediation, waste treatment/disposal capabilities, and a wide range of equipment suitable for spill clean-up operations in various terrain and vessel/packaging situations. HHW Waste Disposal Page 129 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe I Contractor's Qualification Questionnaire FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Contractor's Qualification Questionnaire City of Fort Worth 3. Contractor's Qualification Questionnaire The information provided on this questionnaire and the bid submittal will be used to evaluate your bid. Please answer each question thoroughly. Answers may be provided on a separate sheet as long as each response is labeled according to the question. 1. Does your company operate a full time, permanent business address within 90 miles of the Dallas Fort Worth metroplex? YesF7 NoF If no, please elaborate in the Approach to Perform Services section of the proposal how distance will not affect the availability to perform services. 2. Does your personnel have a dedicated team for after-hours emergency requests? Yes NoEl 3. Does your personnel pool allow your company to service up to 38 pick-up sites for the City? Yesz Nor—] 4. Does your company have available facilities and equipment to render the services requested for up to 38 pick-up sites for the City? Yes[7 Nor I 5. Does our compan utilize subcontractors? Ye No No0 If yes, please provide the information requested in the table following this page. *Clean Earth does utilize subcontractors in certain situations, but intends to self -perform the scope of work for Household Hazardous Waste Disposal. Page 4 of 12 HHW Waste Disposal Page 130 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEaftho City of Fort Worth 4. Project References FORT WORTH:., CITY OF FORT WORTH —ENVIRONMENTAL SERVICES `--� DEPARTMENT T I Project References 4. Project References Proposer shall furnish the following information with their Proposal, for at least three (3) recent customers to whom subject services were provided that are similar to the requirements stipulated in this RFP. 1. Company's Name: Dallas County HHW Program Name of Contact: Earle Blakney Title of Contact: Program Manager Address: 11234 Plano Rd, Dallas TX 75202 Phone No. 214-583-6951 Email: earle.blakney@dallascounty.org Brief Description of Services Provided: Staff and operate the Dallas County permanent HHW collection facility; provide supplies, transportation and disposal. 2. Company's Name: City of Austin Name of Contact: Richard Avila Title of Contact: ARR Supervisor Address: 2514 Business Center Dr, Austin TX 78744 Phone No. 512-974-4345 Email: richard.avila@austintexas.gov Brief Description of Services Provided: Provide labor, supplies, transportation and disposal for Permanent Collection Facility. Company's Name: City of Waco, Solid Waste Department Name of Contact: Ashley Millerd Title of Contact: Outreach Coordinator Address: 300 Austin ave, Waco TX 76702 Phone No. 254-299-2606 Email: ashleym@wacotx.gov Brief Description of Services Provided: Provide collection (labor), supplies, transportation and disposal for one-day/mobile HHW collection events. Page 6 of 12 HHW Waste Disposal Page 131 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe City of Fort Worth 5.Acknowledgement of Receipt of Addenda Docuftn Envelope ID: 94635C97-05C6-4E36-AEA8-5C3EOOA132BO FOR_ _ T WORTH I CITY OF FORT WORTH — ENVIRONMENTAL SERVICES —�— DEPARTMENT Acknowledgement of Receipt of Addenda 5. Acknowledgement of Receipt of Addenda Check if applicable The undersigned acknowledges the receipt of the following addendum (a) to the Request for Proposal, and has attached all addenda following this page. (Add lines if necessary). QAddendumNumber 1 2/28/2024 (date received) Addendum Number 2 (date received) Addendum Number 3 (date received) Addendum Number 4 (date received) Check if applicable 0 The undersigned acknowledges the receipt of no addenda to the Request for Proposal. 14160111R7T4011 C913 Clean Earth Environmental Solutions, Inc. Company Name 933 First Ave, Ste 200 Address King of Prussia, PA 19406 City, State, Zip BY: Melinda Rath (print or type name of signatory) �n 'Doc/uSigned by:����{/� IVU.UVI.� 1`cilw (signature)R Senior Vice President - Sales Title (print or type) Page 7 of 12 HHW Waste Disposal Page 132 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe City of Fort Worth 6. Vendor Compliance to State Law DocuSign Envelope ID: 94635C97-05C6-4E36-AEAB-5C3EOOA132BO FORT_ WORTH.I CITY OF FORT WORTH —ENVIRONMENTAL SERVICES —�— DEPARTMENT Vendor Compliance to State Law 6. Vendor Compliance to State Law The 1985 Session of the Texas Legislature passed House Bil1620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State or Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non -Resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in PA (give State), our principle place of business, are not required to underbid resident bidders. B. Our principle place of business or corporate office(s) is in the State of Texas. ❑ CONTRACTOR: Clean Earth Environmental Solutions, Inc. Company Name 933 First Ave, Ste 200 Address BY: Melinda Rath (print or type name of signatory) DocuSigneE by: A�,liwd,a, Imo. (Signature) King of Prussia, PA 19406 Senior Vice President - Sales City, State, Zip Page 8 of 12 Title (print or type) HHW Waste Disposal Page 133 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe 7. Contractor's Licenses and Certificates Certificate of Good Standing Corporations Scction P.O. Box 13697 Austin, Tcxas 78711-3697 Office of the Secretary of State Certificate of Fact City of Fort Worth Jane Nelson Secretary, of State The undersigned, as Secretary of State of Texas, does hereby certify that the document, Application for Registration for Clean Earth Environmental Solutions, Inc. (file number 802111483), a DELAWARE, USA, Foreign For -Profit Corporation, was filed in this office on December 03, 2014. It is further certified that the entity status in Texas is in existence. Delayed Effective date: January 01, 2015 a In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on February 22, 2024. Jane Nelson Secretary of State Come visil us on the inlernel n! hllp,�:;%tivwwsoa.Iexaa.gnvt Phone: (512) 403-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS -WEB TID: 10264 Docurneul: 133536258(N)03 HHW Waste Disposal Page 134 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe Texas Secretary of State Business/Company Registration Form 301 (Revised 05111) Submit in duplicate to: Secretary of State P.O. Box 13697 Austin,,TX 78711-3697 512 463-5555 FAX: 512/463-5709 Filing Fee: $750 t 'Application for Registration of a Foreign For -Profit Corporation This space reserved for office use. F I L E D In the Office of the Secretary of State of Texas DEC. 0 3 2914 Corporations Section 1. The entity is a foreign for -profit corporation. The name of the entity is: City of Fort Worth STERICYCE NVIRONMENTAL SOLUTIONS, INC. Provide the ul%legal notne ofihe entity as stated in the entity'sformation document in its jurisdiclion nfforrno4ion. 2A. The name of the corporation in its jurisdiction of formation does not contain the word "corporation," "company," "incorporated," or "limited" (or an abbreviation thereof). The name of the corporation with the word or abbreviation that it elects to add for use in Texas is: 211. The corporation name is not available in Texas. The assumed name under which the corporation will qualify and transact business in Texas is: The assumed name must include an acceptable organizational identifier or an accepted abbreviation ofone ofthese terms. 3. Its federal employer identification number is: ❑ Federal employer identification number information is not available at this time. 4. It is incorporated under the laws of: (set forth state or foreign country) Delaware and the date of its formation in that jurisdiction is: 07/30/2010 mm/ddlyyyy 5. As of the date of filing, the undersigned certifies that the foreign corporation currently exists as a valid corporation under the laws of the jurisdiction of its formation. 6. The purpose or purposes of the corporation that it proposes to pursue in the transaction of business in Texas are set forth below. The purpose of the corporation is to engage in any lawful activity permitted under the Texas Business Organizations Code. The corporation also certifies that it is authorized to pursue such stated purpose or purposes in the state or country under which it is incorporated. 7. The date on which the foreign entity intends to transact business in Texas, or the date on which the foreign entity first transacted business in Texas is: oUl5nom mm/ddfyyyy Late fees may apply (see instructions). 8. The principal office address of the corporation is: 29161 N. Keith Drive, Lake Forest, IL ,United States 60045 Address City RECEIVED Secretary of State RE 9V DEC 014 Secretary of State 5 State Country ZipCode HHW Waste Disposal Page 135 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Complete item 9A or 913, but not both. Complete item 9C. X❑ 9A. The initial registered agent is an organization (cannot be entity named above) by the name of C T Corporation System OR ❑ 913. The initial registered agent is_an individual resident of the state whose name is: First Name ML Last Name Sr,ffx ' 9C. The business address of the registered agent and the registered office address is: 1999 Bryan Street, Suite #900, Dallas TX 75201-3136 Street Address City State Zip Code 10. The corporation hereby appoints the Secretary of State of Texas as its agent for service of process under the circumstances set forth in section 5.251 of the Texas Business Organizations Code. 11. The name and address of each person on the board of directors is: SEE ATTACHMENT C' ffq-QG ES fI . ��W T Finr Name M.I. Last Name Suffix 28161 N. Keith Drive Lake Forest IL United 60045 Street or Mailing Address City Svttaute. Country Zip Code wtu�p Sys u ' f4DltCdtOr 2.: ��`3"� r i,ti:'tt�l:�Liu�i�aR4��1�'�atas'.'L'hG�- _ ?s�.i�vleY�'.1s+�.�'✓i5�'%'�Jal;"��i� � . F r�'. F=`��?;"'iu� /Zte./ARD 7. _ ,L�OC,L ere . . M.L Last Name suffix IFirsfftme 28161 N. Keith Drive Lake Forest 1L United 60045 Street or Mailing Address City State Country Zip Code I,1Diiec't`pr 3k r ",tr i ii...w.,.l vi PKu 3 s i.� . 0, 14A, 4i 1�A./rEc ✓./n/nIETT/ LFirst Nant M.I. Last Name Suffix 28161 N. Keith Drive Lake Forest IL United 60045 Street or Mailing Address City State Country Zip Code Supplemental Provisions/Information Text Area: [The attached addendum, if any, is incorporated herein by reference.] Form 301 6 r%W 1 -I InMD13C T Fal ng Mannyv Online HHW Waste Disposal Page 136 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth Effectiveness of Filing (select either A, a, or C.) A. ❑ This document becomes effective when the document is flied by the secretary of state. B. © This document becomes effective at a later date,' which is not more than ninety (90) days from the date of signing. ' The delayed effective date is: ty C..❑ This document takes effect upon the occurrence.of t re.event or fact; other than the passage of time. The 9(Yh day after the date of signing is: The following event or fact will cause the document to take effect in the manner described below: Execution The undersigned affinns that the person designated as registered agent has consented to the appointment. The undersigned signs this document subject to the penalties imposed by law for the submission of a materially false or fraudulent instrument and certifies under penalty of perjury that the undersigned is 'authorized under the provisions of law governing the entity to execute the filing instrument. Date: / II o i y� Si naturo of authdnZcd erson scc instructions S /P t ) prime or typed name o6ut=z person. Form 301 7 Txait - i M212013 C T Fithq M... &,, odium HHW Waste Disposal Page 137 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth OFFICERS Charles A. Alutto, President, 28161 N. Keith Drive, Lake Forest, IL 60045 Charles A. Alutto, Director, 28161 N. Keith Drive, Lake Forest, IL 60045 Roger T. Kogler, Vice President, 28161 N. Keith Drive, Lake Forest, IL 60045 RogerT. Kogler, Director, 28161 N. Keith Drive, Lake Forest, IL 60045 Michael J. Collins, Vice President, 28161 N. Keith Drive, Lake Forest, IL 60045 Michael J. Collins, Director, 28161 N. Keith Drive, Lake Forest, IL 60045 City of Fort Worth Daniel V. Ginnetti, Vice President, Treasurer & Secretary, 28161 N. Keith Drive, Lake Forest, IL 60045 Daniel V. Ginnetti, Director, 28161 N. Keith Drive, Lake Forest, IL 60045 Kelly Ipjian, Assistant Secretary, 28161 N. Keith Drive, Lake Forest, IL 60045 HHW Waste Disposal Page 138 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho City of Fort Worth Texas Sales/Use Tax Certificate Clean Earth has been continuously registered as required with the State of Texas, however we required a name correction be made by the Texas Comptroller to our Tax Certificate. The updated certificate will be submitted once received from the State. Applicable licenses and permits have been provided in the section labeled "Other Required Documents." HHW Waste Disposal Page 139 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Addltlonal N amed I nsureds Cemn Earth Env iron mPntal 5alutions,Inc. Hnrr, n Cnrpmarinn PSC Environmental ScrrlccsLLC C4-mn [arih 5lgc,clolty waste Solutions, Inc. Luntz Acquisition (Delaware;, LLC 21st Cenb.iry EnwlronmenLal Manag-emant of M-evada, LL{ 21s; Ccntury EnvironmcnLaI Management, LLC of Rhode Island C-iemical Pollutio-i Control of Raridar LU C,iemical Pollutio-iControl, LLC of New York Northland Environmental, LLC Genaral Env ron mertal Ma nagement of Ra nco Cordova LLC Burl rgton Enwir❑ 7irenta1, LLC 4alvent Reaower}, LLC PSC ftecokery €ystems, LLC R=_public EmrironmentelSyst-Ems(Pen nsylvania), LLC Republic Envlronmen=lSyst-ems;Tr;snsportati-on Group), LLC R-- pu blir; Erry ir rpri i i ivi i L IRvuycl'iig{NvwJersey} Inc. Nortru, LLC Allworthr LLC FL'In-Chem, IIC C-icmicL-il Reclamation Services, LLC Philip Rr.clama-inn 5ervir:esr Aoustonr LLC City of Fort Worth HHW Waste Disposal Page 142 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafthe City of Fort Worth Docusign Envelope ID: 3926F290-E1B2-4624-A61A-29El6C7CEEB0 ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Business Equity (MIWBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime Clean Earth Environmental Solutions, Inc. PROJECT NAME: I❑MMBE ✓ NON-MWBE Household Hazardous Waste Disposal 3/28/2024 r DATE City's MBE Project Goal: Oftener's MBE Project Commitment PROJECT NUMBER 11 % 0 % 24-0119 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1G This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m.. on the second City business day after bid ooenirl exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? ❑� YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? IV YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any Intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. I<el by Neal Authorized`SVINa`atUPA-1 d Pr'mled Signature Sales Manager Kelby Neal Title Clean Earth Environmental Solutions, Inc Company Name 933 First Ave, Ste 200 Address King of Prussia, PA 19406 City/State0p Business Equity Division Email: DVIN BEOffce@fortworthtexas gov Phone (817) 392-2674 Contact Name (if different) 318-557-7739 f:713-763-6424 Phone Number Fax Number kneal@cleanearthinc.com Email Address 3/26/2024 Date Rev. 31l3/2022 HHW Waste Disposal Page 143 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe Docusign Envelope ID E832BEA7-3CC5-4A35-8199-lACF8CB2E121 FORT WORTH® I CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Contractor's Legal and Compliance History CONTRACTOR'S LEGAL AND COMPLIANCE HISTORY Complete ONE of the Following Certifications: Certification of Legal Action Report I certify under penalty of law that the attached Legal Action Report detailing Contractor's, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors legal and compliance history relating to the protection of the environment was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CONTRACTOR: Clean Earth Environmental Solutions, Inc. Company Name D—Sil by, (signature) c25AE3AF2N5401,.. 3/26/2024 Date BY: Larry Whyde (print or type name of signatory) Director of RFPs Title (print or type) City of Fort Worth Certification of NO Legal Action I certify under penalty of law that the legal and compliance history of Contractor, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I HHW Waste Disposal Page 144 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe DocuSign Envelope ID E832BEA7-3CC64A35-8199-1ACF8CB2E121 FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT i I Contractor's Legal and Compliance History City of Fort Worth hereby certify that no legal action relating to the protection of the environment was brought against Contractor, Contractor's officers, Contractor's employees, or Contractor's proposed subcontractors within the preceding five years. To the best of my knowledge and belief, this statement is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CONTRACTOR: BY: Company Name (print or type name of signatory) (signature) Title (print or type) Date HHW Waste Disposal Page 145 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth Compliance History Presented below is a 5-year compliance history for Clean Earth Environmental Solutions. The primary servicing facility for the City of Fort Worth, Clean Earth — Avalon, received zero notices of violation during this time period. Date Agency Work Description Resolution NOV Location State of Nevada OSHA officer Resolved — conducted a site visit due to Corrective Remote receiving a complaint and actions Sales referral in regard to the acid completed, Marketing drum rupture incident which penalty OSHA - Shared took place on Monday, May assessed 05/23/2019 State/Local Services 20th. and paid Y 3 items of non-compliance Resolved — were noted. Corrective US I NJ I Dept 1. Operating an illegal solid actions of NJ I waste facility completed, Environmental Piscataway 2. Exceeding 10-day limit. 3. no penalty 06/06/2019 Protection 10 Day Failure to maintain 10-day log assessed Y The PA DEP issued a Notice of Violation to Stericycle because the 2019 Q2 Quarterly Report Resolved — and Fees were not submitted Corrective US I on -time. The facility and actions Pennsylvania, transportation information was completed, Commonwealth PA I Hatfield delivered on -time however, the no penalty 08/06/2019 Of I TSDF payment was late. assessed Y Resolved — Corrective US I AL I Dept actions of Inspection by ADEM completed, Environmental AL Compliance and Enforcement penalty Management Birmingham Section, Industrial Hazardous assessed 08/19/2019 (ADEM) I TSDF Waste Branch, Land division. and paid Y Resolved — Corrective Two auditors with US DOT actions US I Dept of TX I PHMSA arrived to conduct completed, Transportation Houston 110 routine compliance inspection no penalty 09/09/2019 (DOT) Day per 49 USC 512(c). assessed Y Resolved — King County Industrial Waste Corrective Water annual inspection of actions storm water system and completed, WWTP. Violation incurred penalty US I WA I King WA I Kent regarding pH compliance assessed 09/11/2019 County Metro TSDF monitoring. and paid Y Resolved — Corrective US I IN I actions Department of IN I Regulatory inspection of completed, Environmental Indianapolis hazardous waste permitted no penalty 01/14/2020 Management TSDF areas and records. assessed Y HHW Waste Disposal Page 146 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Date Agency Work Description Location DTSC arrived for unannounced US I CA I Dept compliance inspection. of Toxic CA Inspection is expected to run Substance Inglewood through Feb. 4. No violations 01/28/2020 Control (DTSC) TSDF noted on the first day. City of Tacoma arrived onsite to conduct routine facility inspection. Records reviewed, walkthrough conducted, US I WA WA possible violation forthcoming Tacoma, City Tacoma from transfers of contact 01/30/2020 of TSDF stormwater into CWT-A tank. US I Alabama Depart of Labor AL During routine yearly boiler Inspections Birmingham inspection, inspector found 05/07/2020 Division TSDF several violations. Clean Earth Specialty Waste Solutions, Inc. tanker truck accident releasing approximately 4,050 gallons of 1-methoxy-2-propanol acetate US I WA WA and isopropanol onto the State Dept of Washougal I roadway, shoulder and down 07/21/2020 Ecology 10-Day an embankment. 11 /17/2020 11 /19/2020 02/16/2021 US I MI Dept of Natural Resources- Reponse Center US I PA I Dept of Environmental Protection DOT -Pipeline and Hazardous Materials Safety Admin MOB Kansas City ITSDF PA I Hatfield ITSDF WA I Kent TSDF Missouri DNR Inspection PADEP issued a Notice of Violation in connection with RESPA's failure to notify PADEP of changes to the capacity of the Laboratory to produce valid analytical results, lab supervisor contact information, and RESPA's new ownership information. Unannounced inspection lead by PHMSA inspector and attended by WADOE and King County. Minor compliance issues found and corrected while on site. Paperwork requests will continue this week. Expected finding from PHMSA regarding closure procedures. City of Fort Worth Resolution Resolved — Corrective actions completed, penalty assessed and paid Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, penalty assessed and paid Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, penalty assessed and paid NOV Y IN u u 0 0 Y HHW Waste Disposal Page 147 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Date Agency Work Description Location Dakota Co notified Clean Earth of non -reporting - quarterly hauling reports via MSDEP electronic data base system. MNI Blaine I All of 2020 (4 quarters had not 02/18/2021 Dakota Co 10 Day been completed. US I WA I During ER call, TM removed Puget Sound WA I carpet discovering suspected Clean Air Tacoma I ACM. Customer self reported Agency Remote to PSCAA resulting in a Notice 03/15/2021 (PSCAA) Field Ops of Violation. Harris County Pollution Control Services Department arrived TX I onsite for routine inspection US I TX I Houston I which they stated was triggered 05/14/2021 Harris County TSDF by permit renewal. PCB ballast passed through TSDF from SPAK route IN received. Realized at final Indianapolis outlet and quarantined for 06/22/2021 IDEM I TSDF proper packaging and disposal. US I RI I Dept of RI I RIDEM RCRA inspection - Environmental Providence unannounced compliance 08/31/2021 Management TSDF regulatory inspection Delayed reaction occurred in a treatment tank several hours after adding an alkaline load to the tank. The source of the reaction is unknown, the bench treat demonstrated no reaction US I WA I WA I There was no offsite impact or Tacoma, City Tacoma I injury sustained due to the 11/01/2021 of TSDF release. US I New Mexico NM Environment Albuquerque Visit from State of New Mexico 11/19/2021 Department 10 Day Solid Waste Division. As a result of the inspection that took place on 3/3/22 DTSC discovered violations of California Hazardous Waste Control Laws and its US I CA I Dept implementing regulations that of Toxic CA I are identified on the attached Substance Inglewood I pages. Please see Files Tab 03/03/2022 Control (DTSC) TSDF below for DTSC files. HHW Waste Disposal Page 148 City of Fort Worth Resolution Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed NOV Y Y u u Y 61 0 Resolved — Corrective actions completed, no penalty assessed Y 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Date Agency Work Description Location The inspector when through his checklist and discovered that the site was storing oil in US I NJ I Dept containers for more that 24 of NJ hours without notifying the Environmental Piscataway NJDEP of this practice. NOV 04/08/2022 Protection 10 Day issued. Department of Industrial Relations, Division of Occupational Safety and Health, CA CalOSHA High Pomona 10 Cal Osha High Hazard Unit 05/24/2022 Hazard Day scheduled facility inspection. US I AL I Dept of Environmental AL ADEM RCRA Compliance Management Birmingham Evaluation Inspection of 06/15/2022 (ADEM) TSDF records and facility. A Notice of Violation was issued by PADEP for failure to immediately notify DEP of the fire that occurred in the facility CBU on July 16, 2022 not PA Department following emergency of procedures as per PPC plan Environmental PA I Hatfield and failure to contain runoff 07/18/2022 Protection TSDF from FF activities. Landlord received a civil US I FL I Miami violation notice for CEES Dade County FL I Miami occupation of premises without 10/06/2022 DERM 10 Day required Certificate of Use USIINI Department of IN Hazardous Waste Inspector Environmental Indianapolis came to conduct a routine 10/25/2022 Management I TSDF compliance evaluation. Fire NC I Raleigh Raleigh Deputy Fire Marshall 11/01/2022 Department 10-Day Inspection US I GA 1 2 inspectors from GA EPD Environmental GA inspected the facility with a Protection Fairburn 110 focus on the closure of the 04/21/2023 Division Day WWTP under PSC in 2010 as City of Fort Worth Resolution NOV Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, penalty assessed and paid Resolved — Corrective actions completed, penalty assessed and paid Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, no penalty assessed Resolved — Corrective actions completed, Y Y u Y Y Y Y HHW Waste Disposal Page 149 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth Date Agency Work Description Resolution Location well a permit by rule for Solid no penalty waste mgmt. assessed OSHA came on site to inspect Resolved — the facility to follow up on a Corrective OSHA reportable injury. actions Agency has requested completed, additional records. Awaiting penalty OSHA - FL I Orlando formal response from assessed 06/20/2023 State/Local 10 Day inspector. and paid On July 25, 2023, staff of the Department of Environment, Great Lakes, and Energy (EGLE), Materials Management Division (MMD), Resolved — conducted an inspection of Corrective US I MI I Dept Petro -Chem Processing Group actions of Env Great of Nortru, L.L.C. (PCPG) completed, Lakes Energy MI I Detroit I located at 421 Lycaste Street, no penalty 07/25/2023 (EGLE) TSDF Detroit, Mic assessed Upon noticing the Piscataway Resolved — Fire Inspection Certificate was Corrective expired, Piscataway Fire actions US I NJ I NJ I Prevention Bureau was completed, Piscataway Piscataway I contacted to schedule the no penalty 08/10/2023 Township 10 Day inspection. assessed US I MO I Open — Department of MO I MDNR conducted a Awaiting Natural Kansas City compliance inspection of our Agency 08/23/2023 Resources I TSDF facility. Response Unannounced state EPA site US I FL I Dept visit focused on SWPP. The Open — of facility's SWPP was provided Awaiting Environmental FL I Orlando upon request as well as a yard Agency 11/07/2023 Protection 110 Day walk. Response On November 17 , 2023, staff of the Department of Environment, Great Lakes, and Energy (EGLE), Materials Management Division (MMD), conducted an inspection of US I MI I Dept Petro -Chem Processing Group Open — of Env Great of Nortru, L.L.C. (PCPG) Under Lakes Energy MI I Detroit I located at 421 Lycaste Street, Internal 11/17/2023 (EGLE) TSDF Detroit Review US I CA I Dept Open — of Toxic CA Under Substance Inglewood I Internal 02/20/2024 Control (DTSC) TSDF DTSC biannual audit Review NOV Y u u Y Y 0 HHW Waste Disposal Page 150 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth _egal Proceedings Clean Earth Environmental Solutions, Inc. operates in a highly regulated industry and must deal with regulatory inquiries or investigations from time to time that may be instituted for a variety of reasons. We are also involved in a variety of civil litigation from time to time. Settlements from litigation are recorded when known, probable and estimable. Information regarding current litigation can be found in our quarterly reports which are available on www.enviri.com. Summary level information from the last five years is provided below. The information is presented in the form required to meet SEC reporting standards and included in our Audited 10-K reports that are on file with the SEC, and available for download at the website above. Environmental In the ordinary course of business, the Company is a defendant or party to various claims and lawsuits, including those discussed below. Unless stated otherwise below, the Company has not determined a loss to be probable or estimable for the legal proceedings. In November 2022, the EPA and the Kentucky Department for Environmental Protection (the "KDEP") conducted an inspection of Clean Earth of Calvert City LLC's facility in Calvert City, KY. In September of 2023, the EPA verbally proposed a civil penalty of $775,000 to address alleged violations identified at the time of the inspection. The Company recorded a liability during the year ended December 31, 2023 of $700,000 and is still assessing the alleged violations and is engaging with the EPA to resolve this matter. On March 28, 2018, the EPA conducted an inspection of ESOL's offsite waste management facility in Detroit, MI. On November 23, 2021, the EPA proposed a civil penalty of $390,092 as part of a proposed Administrative Consent Order for alleged improper air emissions at the site. The allegations in the proposed Administrative Consent Order and civil penalty relate exclusively to the period prior to the Company's purchase of the ESOL business. The Company and EPA have reached an agreement and have entered into a consent order to settle the EPA's claim for $270,000, which was paid during the year ended December 31, 2023. On January 27, 2020, the EPA issued a Notice of Potential Liability to the Company, along with several other companies, concerning the Newtown Creek Superfund Site located in Kings and Queens Counties in New York. The Notice alleges certain facilities formerly owned or operated by subsidiaries of the Company may have resulted in the discharge of hazardous substances into Newtown Creek or its Dutch Kills tributary. The site has been subject to CERCLA response activities since approximately 2011. The U.S. EPA expects to issue a Record of Decision for the sitewide cleanup plan no sooner than 2028 and announced, in July 2021, that it would defer its decision on a potential early action response for the lower two miles of the Creek until the sitewide studies are completed. HHW Waste Disposal Page 151 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth The Company is one of approximately twenty (20) Potentially Responsible Parties ("PRPs") that have received notices, though it is believed other PRPs may exist. The Company vigorously contests the allegations of the Notice and currently does not believe that this matter will have a material effect on the Company's financial position or results from operations. On June 25 and 26, 2018, the DTSC conducted a compliance enforcement inspection of ESOL's facility in Rancho Cordova, California, which was then owned by Stericycle, Inc. On February 14, 2020, the DTSC filed an action in the Superior Court for the State of California, Sacramento Division, alleging violations of California's Hazardous Waste Control Law and the facility's hazardous waste permit arising from the inspection. On August 27, 2020 the DTSC issued a Notice of Denial of Hazardous Waste Facility Permit Application, denying the renewal of the facility's hazardous waste permit. The Company has exhausted its legal challenges to the denial of the Hazardous Waste facility permit, and the hazardous waste facility is in the process of closing. The Company continues to utilize the site for non -hazardous waste and is evaluating additional potential alternate uses for the site. The DTSC investigation and compliance issues leading to the compliance tier assignment were ongoing well before the Company's acquisition of the ESOL business, and the Company was aware of the investigation and many of the issues raised in the investigation at the time of the purchase. Accordingly, the Company is indemnified for certain fines and other costs and expenses associated with this matter by Stericycle, Inc. The Company has not accrued any amounts in respect of these alleged violations and cannot estimate the reasonably possible loss or the range of reasonably possible losses that it may incur. On March 22, 2022, the EPA issued a Notice of Intent to File an Administrative Complaint ("NOI") alleging violations of the federal Emergency Planning and Community Right -to - Know Act at the Company's facilities in Tacoma, WA and Kent, WA. The NOI relates exclusively or almost exclusively to the period when Stericycle owned and operated the sites. The NOI proposes a penalty of $3,000,000. The Company is currently reviewing the veracity of the allegations and the corresponding proposed penalty amount and has recorded a liability of $600,000 as its best estimate to resolve this matter. While it is the Company's position that it has recourse for some or all liabilities, if any, that arise from this matter under the ESOL purchase agreement and representations and warranties insurance policies purchased by the Company, there can be no assurances that the Company's position will ultimately prevail. HHW Waste Disposal Page 152 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth PRICING A printed copy of the City's pricing table follows this page. City of Fort Worth HHW Waste Disposal Page 153 03/28/2024 Primary Responses Success: All data is valid! Numeric Quantity Unit Price Total Cost Process Decision Required Code UOM Comments Household Hazardous Waste Success: All values provided Bid #1-1 RCRA Incineration Lab -Packs, 55-gallon drum Drum 1 $ 670.00 $ 670.00 INC14 DR55 Success: All values provided Bid #1-2 RCRA Incineration Loose -Packs (Flammable), 55- Drum 1 $ 215.00 $ 215.00 gallon drum AF07 DR55 Success: All values provided Bid #1-3 RCRA Incineration Loose -Packs (Flammable), Box 1 $ 575.00 $ 575.00 Cubic Yard Box AF07 CYB Success: All values provided Bid #14 RCRA Incineration (Pesticides/Herbicides) Drum 1 $ 295.00 $ 295.00 Liquids, 55-gallon drum INC14-F DR55 Success: All values provided Bid #1-5 RCRA Incineration (Pesticides/Herbicides) Box 1 $ 775.00 $ 775.00 Liquids, Cubic Yard Box INC14-F CYB Success: All values provided Bid #1-6 RCRA Incineration (Pesticides/Herbicides) Solids, Drum 1 $ 295.00 $ 295.00 55-gallon drum INC14-F DR55 Success: All values provided Bid #1-7 RCRA Incineration (Pesticides/Herbicides) Solids, Box 1 $ 775.00 $ 775.00 Cubic Yard Box INC14-F CYB Success: All values provided Bid #1-8 Fuel Blending Liquids, 55-gallon drum Drum 1 $ 71.00 $ 71.00 AF01 DR55 Success: All values provided Bid #1-9 Fuel Blending Liquids, 95-gallon drum Drum 1 $ 140.00 $ 140.00 AF01 DR85 Success: All values provided Bid #1-10 Fuel Blending Solids, 55-gallon drum Drum 1 $ 316.00 $ 316.00 AF09 DR55 Success: All values provided Bid #1-11 Fuel Blending Solids, Cubic Yard Box Box 1 $ 995.00 $ 995.00 AF09 CYB Success: All values provided Bid #1-12 RCRA Landfill, 55-gallon drum Drum 1 $ 275.00 $ 275.00 STAB02 DR55 Success: All values provided Bid #1-13 Class I Non -Hazardous Landfill, 55-gallon drum Drum 1 $ 195.00 $ 195.00 LF01 DR55 Success: All values provided Bid #1-14 Class I Non -Hazardous Landfill, Cubic Yard Box Box 1 $ 350.00 $ 350.00 LF01 CYB Success: All values provided Bid #1-15 Treatment Acids/Bases (Solids), 55-gallon drum Drum 1 $ 450.00 $ 450.00 STAB02-1 DR55 Success: All values provided Bid #1-16 Treatment Acids/Bases (Solids), 30-gallon drum Drum 1 $ 337.50 $ 337.50 STAB02-1 DR30 Treatment Acids/Bases (Bulk Liquid), 55-gallon Success: All values provided Bid #1-17 Drum 1 $ 430.00 $ 430.00 drum WAT01-1 DR55 Treatment Acids/Bases (Bulk Liquid), 30-gallon Success: All values provided Bid #1-18 Drum 1 $ 335.00 $ 335.00 drum WAT01-1 DR30 Success: All values provided Bid #1-19 Treatment for Oxidizers, 55-gallon drum Drum 1 $ 1,425.00 $ 1,425.00 STAB06-6 DR55 Success: All values provided Bid #1-20 Treatment for Oxidizers, 30-gallon drum Drum 1 $ 921.00 $ 921.00 STAB06-6 DR30 Success: All values provided Bid #1-21 Dangerous When Wet Classified Waste, 5-gallon Drum 1 $ 200.00 $ 200.00 drum INC15-W DR5 Success: All values provided Bid #1-22 Elemental Mercury (Recycling), Per Pound Pound 1 $ 22.00 $ 22.00 REC04-Hl LB Success: All values provided Bid #1-23 Mercury Debris, Per Pound Pound 1 $ 35.00 $ 35.00 REC14 LB *Price for bid only, container rates will be billed Success: All values provided Bid #1-24 Ammunition/Gunpowder/Explosives, 10-gallon Drum 1 $ 650.00 $ 650.00 drum INC15-D1 DR15 Success: All values provided Bid #1-25 Recyclable Batteries (NiMH and Ni-CAD), 55- Drum 1 $ 345.00 $ 345.00 gallon drum REC11 DR55 Success: All values provided Bid #1-26 Batteries for Disposal (non -recyclable) (Alkaline), Drum 1 $ 195.00 $ 195.00 Drum Fiber, 55-gallon drum LF01 DR55 Success: All values provided Bid #1-27 Compressed Flammable Gas Cylinders, Cylinder - Cylinder 1 $ 29.00 $ 29.00 Metal, 1# Cylinder REC61 Each Success: All values provided Bid #1-28 Compressed Flammable Gas Cylinders, Cylinder - Cylinder 1 $ 29.00 $ 29.00 Metal, 10# Cylinder REC61 Each Compressed Flammable Gas Cylinders, Cylinder - Success: All values provided Bid #1-29 Metal, 20# Cylinder Cylinder 1 $ 29.00 $ 29.00 Not Bidding No Bid #1-30 Compressed Pesticide Cylinders, Cylinder - Metal, Cylinder 1 10# Cylinder Not Bidding No Bid #1-31 Compressed Pesticide Cylinders, Cylinder - Metal, Cylinder 1 20# Cylinder Not Bidding No Bid #1-32 Compressed Pesticide Cylinders, Cylinder - Metal, Cylinder 1 30# Cylinder Success: All values provided Bid #1-33 RCRA Empty Drums, Drum Metal, 55-gallon drum Drum 1 $ 34.00 $ 34.00 Success: All values provided Bid #1-34 Latex Paint (bulk)(waste to energy/incineration), Drum 1 $ 259.00 $ 259.00 Drum Metal, 55-gallon drum Success: All values provided Bid #1-35 Latex Paint (bulk) (solidification), Drum Metal, 55- Drum 1 $ 140.00 $ 140.00 gallon drum Success: All values provided Bid #1-36 Recyclable Latex Paint (individual cans), Cubic Box 1 $ 425.00 $ 425.00 Yard Box Success: All values provided Bid #1-37 Non -Recyclable Paint (Incineration, 1-90% Solid), Drum 1 $ 295.00 $ 295.00 Drum Metal, 55-gallon drum REC61 Each INC03-710 Each Will be priced on a Case by Case basis INC03-71- Each Will be priced on a Case by Case basis INC03-71- Each Will be priced on a Case by Case basis REC27 DR55 AF12 DR55 STAB01 DR55 REC49 CYB AF06-1 DR55 Success: All values provided Bid #1-38 Non -Recyclable Paint (Incineration, 1-90% Solid), Box 1 $ 875.00 $ 875.00 Cubic Yard Box AF06-1 CYB Success: All values provided Bid #1-39 Aerosol Cans, Drum Fiber, 55-gallon drum Drum 1 $ 265.00 $ 265.00 AF08 DR55 Success: All values provided Bid #1-40 Aerosol Cans, Cubic Yard Box Box 1 $ 595.00 $ 595.00 AF08 CYB Success: All values provided Bid #141 Asbestos (Friable), Drum Fiber, 55-gallon drum Drum 1 $ 252.00 $ 252.00 LF11 DR55 Success: All values provided Bid #142 Picric Acid, Drum Fiber, 5-gallon pail Container 1 $ 200.00 $ 200.00 INC15 CBC DR5 Not Bidding No Bid #1-43 Cyanide, Drum Fiber, 55-gallon drum Drum 1 ONINC15 DR55 Will be priced on a Case by Case basis Batteries for Disposal (Lithium), Drum Fiber, 55- Success: All values provided Bid #1-44 Drum 1 $ 50.00 $ 50.00 gallon drum REC09 DR55 *Minimum Rate. Per LB applies Success: All values provided Bid #1-45 Methylene Chloride Hexane, Vials Flam, 55-gallon Drum 1 $ 670.00 $ 670.00 drum INC14-D DR55 Success: All values provided Bid #1-46 CFC Cylinder - Must have Working Valve, Cylinder Cylinder 1 $ 95.00 $ 95.00 Metal, 30# Cylinder REC38 Each Success: All values provided Bid #1-47 Inert Cylinder, Cylinder -Metal, Medium Cylinder 1 $ 85.00 $ 85.00 REC95 Each Cylinders - Flammables, Cylinder -Metal, 30# Success: All values provided Bid #1-48 Cylinder 1 $ 199.00 $ 199.00 Cylinder REC66-M Each Success: All values provided Bid #1-49 Cylinder Atmospheric NON RCRA Gas, Cylinder- Cylinder 1 $ 85.00 $ 85.00 Metal, Handheld — 5 pound REC65 Each Success: All values provided Bid #1-50 Cylinder Thinwall LP Gas RCRA Exempt, Cylinder Cylinder 1 $ 29.00 $ 29.00 Metal, Lecture REC61 Each Cylinders of Cal Gases-RCRA Exempt, Cylinder - Success: All values provided Bid #1-51 Cylinder 1 $ 85.00 $ 85.00 Metal, Lecture REC95 Each Not Bidding NO Bid #1-52 COD Vials, Drum Fiber, 55-gallon drum Drum 1 mrCBC DR55 Will be priced on a Case by Case basis Success: All values provided Bid #1-53 CHLORINE WATER, Drum Metal, 55-gallon drum Drum 1 $ 430.00 $ 430.00 WAT01-1 DR55 Success: All values provided Bid #1-54 FIRE FIGHTING FOAM, Drum Metal, 55-gallon Drum 1 $ 140.00 $ 140.00 drum STAB01 DR55 Success: All values provided Bid #1-55 Broken Lead Acid Batteries, Drum Fiber, 30- Drum 1 $ 10.00 $ 10.00 gallon drum REC05 Each *Minimum Rate. Per LB applies Success: All values provided Bid #1-56 Chlorine (Pool) liquid, Drum Fiber, 95-gallon drum Drum 1 $ 1,575.00 $ 1,575.00 INC14-E DR85 Success: All values provided Bid #1-57 Liquids for Incineration, Drum Fiber, 30-gallon Drum 1 $ 182.00 $ 182.00 drum INC09 DR30 Not Bidding No Bid #1-58 Labpack - Cyanides, Drum Fiber, 15-gallon drum Drum 1 - ACBC DR15 Will be priced on a Case by Case basis Portable Butane Lighters, Drum Metal, 55-gallon Success: All values provided Bid #1-59 Drum 1 $ 575.00 $ 575.00 drum INCO2 DR55 Success: All values provided Bid #1-60 Matches and Matchbooks (Flammable Solids), Drum 1 $ 995.00 $ 995.00 Drum Metal, 55-gallon drum INC15-D1 DR55 Success: All values provided Bid #1-61 Isocyanate lab pack, Drum Fiber, 55-gallon drum Drum 1 $ 1,034.00 $ 1,034.00 INC14-1 DR55 Success: All values provided Bid #1-62 Liquids for Incineration, Drum Fiber, 55-gallon Drum 1 $ 242.00 $ 242.00 drum INC09 DR55 Organic Acids for Fuels, Drum Fiber, 30-gallon Success: All values provided Bid #1-63 Drum 1 $ 372.00 $ 372.00 drum INC14-A DR30 Success: All values provided Bid #1-64 Non Halogenated Sludge/Solids for Fuel, Drum Drum 1 $ 189.00 $ 189.00 Fiber, 55-gallon drum AF04 DR55 Success: All values provided Bid #1-65 Empty Drums, Drum, 85-gallon drum Drum 1 $ 40.00 $ 40.00 REC27 DR85 Success: All values provided Bid #1-66 Refrigerant (R12, R134, etc), Cylinder — Metal , 30 Cylinder 1 $ 95.00 $ 95.00 pound REC38 Each Not Bidding No Bid #1-67 RCRA Halogonated Solids for Recycle, Drum Drum 1 Fiber, 55-gallon drum INCBC DR55 Will be priced on a Case by Case basis Success: All values provided Bid #1-68 Empty 2.5 gallon carboy, Drum Fiber, 2.5-gallon Drum 1 $ 19.00 $ 19.00 drum REC27 DR5 $ 21,910.50 City Generated Waste Success: All values provided Bid #2-1 Used oil, single packaging, 5 (gallon) Container 1 $ 63.00 $ 63.00 REC07 DR5 Success: All values provided Bid #2-2 Used oil, single packaging, 14-15 gallon Container 1 $ 73.00 $ 73.00 REC07 DR15 Success: All values provided Bid #2-3 Used oil, single packaging, 20 gallon Container 1 $ 88.00 $ 88.00 REC07 DR30 Success: All values provided Bid #2-4 Used oil, single packaging, 30 gallon Container 1 $ 88.00 $ 88.00 REC07 DR30 Success: All values provided Bid #2-5 Used oil, single packaging, 55 gallon Container 1 $ 112.00 $ 112.00 REC07 DR55 Success: All values provided Bid #2-6 Used oil, single packaging, 85(gallon) Container 1 $ 165.00 $ 165.00 REC07 DR85 Success: All values provided Bid #2-7 Used oil, single packaging, Tote Container 1 $ 338.00 $ 338.00 REC07 TP275 Success: All values provided Bid #2-8 Used oil, single packaging, Tote or Pallet (per lb) Pound 1 $ 0.25 $ 0.25 REC07 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-9 Used Antifreeze, 5 (gallon) Container 1 $ 109.00 $ 109.00 REC08 DR5 Success: All values provided Bid #2-10 Used Antifreeze, 14-15 gallon Container 1 $ 121.00 $ 121.00 REC08 DR15 Success: All values provided Bid #2-11 Used Antifreeze, 20 gallon Container 1 $ 138.00 $ 138.00 REC08 DR30 Success: All values provided Bid #2-12 Used Antifreeze, 30 gallon Container 1 $ 138.00 $ 138.00 REC08 DR30 Success: All values provided Bid #2-13 Used Antifreeze, 55 gallon Container 1 $ 168.00 $ 168.00 REC08 DR55 Success: All values provided Bid #2-14 Used Antifreeze, 85(gallon) Container 1 $ 255.00 $ 255.00 REC08 DR85 Not Bidding NO Bid #2-15 Used Antifreeze, Cubic Yard Box Box 1 - REC08 CYB Container Size Not Applicable Success: All values provided Bid #2-16 Used Antifreeze, Box or Pallet (per lb) Pound 1 $ 0.37 $ 0.37 REC08 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-17 Waste Gasoline, 5 (gallon) Container 1 $ 40.00 $ 40.00 AF01 DR5 Success: All values provided Bid #2-18 Waste Gasoline, 14-15 gallon Container 1 $ 46.50 $ 46.50 AF01 DR15 Success: All values provided Bid #2-19 Waste Gasoline, 20 gallon Container 1 $ 69.75 $ 69.75 AF01 DR30 Success: All values provided Bid #2-20 Waste Gasoline, 30 gallon Container 1 $ 69.75 $ 69.75 AF01 DR30 Success: All values provided Bid #2-21 Waste Gasoline, 55 gallon Container 1 $ 71.00 $ 71.00 AF01 DR55 Success: All values provided Bid #2-22 Waste Gasoline, 85(gallon) Container 1 $ 140.00 $ 140.00 AF01 DR85 Not Bidding No Bid #2-23 Waste Gasoline, Cubic Yard Box Success: All values provided Bid #2-24 Waste Gasoline, Box or Pallet (per lb) Box 1 I-AF01 CYB Container Size Not Applicable Pound 1 $ 0.21 $ 0.21 AF01 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-25 Waste Gasoline with water, 5 (gallon) Container 1 $ 85.00 $ 85.00 INC09 DR5 Success: All values provided Bid #2-25 Waste Gasoline with water, 14-15 gallon Container 1 $ 121.00 $ 121.00 INC09 DR15 Success: All values provided Bid #2-27 Waste Gasoline with water, 20 gallon Container 1 $ 182.00 $ 182.00 INC09 DR30 Success: All values provided Bid #2-28 Waste Gasoline with water, 30 gallon Container 1 $ 182.00 $ 182.00 INC09 DR30 Success: All values provided Bid #2-29 Waste Gasoline with water, 55 gallon Container 1 $ 242.00 $ 242.00 INC09 DR55 Success: All values provided Bid #2-30 Waste Gasoline with water, 85(gallon) Container 1 $ 350.00 $ 350.00 INC09 DR85 Not Bidding No Bid #2-31 Waste Gasoline with water, Cubic Yard Box Box 1 4_ INC09 CYB Container Size Not Applicable Success: All values provided Bid #2-32 Waste Gasoline with water, Box or Pallet (per lb) Pound 1 $ 0.54 $ 0.54 INC09 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-33 Waste Diesel, 5 (gallon) Container 1 $ 40.00 $ 40.00 AF01 DR5 Success: All values provided Bid #2-34 Waste Diesel, 14-15 gallon Container 1 $ 46.50 $ 46.50 AF01 DR15 Success: All values provided Bid #2-35 Waste Diesel, 20 gallon Container 1 $ 69.75 $ 69.75 AF01 DR30 Success: All values provided Bid #2-36 Waste Diesel, 30 gallon Container 1 $ 69.75 $ 69.75 AF01 DR30 Success: All values provided Bid #2-37 Waste Diesel, 55 gallon Container 1 $ 71.00 $ 71.00 AF01 DR55 Success: All values provided Bid #2-38 Waste Diesel, 85(gallon) Container 1 $ 140.00 $ 140.00 AF01 DR85 Not Bidding NO Bid #2-39 Waste Diesel, Cubic Yard Box Box 1 AF01 CYB Container Size Not Applicable Success: All values provided Bid #2-40 Waste Diesel, Box or Pallet (per lb) Pound 1 $ 0.21 $ 0.21 AF01 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-41 Waste Diesel with water, 5 (gallon) Container 1 $ 85.00 $ 85.00 INC09 DR5 Success: All values provided Bid #2-42 Waste Diesel with water, 14-15 gallon Container 1 $ 121.00 $ 121.00 INC09 DR15 Success: All values provided Bid #2-43 Waste Diesel with water, 20 gallon Container 1 $ 182.00 $ 182.00 INC09 DR30 Success: All values provided Bid #2-44 Waste Diesel with water, 30 gallon Container 1 $ 182.00 $ 182.00 INC09 DR30 Success: All values provided Bid #2-45 Waste Diesel with water, 55 gallon Container 1 $ 242.00 $ 242.00 INC09 DR55 Success: All values provided Bid #2-46 Waste Diesel with water, 85(gallon) Container 1 $ 350.00 $ 350.00 INC09 DR85 Not Bidding NO Bid #2-47 Waste Diesel with water, Cubic Yard Box Box 1 AEML INC09 CYB Container Size Not Applicable Success: All values provided Bid #2-48 Waste Diesel with water, Box or Pallet (per lb) Pound 1 $ 0.54 $ 0.54 INC09 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-49 Waste Diesel I Gasoline Mix, 5 (gallon) Container 1 $ 40.00 $ 40.00 AF01 DR5 Success: All values provided Bid #2-50 Waste Diesel I Gasoline Mix, 14-15 gallon Container 1 $ 46.50 $ 46.50 AF01 DR15 Success: All values provided Bid #2-51 Waste Diesel / Gasoline Mix, 20 gallon Container 1 $ 69.75 $ 69.75 AF01 DR30 Success: All values provided Bid #2-52 Waste Diesel / Gasoline Mix, 30 gallon Container 1 $ 69.75 $ 69.75 AF01 DR30 Success: All values provided Bid #2-53 Waste Diesel / Gasoline Mix, 55 gallon Container 1 $ 71.00 $ 71.00 AF01 DR55 Success: All values provided Bid #2-54 Waste Diesel I Gasoline Mix, 85(gallon) Container 1 $ 140.00 $ 140.00 AF01 DR85 Not Bidding NO Bid #2-55 Waste Diesel I Gasoline Mix, Cubic Yard Box Box 1 on AF01 CYB Container Size Not Applicable Success: All values provided Bid #2-56 Waste Diesel / Gasoline Mix, Box or Pallet (per lb) Pound 1 $ 0.21 $ 0.21 AF01 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-57 Used oil/fuel filters, 5 (gallon) Container 1 $ 114.00 $ 114.00 REC10 DR5 Success: All values provided Bid #2-58 Used oil/fuel filters, 14-15 gallon Container 1 $ 137.00 $ 137.00 REC10 DR15 Success: All values provided Bid #2-59 Used oil/fuel filters, 20 gallon Container 1 $ 172.00 $ 172.00 REC10 DR30 Success: All values provided Bid #2-60 Used oil/fuel filters, 30 gallon Container 1 $ 172.00 $ 172.00 REC10 DR30 Success: All values provided Bid #2-61 Used oil/fuel filters, 55 gallon Container 1 $ 245.00 $ 245.00 REC10 DR55 Success: All values provided Bid #2-62 Used oil/fuel filters, 85(gallon) Container 1 $ 375.00 $ 375.00 REC10 DR85 Success: All values provided Bid #2-63 Used oil/fuel filters, Cubic Yard Box Box 1 $ 528.00 $ 528.00 REC10 CYB Success: All values provided Bid #2-64 Used oil/fuel filters, Box or Pallet (per lb) Pound 1 $ 0.75 $ 0.75 REC10 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-65 Gasoline Fuel Filters, 5 (gallon) Container 1 $ 114.00 $ 114.00 REC10 DR5 Success: All values provided Bid #2-66 Gasoline Fuel Filters, 14-15 gallon Container 1 $ 137.00 $ 137.00 REC10 DR15 Success: All values provided Bid #2-67 Gasoline Fuel Filters, 20 gallon Container 1 $ 172.00 $ 172.00 REC10 DR30 Success: All values provided Bid #2-68 Gasoline Fuel Filters, 30 gallon Container 1 $ 172.00 $ 172.00 REC10 DR30 Success: All values provided Bid #2-69 Gasoline Fuel Filters, 55 gallon Container 1 $ 245.00 $ 245.00 REC10 DR55 Success: All values provided Bid #2-70 Gasoline Fuel Filters, 85(gallon) Container 1 $ 375.00 $ 375.00 REC10 DR85 Success: All values provided Bid #2-71 Gasoline Fuel Filters, Cubic Yard Box Box 1 $ 528.00 $ 528.00 REC10 CYB Success: All values provided Bid #2-72 Gasoline Fuel Filters, Box or Pallet (per lb) Pound 1 $ 0.75 $ 0.75 REC10 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-73 Aerosols, 5 (gallon) Container 1 $ 92.75 $ 92.75 AF08 DR5 Success: All values provided Bid #2-74 Aerosols, 14-15 gallon Container 1 $ 132.50 $ 132.50 AF08 DR15 Success: All values provided Bid #2-75 Aerosols, 20 gallon Container 1 $ 198.75 $ 198.75 AF08 DR30 Success: All values provided Bid #2-76 Aerosols, 30 gallon Container 1 $ 198.75 $ 198.75 AF08 DR30 Success: All values provided Bid #2-77 Aerosols, 55 gallon Container 1 $ 265.00 $ 265.00 AF08 DR55 Success: All values provided Bid #2-78 Aerosols, 85(gallon) Container 1 $ 395.00 $ 395.00 AF08 DR85 Success: All values provided Bid #2-79 Aerosols, Cubic Yard Box Box 1 $ 595.00 $ 595.00 AF08 CYB Success: All values provided Bid #2-80 Aerosols, Box or Pallet (per lb) Pound 1 $ 1.77 $ 1.77 AF08 LB *Price for bid only, container rates will be billed Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-81 combination packaging (Universal waste), 5 Container 1 $ 59.50 $ 59.50 (gallon) REC49 DR5 Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-82 combination packaging (Universal waste), 14-15 Container 1 $ 85.00 $ 85.00 gallon REC49 DR15 Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-53 combination packaging (Universal waste), 20 Container 1 $ 127.50 $ 127.50 gallon REC49 DR30 Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-84 combination packaging (Universal waste), 30 Container 1 $ 127.50 $ 127.50 gallon REC49 DR30 Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-85 combination packaging (Universal waste), 55 Container 1 $ 170.00 $ 170.00 gallon REC49 DR55 Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-86 combination packaging (Universal waste), Container 1 $ 250.00 $ 250.00 85(gallon) REC49 DR85 Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-87 combination packaging (Universal waste), Cubic Box 1 $ 425.00 $ 425.00 Yard Box REC49 CYB Latex -based paint (non-RCRA)in cans, Success: All values provided Bid #2-58 combination packaging (Universal waste), Box or Pound 1 $ 0.97 $ 0.97 Pallet (per lb) REC49 LB *Price for bid only, container rates will be billed Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-89 combination packaging (Universal Waste), 5 Container 1 $ 59.50 $ 59.50 (gallon) REC49 DR5 Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-90 combination packaging (Universal Waste), 14-15 Container 1 $ 85.00 $ 85.00 gallon REC49 DR15 Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-91 combination packaging (Universal Waste), 20 Container 1 $ 127.50 $ 127.50 gallon REC49 DR30 Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-92 combination packaging (Universal Waste), 30 Container 1 $ 127.50 $ 127.50 gallon REC49 DR30 Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-93 combination packaging (Universal Waste), 55 Container 1 $ 170.00 $ 170.00 gallon REC49 DR55 Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-94 combination packaging (Universal Waste), Container 1 $ 250.00 $ 250.00 85(gallon) REC49 DR85 Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-95 combination packaging (Universal Waste), Cubic Box 1 $ 425.00 $ 425.00 Yard Box REC49 CYB Latex -based paint (non- RCRA) in cans, Success: All values provided Bid #2-95 combination packaging (Universal Waste), Box or Pound 1 $ 0.97 $ 0.97 Pallet (per lb) REC49 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-97 Oil -based paint (RCRA) single packaging Container 1 $ 42.00 $ 42.00 (universal waste), 5 (gallon) AF02 DR5 Success: All values provided Bid #2-98 Oil -based paint (RCRA) single packaging Container 1 $ 60.00 $ 60.00 (universal waste), 14-15 gallon AF02 DR15 Success: All values provided Bid #2-99 Oil -based paint (RCRA) single packaging Container 1 $ 90.00 $ 90.00 (universal waste), 20 gallon AF02 DR30 Success: All values provided Bid #2-100 Oil -based paint (RCRA) single packaging Container 1 $ 90.00 $ 90.00 (universal waste), 30 gallon AF02 DR30 Success: All values provided Bid #2-101 Oil -based paint (RCRA) single packaging Container 1 $ 96.00 $ 96.00 (universal waste), 55 gallon AF02 DR55 Success: All values provided Bid #2-102 Oil -based paint (RCRA) single packaging Container 1 $ 180.00 $ 180.00 (universal waste), 85(gallon) AF02 DR85 Success: All values provided Bid #2-103 Oil -based paint (RCRA) single packaging(universal Container 1 $ 42.00 $ 42.00 waste), Tote AF02 DR5 Success: All values provided Bid #2-104 Oil -based paint (RCRA) single packaging Pound 1 $ 0.27 $ 0.27 (universal waste), Tote or Pallet (per lb) AF02 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-105 Oil -based paint (RCRA) in cans, combination Container 1 $ 57.75 $ 57.75 packaging (universal waste), 5 (gallon) AF06 DR5 Success: All values provided Bid #2-106 Oil -based paint (RCRA) in cans, combination Container 1 $ 82.50 $ 82.50 packaging (universal waste), 14-15 gallon AF06 DR15 Success: All values provided Bid #2-107 Oil -based paint (RCRA) in cans, combination Container 1 $ 123.75 $ 123.75 packaging (universal waste), 20 gallon AF06 DR30 Success: All values provided Bid #2-108 Oil -based paint (RCRA) in cans, combination Container 1 $ 123.75 $ 123.75 packaging (universal waste), 30 gallon AF06 DR30 Success: All values provided Bid #2-109 Oil -based paint (RCRA) in cans, combination Container 1 $ 165.00 $ 165.00 packaging (universal waste), 55 gallon AF06 DR55 Success: All values provided Bid #2-110 Oil -based paint (RCRA) in cans, combination Container 1 $ 245.00 $ 245.00 packaging (universal waste), 85(gallOn) AF06 DR85 Success: All values provided Bid #2-111 Oil -based paint (RCRA) in cans, combination Box 1 $ 495.00 $ 495.00 packaging (universal waste), Cubic Yard Box AF06 CYB Success: All values provided Bid #2-112 Oil -based paint (RCRA) in cans, combination Pound 1 $ 0.94 $ 0.94 packaging (universal waste), Box or Pallet (per lb) AF06 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-113 Paint Related Wastes (universal waste), 5 (gallon) Container 1 $ 103.25 $ 103.25 AF06-1 DR5 Success: All values provided Bid #2-114 Paint Related Wastes (universal waste), 14-15 Container 1 $ 147.50 $ 147.50 gallon AF06-1 DR15 Success: All values provided Bid #2-115 Paint Related Wastes (universal waste), 20 gallon Container 1 $ 221.25 $ 221.25 AF06-1 DR30 Success: All values provided Bid #2-116 Paint Related Wastes (universal waste), 30 gallon Container 1 $ 221.25 $ 221.25 AF06-1 DR30 Success: All values provided Bid #2-117 Paint Related Wastes (universal waste), 55 gallon Container 1 $ 295.00 $ 295.00 AF06-1 DR55 Success: All values provided Bid #2-118 Paint Related Wastes (universal waste), 85(gallon) Container 1 $ 440.00 $ 440.00 AF06-1 DR85 Paint Related Wastes (universal waste), Cubic Success: All values provided Bid #2-119 Box 1 $ 875.00 $ 875.00 Yard Box AF06-1 CYB Paint Related Wastes (universal waste), Box or Success: All values provided Bid #2-120 Pound 1 $ 1.64 $ 1.64 Pallet (per lb) AF06-1 LB *Price for bid only, container rates will be billed Paint Related Waste Solids (universal waste), 5 Success: All values provided Bid #2-121 Container 1 $ 103.25 $ 103.25 (gallon) AF06-1 DR5 Paint Related Waste Solids (universal waste), 14- Success: All values provided Bid #2-122 Container 1 $ 147.50 $ 147.50 15 gallon AF06-1 DR15 Paint Related Waste Solids (universal waste), 20 Success: All values provided Bid #2-123 Container 1 $ 221.25 $ 221.25 gallon AF06-1 DR30 Paint Related Waste Solids (universal waste), 30 Success: All values provided Bid #2-124 Container 1 $ 221.25 $ 221.25 gallon AF06-1 DR30 Paint Related Waste Solids (universal waste), 55 Success: All values provided Bid #2-125 Container 1 $ 295.00 $ 295.00 gallon AF06-1 DR55 Paint Related Waste Solids (universal waste), Success: All values provided Bid #2-126 Container 1 $ 440.00 $ 440.00 85(gallon) AF06-1 DR85 Paint Related Waste Solids (universal waste), Success: All values provided Bid #2-127 Box 1 $ 875.00 $ 875.00 Cubic Yard Box AF06-1 CYB Paint Related Waste Solids (universal waste), Box Success: All values provided Bid #2-128 Pound 1 $ 1.64 $ 1.64 or Pallet (per lb) AF06-1 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-129 Non-RCRA, solid, single packaging, 5 (gallon) Container 1 $ 68.25 $ 68.25 LF01 DR5 Success: All values provided Bid #2-130 Non-RCRA, solid, single packaging, 14-15 gallon Container 1 $ 97.50 $ 97.50 LF01 DR15 Success: All values provided Bid #2-131 Non-RCRA, solid, single packaging, 20 gallon Container 1 $ 146.25 $ 146.25 LF01 DR30 Success: All values provided Bid #2-132 Non-RCRA, solid, single packaging, 30 gallon Container 1 $ 146.25 $ 146.25 LF01 DR30 Success: All values provided Bid #2-133 Non-RCRA, solid, single packaging, 55 gallon Container 1 $ 195.00 $ 195.00 LF01 DR55 Success: All values provided Bid #2-134 Non-RCRA, solid, single packaging, 85(gallon) Container 1 $ 275.00 $ 275.00 LF01 DR85 Non-RCRA, solid, singlleX packaging, Cubic Yard Success: All values provided Bid #2-135 Box 1 $ 350.00 $ 350.00 o LF01 CYB Non-RCRA, solid, single packaging, Box or Pallet Success: All values provided Bid #2-136 Pound 1 $ 0.46 $ 0.46 (per lb) LF01 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-137 Non-RCRA, Liquid, Single packaging, 5 (gallon) Container 1 $ 46.00 $ 46.00 STAB01 DR5 Non-RCRA, Liquid, Single packaging, 14-15 Success: All values provided Bid #2-138 Container 1 $ 65.00 $ 65.00 gallon STA1301 DR15 Success: All values provided Bid #2-139 Non-RCRA, Liquid, Single packaging, 20 gallon Container 1 $ 98.00 $ 98.00 STA1301 DR30 Success: All values provided Bid #2-140 Non-RCRA, Liquid, Single packaging, 30 gallon Container 1 $ 98.00 $ 98.00 STA1301 DR30 Success: All values provided Bid #2-141 Non-RCRA, Liquid, Single packaging, 55 gallon Container 1 $ 140.00 $ 140.00 STA1301 DR55 Success: All values provided Bid #2-142 Non-RCRA, Liquid, Single packaging, 85(gallon) Container 1 $ 225.00 $ 225.00 STA1301 DR85 Non-RCRA, Liquid, Single packaging, Cubic Yard Success: All values provided Bid #2-143 Box 1 $ 640.00 $ 640.00 Box STAB01 CYB Non-RCRA, Liquid, Single packaging, Box or Success: All values provided Bid #2-144 Pound 1 $ 0.32 $ 0.32 Pallet (per lb) STA1301 LB *Price for bid only, container rates will be billed RCRA liquids, combination packaging, Success: All values provided Bid #2-145 Container 1 $ 59.00 $ 59.00 incineration, 5 (gallon) LF06 DR5 Success: All values provided Bid #2-146 RCRA liquids, combination packaging,Container 1 $ 77.00 $ 77.00 incineration, 14-15 gallon LF06 DR15 Success: All values provided Bid #2-147 RCRA liquids, combination packaging,Container 1 $ 131.00 $ 131.00 incineration, 20 gallon LF06 DR30 Success: All values provided Bid #2-148 RCRA liquids, combination packaging,Container 1 $ 131.00 $ 131.00 incineration, 30 gallon LF06 DR30 Success: All values provided Bid #2-149 RCRA liquids, combination packaging, Container 1 $ 182.00 $ 182.00 incineration, 55 gallon LF06 DR55 Success: All values provided Bid #2-150 RCRA liquids, combination packaging, Container 1 $ 250.00 $ 250.00 incineration, 85(gallon) LF06 DR85 Success: All values provided Bid #2-151 RCRA liquids, combination packaging, Box 1 $ 350.00 $ 350.00 incineration, Cubic Yard Box LF06 CYB Success: All values provided Bid #2-152 RCRA liquids, combination packaging, Pound 1 $ 1.04 $ 1.04 incineration, Box or Pallet (per lb) LF06 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-153 RCRA Liquids for stabilization and landfill, 5 Container 1 $ 96.00 $ 96.00 (gallon) STAB02 DR5 Success: All values provided Bid #2-154 RCRA Liquids for stabilization and landfill, 14-15 Container 1 $ 138.00 $ 138.00 gallon STAB02 DR15 Success: All values provided Bid #2-155 RCRA Liquids for stabilization and landfill, 20 Container 1 $ 207.00 $ 207.00 gallon STAB02 DR30 RCRA Liquids for stabilization and landfill, 30 Success: All values provided Bid #2-156 Container 1 $ 207.00 $ 207.00 gallon STAB02 DR30 RCRA Liquids for stabilization and landfill, 55 Success: All values provided Bid #2-157 Container 1 $ 275.00 $ 275.00 gallon STAB02 DR55 RCRA Liquids for stabilization and landfill, Success: All values provided Bid #2-158 Container 1 $ 395.00 $ 395.00 85(gallon) STAB02 DR85 RCRA Liquids for stabilization and landfill, Cubic Success: All values provided Bid #2-159 Box 1 $ 1,100.00 $ 1,100.00 Yard Box STAB02 CYB RCRA Liquids for stabilization and landfill, Box or Success: All values provided Bid #2-160 Pound 1 $ 0.65 $ 0.65 Pallet (per lb) STAB02 LB *Price for bid only, container rates will be billed RCRA Liquids for treatment and disposal, 5 Success: All values provided Bid #2-161 Container 1 $ 74.00 $ 74.00 (gallon) WAT05 DR5 RCRA Liquids for treatment and disposal, 14-15 Success: All values provided Bid #2-162 Container 1 $ 92.00 $ 92.00 gallon WAT05 DR15 RCRA Liquids for treatment and disposal, 20 Success: All values provided Bid #2-163 Container 1 $ 121.00 $ 121.00 gallon WAT05 DR30 RCRA Liquids for treatment and disposal, 30 Success: All values provided Bid #2-164 Container 1 $ 121.00 $ 121.00 gallon WAT05 DR30 RCRA Liquids for treatment and disposal, 55 Success: All values provided Bid #2-165 Container 1 $ 188.00 $ 188.00 gallon WAT05 DR55 RCRA Liquids for treatment and disposal, Success: All values provided Bid #2-166 Container 1 $ 280.00 $ 280.00 85(gallon) WAT05 DR85 RCRA Liquids for treatment and disposal, Cubic Success: All values provided Bid #2-167 Box 1 $ 752.00 $ 752.00 Yard Box WAT05 CYB RCRA Liquids for treatment and disposal, Box or Success: All values provided Bid #2-168 Pound 1 $ 0.42 $ 0.42 Pallet (per lb) WAT05 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-169 RCRA oxidizer liquid, single packaging, 5 (gallon) Container 1 $ 260.00 $ 260.00 INC11 DR5 RCRA oxidizer liquid, single packaging, 14-15 Success: All values provided Bid #2-170 Container 1 $ 350.00 $ 350.00 gallon INC11 DR15 Success: All values provided Bid #2-171 RCRA oxidizer liquid, single packaging, 20 gallon Container 1 $ 760.00 $ 760.00 INC11 DR30 Success: All values provided Bid #2-172 RCRA oxidizer liquid, single packaging, 30 gallon Container 1 $ 760.00 $ 760.00 INC11 DR30 Success: All values provided Bid #2-173 RCRA oxidizer liquid, single packaging, 55 gallon Container 1 $ 1,265.00 $ 1,265.00 INC11 DR55 RCRA oxidizer liquid, single packaging,85(gallon) Success: All values provided Bid #2-174 Container 1 $ 1,875.00 $ 1,875.00 INC11 DR85 RCRA oxidizer liquid, single packaging, Poly Tote Success: All values provided Bid #2-175 Box 1 $ 1,265.00 $ 1,265.00 or 55-g drum INC11 DR55 Success: All values provided Bid #2-176 RCRA empty drums, 5 (gallon) Container 1 $ 19.00 $ 19.00 REC27 DR5 Success: All values provided Bid #2-177 RCRA empty drums, 14-15 gallon Container 1 $ 21.00 $ 21.00 REC27 DR15 Success: All values provided Bid #2-178 RCRA empty drums, 20 gallon Container 1 $ 26.00 $ 26.00 REC27 DR30 Success: All values provided Bid #2-179 RCRA empty drums, 30 gallon Container 1 $ 26.00 $ 26.00 REC27 DR30 Success: All values provided Bid #2-180 RCRA empty drums, 55 gallon Container 1 $ 34.00 $ 34.00 REC27 DR55 Success: All values provided Bid #2-181 RCRA empty drums, 85(gallon) Box 1 $ 40.00 $ 40.00 REC27 DR85 Not Bidding No Bid #2-182 RCRA empty drums, Cubic Yard Box Pound 1 REC27 CYB Container Size Not Applicable Success: All values provided Bid #2-183 RCRA empty drums, Box or Pallet (per lb) Container 1 $ 1.00 $ 1.00 REC27 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-184 RCRA Lab Packs (Corrosive), 5 (gallon) Container 1 $ 85.75 $ 85.75 WAT16-A DR5 Success: All values provided Bid #2-185 RCRA Lab Packs (Corrosive), 14-15 gallon Container 1 $ 122.50 $ 122.50 WAT16-A DR15 Success: All values provided Bid #2-186 RCRA Lab Packs (Corrosive), 20 gallon Container 1 $ 183.75 $ 183.75 WAT16-A DR30 Success: All values provided Bid #2-187 RCRA Lab Packs (Corrosive), 30 gallon Container 1 $ 183.75 $ 183.75 WAT16-A DR30 Success: All values provided Bid #2-188 RCRA Lab Packs (Corrosive), 55 gallon Container 1 $ 245.00 $ 245.00 WAT16-A DR55 Success: All values provided Bid #2-189 RCRA Lab Packs (Corrosive), 85(gallon) Box 1 $ 365.00 $ 365.00 WAT16-A DR85 Success: All values provided Bid #2-190 RCRA Lab Packs (Corrosive), Cubic Yard Box Pound 1 $ 975.00 $ 975.00 WAT16-A CYB Not Bidding No Bid #2-191 RCRA Lab Packs (Corrosive), Box or Pallet (per Container 1 3WAT16-A LB Container Size Not Applicable Success: All values provided Bid #2-192 RCRA Lab Packs (Reactive), 5 (gallon) Container 1 $ 200.00 $ 200.00 INC15 DR5 Success: All values provided Bid #2-193 RCRA Lab Packs (Reactive), 14-15 gallon Container 1 $ 650.00 $ 650.00 INC15 DR15 Success: All values provided Bid #2-194 RCRA Lab Packs (Reactive), 20 gallon Container 1 $ 875.00 $ 875.00 INC15 DR30 Success: All values provided Bid #2-195 RCRA Lab Packs (Reactive), 30 gallon Container 1 $ 875.00 $ 875.00 INC15 DR30 Success: All values provided Bid #2-196 RCRA Lab Packs (Reactive), 55 gallon Container 1 $ 995.00 $ 995.00 INC15 DR55 Not Bidding No Bid #2-197 RCRA Lab Packs (Reactive), 85(gallon) Box 1 - 4 INC15 DR85 Container Size Not Applicable Not Bidding NO Bid #2-198 RCRA Lab Packs (Reactive), Cubic Yard Box Pound 1 - INC15 CYB Container Size Not Applicable Success: All values provided Bid #2-199 RCRA Lab Packs (Reactive), Box or Pallet (per lb) Container 1 $ 7.00 $ 7.00 INC15 LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-200 RCRA Lab Packs (Poisons), 5 (gallon) Container 1 $ 122.50 $ 122.50 INC14-P DR5 Success: All values provided Bid #2-201 RCRA Lab Packs (Poisons), 14-15 gallon Container 1 $ 175.00 $ 175.00 INC14-P DR15 Success: All values provided Bid #2-202 RCRA Lab Packs (Poisons), 20 gallon Container 1 $ 262.50 $ 262.50 INC14-P DR30 Success: All values provided Bid #2-203 RCRA Lab Packs (Poisons), 30 gallon Container 1 $ 262.50 $ 262.50 INC14-P DR30 Success: All values provided Bid #2-204 RCRA Lab Packs (Poisons), 55 gallon Container 1 $ 350.00 $ 350.00 INC14-P DR55 Success: All values provided Bid #2-205 RCRA Lab Packs (Poisons), 85(gallon) Box 1 $ 525.00 $ 525.00 INC14-P DR85 Success: All values provided Bid #2-206 RCRA Lab Packs (Poisons), Cubic Yard Box Pound 1 $ 775.00 $ 775.00 INC14-P CYB Success: All values provided Bid #2-207 RCRA Lab Packs (Poisons), Box or Pallet (per lb) Container 1 $ 2.00 $ 2.00 INC14-P LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-208 RCRA Lab Packs (Oxidizer), 5 (gallon) Container 1 $ 225.00 $ 225.00 INC14-E DR5 Success: All values provided Bid #2-209 RCRA Lab Packs (Oxidizer), 14-15 gallon Container 1 $ 475.00 $ 475.00 INC14-E DR15 Success: All values provided Bid #2-210 RCRA Lab Packs (Oxidizer), 20 gallon Container 1 $ 646.00 $ 646.00 INC14-E DR30 Success: All values provided Bid #2-211 RCRA Lab Packs (Oxidizer), 30 gallon Container 1 $ 646.00 $ 646.00 INC14-E DR30 Success: All values provided Bid #2-212 RCRA Lab Packs (Oxidizer), 55 gallon Container 1 $ 1,050.00 $ 1,050.00 INC14-E DR55 Success: All values provided Bid #2-213 RCRA Lab Packs (Oxidizer), 85(gallon) Box 1 $ 1,575.00 $ 1,575.00 INC14-E DR85 Not Bidding No Bid #2-214 RCRA Lab Packs (Oxidizer), Cubic Yard Box Pound 1 Success: All values provided Bid #2-215 RCRA Lab Packs (Oxidizer), Box or Pallet (per lb) Container 1 $ 6.00 $ 6.00 INC14-E CYB Container Size Not Applicable INC14-E LB *Price for bid only, container rates will be billed Success: All values provided Bid #2-216 Mercury spill clean-up debris, 5 (gallon) Container 1 $ 850.00 $ 850.00 REC14 DR5 Success: All values provided Bid #2-217 Mercury spill clean-up debris, 14-15 gallon Container 1 $ 3,148.00 $ 3,148.00 REC14 DR15 Not Bidding No Bid #2-218 Mercury spill clean-up debris, 20 gallon Container 1 Not Bidding No Bid #2-219 Mercury spill clean-up debris, 30 gallon Container 1 Not Bidding No Bid #2-220 Mercury spill clean-up debris, 55 gallon Container 1 REC14 DR30 Will be priced on a Case by Case basis REC14 DR30 Will be priced on a Case by Case basis REC14 DR55 Will be priced on a Case by Case basis Not Bidding No Bid #2-221 Mercury spill clean-up debris, 85(gallon) Box 1 Not Bidding No Bid #2-222 Mercury spill clean-up debris, Cubic Yard Box Pound 1 REC14 DR85 Container Size Not Applicable REC14 CYB Container Size Not Applicable Success: All values provided Bid #2-223 Mercury spill clean-up debris, Box or Pallet (per Container 1 $ 35.00 $ 35.00 REC14 LB *Price for bid only, container rates will be billed Mercury contained in manufactured articles Success: All values provided Bid #2-224 (thermometers, switches,etc.) (universal wastes), Container 1 $ 850.00 $ 850.00 5 (gallon) REC14 DR5 Mercury contained in manufactured articles Success: All values provided Bid #2-225 (thermometers, switches,etc.) (universal wastes), Container 1 $ 3,148.00 $ 3,148.00 14-15 gallon REC14 DR15 Mercury contained in manufactured articles Not Bidding No Bid #2-226 (thermometers, switches,etc.) (universal wastes), Container 1 20 gallon Mercury contained in manufactured articles Not Bidding No Bid #2-227 (thermometers, switches,etc.) (universal wastes), Container 1 30 gallon Mercury contained in manufactured articles Not Bidding No Bid #2-228 (thermometers, switches,etc.) (universal wastes), Container 1 55 gallon Mercury contained in manufactured articles Not Bidding No Bid #2-229 (thermometers, switches,etc.) (universal wastes), Box 1 85(gallon) REC14 DR30 Will be priced on a Case by Case basis REC14 DR30 Will be priced on a Case by Case basis REC14 DR55 Will be priced on a Case by Case basis REC14 DR85 Container Size Not Applicable Mercury contained in manufactured articles Not Bidding No Bid #2-230 (thermometers, switches,etc.) (universal wastes), Pound 1 Cubic Yard Box NEREC14 CYB Container Size Not Applicable Mercury contained in manufactured articles Success: All values provided Bid #2-231 (thermometers, switches,etc.) (universal wastes), Container 1 $ 35.00 $ 35.00 Box or Pallet (per lb) REC14 LB 'Price for bid only, container rates will be billed Alkaline batteries "common size" (universal Success: All values provided Bid #2-232 Container 1 $ 152.25 $ 152.25 waste), 5 (gallon) REC24 DR5 Success: All values provided Bid #2-233 Alkaline batteries "common size" (universal Container 1 $ 217.50 $ 217.50 waste), 14-15 gallon REC24 DR15 Success: All values provided Bid #2-234 Alkaline batteries "common size" (universal Container 1 $ 326.25 $ 326.25 waste), 20 gallon REC24 DR30 Alkaline batteries "common size" (universal Success: All values provided Bid #2-235 Container 1 $ 326.25 $ 326.25 waste), 30 gallon REC24 DR30 Alkaline batteries "common size" (universal Success: All values provided Bid #2-236 Container 1 $ 435.00 $ 435.00 waste), 55 gallon REC24 DR55 Success: All values provided Bid #2-237 Alkaline batteries "common size" (universal Box 1 $ 650.00 $ 650.00 waste), 85(gallon) REC24 DR85 Not Bidding No Bid #2-238 Alkaline batteries "common size" (universal Pound 1 waste), Cubic Yard Box 11 REC24 CYB Container Size Not Applicable Alkaline batteries "common size" (universal Success: All values provided Bid #2-239 Container 1 $ 1.12 $ 1.12 waste), Box or Pallet (per lb) REC24 LB Success: All values provided Bid #2-240 Ni-cad batteries "common size" (universal waste), Container 1 $ 120.75 $ 120.75 5 (gallon) REC11 DR5 Success: All values provided Bid #2-241 Ni-cad batteries "common size" (universal waste), Container 1 $ 172.50 $ 172.50 14-15 gallon REC11 DR15 Success: All values provided Bid #2-242 Ni-cad batteries "common size" (universal waste), Container 1 $ 258.75 $ 258.75 20 gallon REC11 DR30 Ni-cad batteries "common size" (universal waste), Success: All values provided Bid #2-243 30 gallon Container 1 $ 258.75 $ 258.75 REC11 DR30 Ni-cad batteries "common size" (universal waste), Success: All values provided Bid #2-244 55 gallon Container 1 $ 345.00 $ 345.00 REC11 DR55 Success: All values provided Bid #2-245 Ni-cad batteries "common size" (universal waste), Box 1 $ 525.00 $ 525.00 85(gallon) REC11 DR85 Not Bidding No Bid #2-246 Ni-cad batteries "common size" (universal waste), Pound 1 Cubic Yard Box REC11 CYB Container Size Not Applicable Ni-cad batteries "common size" (universal waste), Success: All values provided Bid #2-247 Box or Pallet (per lb) Container 1 $ 1.33 $ 1.33 REC11 LB Success: All values provided Bid #2-248 Nickel -hydride batteries "common size" Container 1 $ 96.25 $ 96.25 (universal waste), 5 (gallon) REC11-1 DR5 Success: All values provided Bid #2-249 Nickel -hydride batteries "common size" Container 1 $ 137.50 $ 137.50 (universal waste), 14-15 gallon REC11-1 DR15 Success: All values provided Bid #2-250 Nickel -hydride batteries "common size" Container 1 $ 206.25 $ 206.25 (universal waste), 20 gallon REC11-1 DR30 Success: All values provided Bid #2-251 Nickel -hydride batteries "common size" Container 1 $ 206.25 $ 206.25 (universal waste), 30 gallon REC11-1 DR30 Success: All values provided Bid #2-252 Nickel -hydride batteries "common size"Container 1 $ 275.00 $ 275.00 (universal waste), 55 gallon REC11-1 DR55 Success: All values provided Bid #2-253 Nickel -hydride batteries "common size" Box 1 $ 425.00 $ 425.00 (universal waste), 85(gallon) REC11-1 DR85 Not Bidding No Bid #2-254 Nickel -hydride batteries "common size" Pound 1 (universal waste), Cubic Yard Box NEREC11-1 CYB Container Size Not Applicable Success: All values provided Bid #2-255 Nickel -hydride batteries "common size" Container 1 $ 0.54 $ 0.54 (universal waste), Box or Pallet (per lb) REC11-1 LB *Price for bid only, container rates will be billed Lithium batteries "common size" (universal Success: All values provided Bid #2-256 Container 1 $ 50.00 $ 50.00 waste), 5 (gallon) REC09 DR5 *Minimum Rate. Per LB applies Lithium batteries "common size" (universal Success: All values provided Bid #2-257 waste), 14-15 gallon Container 1 $ 50.00 $ 50.00 REC09 DR15 *Minimum Rate. Per LB applies Lithium batteries "common size" (universal Success: All values provided Bid #2-258 Container 1 $ 50.00 $ 50.00 waste), 20 gallon REC09 DR30 *Minimum Rate. Per LB applies Success: All values provided Bid #2-259 Lithium batteries "common size" (universal Container 1 $ 50.00 $ 50.00 waste), 30 gallon REC09 DR30 *Minimum Rate. Per LB applies Success: All values provided Bid #2-260 Lithium batteries "common size" (universal Container 1 $ 50.00 $ 50.00 waste), 55 gallon REC09 DR55 *Minimum Rate. Per LB applies Success: All values provided Bid #2-261 Lithium batteries "common size" (universal Box 1 $ 50.00 $ 50.00 waste), 85(gallon) REC09 DR85 *Minimum Rate. Per LB applies Success: All values provided Bid #2-262 Lithium batteries "common size" (universal Pound 1 $ 50.00 $ 50.00 waste), Cubic Yard Box REC09 CYB *Minimum Rate. Per LB applies Success: All values provided Bid #2-263 Lithium batteries "common size" (universal Container 1 $ 5.45 $ 5.45 waste), Box or Pallet (per lb) REC09 LB Success: All values provided Bid #2-264 Lead -acid batteries "common size" (universal Container 1 $ 10.00 $ 10.00 waste), 5 (gallon) REC05 DR5 *Minimum Rate. Per LB applies Success: All values provided Bid #2-265 Lead -acid batteries "common size" (universal Container 1 $ 10.00 $ 10.00 waste), 14-15 gallon REC05 DR15 *Minimum Rate. Per LB applies Success: All values provided Bid #2-266 Lead -acid batteries "common size" (universal Container 1 $ 10.00 $ 10.00 waste), 20 gallon REC05 DR30 *Minimum Rate. Per LB applies Success: All values provided Bid #2-267 Lead -acid batteries "common size" (universal Container 1 $ 10.00 $ 10.00 waste), 30 gallon REC05 DR30 *Minimum Rate. Per LB applies Success: All values provided Bid #2-268 Lead -acid batteries "common size" (universal Container 1 $ 10.00 $ 10.00 waste), 55 gallon REC05 DR55 *Minimum Rate. Per LB applies Success: All values provided Bid #2-269 Lead -acid batteries "common size" (universal Box 1 $ 10.00 $ 10.00 waste), 85(gallon) REC05 DR85 *Minimum Rate. Per LB applies Success: All values provided Bid #2-270 Lead -acid batteries "common size" (universal Pound 1 $ 10.00 $ 10.00 waste), Cubic Yard Box REC05 CYB *Minimum Rate. Per LB applies Success: All values provided Bid #2-271 Lead -acid batteries "common size" (universal Container 1 $ 0.59 $ 0.59 waste), Box or Pallet (per lb) REC05 LB Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-272 computers, and other electronic equipment, 5 Container 1 $ 25.00 $ 25.00 (gallon) REC55 DR5 *Minimum Rate. Per LB applies Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-273 computers, and other electronic equipment, 14-15 Container 1 $ 25.00 $ 25.00 gallon REC55 DR15 *Minimum Rate. Per LB applies Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-274 computers, and other electronic equipment, 20 Container 1 $ 25.00 $ 25.00 gallon REC55 DR30 *Minimum Rate. Per LB applies Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-275 computers, and other electronic equipment, 30 Container 1 $ 25.00 $ 25.00 gallon REC55 DR30 *Minimum Rate. Per LB applies Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-276 computers, and other electronic equipment, 55 Container 1 $ 25.00 $ 25.00 gallon REC55 DR55 *Minimum Rate. Per LB applies Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-277 computers, and other electronic equipment, Box 1 $ 25.00 $ 25.00 85(gallon) REC55 DR85 *Minimum Rate. Per LB applies Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-278 computers, and other electronic equipment, Pound 1 $ 25.00 $ 25.00 Cubic Yard Box REC55 CYB *Minimum Rate. Per LB applies Electronic Waste (Incl. CRT & LCD monitors, Success: All values provided Bid #2-279 computers, and other electronic equipment, Box Container 1 $ 1.27 $ 1.27 or Pallet (per lb) REC55 LB Success: All values provided Bid #2-280 PCB containing equipment (ballasts, capacitors, Container 1 $ 750.00 $ 750.00 etc.), 5 (gallon) DIR (PCBO DR5 *Price is estimate only and may vary Success: All values provided Bid #2-281 PCB containing equipment (ballasts, capacitors, Container 1 $ 1,065.00 $ 1,065.00 etc.), 14-15 gallon DIR (PCBO DR15 *Price is estimate only and may vary Success: All values provided Bid #2-282 PCB containing equipment (ballasts, capacitors, Container 1 $ 1,595.00 $ 1,595.00 etc.), 20 gallon DIR (PCBO DR30 *Price is estimate only and may vary Success: All values provided Bid #2-283 PCB containing equipment (ballasts, capacitors, Container 1 $ 1,595.00 $ 1,595.00 etc.), 30 gallon DIR (PCBO DR30 *Price is estimate only and may vary Success: All values provided Bid #2-284 PCB containing equipment (ballasts, capacitors, Container 1 $ 2,152.00 $ 2,152.00 etc.), 55 gallon DIR (PCBO DR55 *Price is estimate only and may vary Success: All values provided Bid #2-285 PCB containing equipment (ballasts, capacitors, Box 1 $ 3,195.00 $ 3,195.00 etc.), 85 gallon DIR (PCBO DR85 *Price is estimate only and may vary Success: All values provided Bid #2-286 PCB containing equipment (ballasts, capacitors, Pound 1 $ 8,500.00 $ 8,500.00 etc.), Cubic Yard Box DIR (PCBO CYB *Price is estimate only and may vary Success: All values provided Bid #2-287 PCB containing equipment (ballasts, capacitors, Container 1 $ 5.00 $ 5.00 etc.), Box or Pallet (per lb) DIR (PCBO LB *Price is estimate only and may vary Not Bidding No Bid #2-288 PCB contaminated soils (<50ppm), 5 (gallon) Container 1 -- Not Bidding No Bid #2-289 PCB contaminated soils (<50ppm), 14-15 gallon Container 1 Not Bidding No Bid #2-290 PCB contaminated soils (<50ppm), 20 gallon Container 1 Not Bidding No Bid #2-291 PCB contaminated soils (<50ppm), 30 gallon Container 1 Not Bidding No Bid #2-292 PCB contaminated soils (<50ppm), 55 gallon Container 1 Not Bidding No Bid #2-293 PCB contaminated soils (<50ppm), 85(gallon) Box 1 Not Bidding No Bid #2-294 PCB contaminated soils (<50ppm), Cubic Yard Pound 10 Not Bidding Not Bidding DIR (PCBO! DR5 Will be priced on a Case by Case basis DIR (PCBO! DR15 Will be priced on a Case by Case basis DIR (PCBO! DR30 Will be priced on a Case by Case basis DIR (PCBO! DR30 Will be priced on a Case by Case basis DIR (PCBO! DR55 Will be priced on a Case by Case basis DIR (PCBO! DR85 Will be priced on a Case by Case basis DIR (PCBO! CYB Will be priced on a Case by Case basis No Bid #2-295 PCB contaminated soils (<50ppm), Box or Pallet Container 1 (per lb) DIR (PCBO! LB Will be priced on a Case by Case basis No Bid #2-296 PCB contaminated soils (50ppm-499ppm), 5 Container 1 (gallon) DIR (PCBO! DR5 Will be priced on a Case by Case basis Not Bidding No Bid #2-297 PCB contaminated soils (50ppm-499ppm), 14-15 Container 1 gallon Not Bidding No Bid #2-298 PCB contaminated soils (50ppm-499ppm), 20 Container 1 gallon Not Bidding No Bid #2-299 PCB contaminated soils (50ppm-499ppm), 30 Container 1 gallon Not Bidding No Bid #2-300 PCB contaminated soils (50ppm-499ppm), 55 Container 1 gallon Not Bidding No Bid #2-301 PCB contaminated soils (50ppm-499ppm), Box 1 85(gallon) Not Bidding No Bid #2-302 PCB contaminated soils (50ppm-499ppm), Cubic Pound 1 Yard Box DIR (PCBO! DR15 Will be priced on a Case by Case basis DIR (PCBO! DR30 Will be priced on a Case by Case basis DIR (PCBO! DR30 Will be priced on a Case by Case basis DIR (PCBO! DR55 Will be priced on a Case by Case basis DIR (PCBO! DR85 Will be priced on a Case by Case basis DIR (PCBO! CYB Will be priced on a Case by Case basis Not Bidding No Bid #2-303 PCB contaminated soils (50ppm-499ppm), Box or Container 1 Pallet (per lb) -� dd DIR (PCBO! LB Will be priced on a Case by Case basis IR Not Bidding No Bid #2-304 PCB contaminated soils (>500ppm), 5 (gallon) Container 1 DIR (PCBO! DR5 Will be priced on a Case by Case basis Not Bidding No Bid #2-305 PCB contaminated soils (>500ppm), 14-15 gallon Container 1 -� DIR (PCBO! DR15 Will be priced on a Case by Case basis Not Bidding No Bid #2-306 PCB contaminated soils (>SOOppm), 20 gallon Container 1 09MDIR(PCBOIDR30 Will be priced on a Case by Case basis Not Bidding Not Bidding No Bid #2-307 PCB contaminated soils (>500ppm), 30 gallon Container 1 No Bid #2-308 PCB contaminated soils (>500ppm), 55 gallon Container 1 Not Bidding No Bid #2-309 PCB contaminated soils (>500ppm), 85(gallon) Box 1 PCB contaminated soils (>500ppm), Cubic Yard Not Bidding #2-310 Box Pound 1 PCB contaminated soils (>500ppm), Box or Pallet Not Bidding _ _._. #2-311 (per lb) Container 1 I Not Bidding No Bid #2-312 i PCB contaminated oils (<50ppm), 5 (gallon) Container 1 Not Bidding No Bid #2-313 PCB contaminated oils (<50ppm), 14-15 gallon Container 1 Not Bidding No Bid #2-314 i PCB contaminated oils (<50ppm), 20 gallon Container 1 Not Bidding No Bid #2-315 PCB contaminated oils (<50ppm), 30 gallon Container 1 Success: All values provided Bid #2-316 PCB contaminated oils (<50ppm), 55 gallon Container 1 Not Bidding No Bid #2-317 PCB contaminated oils (<50ppm), 85(gallon) Box 1 DIR (PCBO! DR30 Will be priced on a Case by Case basis DIR (PCBO! DR55 Will be priced on a Case by Case basis DIR (PCBO! DR85 Will be priced on a Case by Case basis DIR (PCBO! CYB Will be priced on a Case by Case basis DIR (PCBO! LB Will be priced on a Case by Case basis DIR (PCBO: DR5 Will be priced on a Case by Case basis DIR (PCBO: DR15 Will be priced on a Case by Case basis DIR (PCBO: DR30 Will be priced on a Case by Case basis DIR (PCBO: DR30 Will be priced on a Case by Case basis DIR (PCBO: DR55 'Price is estimate only and may vary DIR (PCBO: DR85 Will be priced on a Case by Case basis Not Bidding No Bid #2-318 PCB contaminated oils (<50ppm), Cubic Yard Box Pound 1 Not Bidding No Bid #2-319 PCB contaminated oils (<50ppm), Box or Pallet Container 1 (per lb) Not Bidding No Bid #2-320 PCB contaminated oils (50ppm-499ppm), 5 Container 1 (gallon) Not Bidding No Bid #2-321 PCB contaminated oils (50ppm-499ppm), 14-15 Container 1 gallon Not Bidding No Bid #2-322 PCB contaminated oils (50ppm-499ppm), 20 Container 1 gallon Not Bidding No Bid #2-323 PCB contaminated oils (50ppm-499ppm), 30 Container 1 gallon Not Bidding No Bid #2-324 PCB contaminated oils (50ppm-499ppm), 55 Container 1 gallon Not Bidding No Bid #2-325 PCB contaminated oils (50ppm-499ppm), Box 1 85(gallon) Not Bidding No Bid #2-326 PCB contaminated oils (50ppm-499ppm), Cubic Pound 1 Yard Box Not Bidding No Bid #2-327 PCB contaminated oils (50ppm-499ppm), Box or Container 1 Pallet (per lb) DIR (PCBO: CYB Will be priced on a Case by Case basis DIR (PCBO: LB Will be priced on a Case by Case basis DIR (PCBO: DR5 Will be priced on a Case by Case basis DIR (PCBO: DR15 Will be priced on a Case by Case basis DIR (PCBO: DR30 Will be priced on a Case by Case basis DIR (PCBO: DR30 Will be priced on a Case by Case basis DIR (PCBO: DR55 Will be priced on a Case by Case basis ODIR(PCBO:DR85 Will be priced on a Case by Case basis ,AN DIR (PCBO: CYB Will be priced on a Case by Case basis IM DIR (PCBO: LB Will be priced on a Case by Case basis Not Bidding No Bid #2-328 PCB contaminated oils (>500ppm), 5 (gallon) Container 1 Not Bidding No Bid #2-329 PCB contaminated oils (>500ppm), 14-15 gallon Container 1 Not Bidding No Bid #2-330 PCB contaminated oils (>500ppm), 20 gallon Container 1 Not Bidding NO Bid #2-331 PCB contaminated oils (>500ppm), 30 gallon Container 1 Not Bidding NO Bid #2-332 PCB contaminated oils (>500ppm), 55 gallon Container 1 Not Bidding No Bid #2-333 PCB contaminated oils (>500ppm), 85(gallon) Box 1 Not Bidding No Bid #2-334 PCB contaminated oills(X500ppm), Cubic Yard Pound 1 o Not Bidding Not Bidding Not Bidding Not Bidding DIR (PCBO: DR5 Will be priced on a Case by Case basis DIR (PCBO: DR15 Will be priced on a Case by Case basis DIR (PCBO: DR30 Will be priced on a Case by Case basis DIR (PCBO: DR30 Will be priced on a Case by Case basis DIR (PCBO: DR55 Will be priced on a Case by Case basis DIR (PCBO: DR85 Will be priced on a Case by Case basis DIR (PCBO: CYB Will be priced on a Case by Case basis No Bid #2-335 PCB contaminated oils (>500ppm), Box or Pallet Container 1 (per lb) NMMDIR(PCBO:LB Will be priced on a Case by Case basis NO Bid #2-336 PCB contaminated PPE, 5 (gallon) Container 1 REDIR(PCBO:DR5 Will be priced on a Case by Case basis No Bid #2-337 PCB contaminated PPE, 14-15 gallon Container 1 DIR (PCBO: DR15 Will be priced on a Case by Case basis NO Bid #2-338 PCB contaminated PPE, 20 gallon Container 1 DIR (PCBO: DR30 Will be priced on a Case by Case basis Not Bidding NO Bid #2-339 PCB contaminated PPE, 30 gallon Container 1 MMDIR(PCBO:DR30 Will be priced on a Case by Case basis Not Bidding NO Bid #2-340 PCB contaminated PPE, 55 gallon Container 1 _DIR (PCBO: DR55 Will be priced on a Case by Case basis Not Bidding NO Bid #2-341 PCB contaminated PPE, 85(gallon) Box 1 DIR (PCBO: DR85 Will be priced on a Case by Case basis Not Bidding No Bid #2-342 PCB contaminated PPE, Cubic Yard Box Pound 1 DIR (PCBO: CYB Will be priced on a Case by Case basis Not Bidding NO Bid #2-343 PCB contaminated PPE, Box or Pallet (per lb) Ton 1 DIR (PCBO: LB Will be priced on a Case by Case basis Success: All values provided Bid #2-344 Bulk Disposal, Class 1 Non -Hazardous Solids (roll. Ton 1 I $ 745.00 $ 745.00 0 STABB02 Ton Bulk Disposal, Class 2 non -Hazardous Solids (roll. Success: All values provided Bid #2-345 Ton 1 $ 745.00 $ 745.00 off) STABB02 Ton Success: All values provided Bid #2-346 Bulk Disposal, Hazardous Solids — Benzene (roll- Ton 1 $ 1,250.00 $ 1,250.00 0 AFB17 Ton Success: All values provided Bid #2-347 Bulk Disposal, Hazardous Solids— Lead (roll -off) Cubic Yard 1 $ 745.00 $ 745.00 STABB02 Ton Success: All values provided Bid #2-348 Bulk Disposal, Class 1 Non -Hazardous Liquid, Cubic Yard 1 $ 1.00 $ 1.00 Trasportation via Vacuum Truck STABB01 GL Bulk Disposal, Class 2 Non -Hazardous Liquid, Success: All values provided Bid #2-349 Cubic Yard 1 $ 1.00 $ 1.00 Transportation via Vacuum Truck STABB01 GL Bulk Disposal, Hazardous Liquid, Transportation Success: All values provided Bid #2-350 Cubic Yard 1 $ 6.00 $ 6.00 via Vacuum Truck INCB09 GL $ 85,141.97 Services Success: All values provided Bid #3-1 Onsite Haz-Cat Analysis, Each Test EA 1 $ 0.00 $ 0.00 ADM HAZC, Each Success: All values provided Bid #3-2 Labor for Lab Packaging, 30-gallon drum Drum 1 $ 79.00 $ 79.00 LBCHEMS" Drum Success: All values provided Bid #3-3 Labor for Lab Packaging, 55-gallon drum Drum 1 $ 79.00 $ 79.00 LBCHEMS" Drum Success: All values provided Bid #34 Labor Over -Packaging, 55-gallon drum Drum 1 $ 79.00 $ 79.00 LBCHEMS" Drum Success: All values provided Bid #3-5 Labor for Staff Assistance During HHW Event, HR Hour 1 $ 56.00 $ 56.00 LBENVTST Hour Success: All values provided Bid #3-6 Field Technician — hourly rate, HR Hour 1 $ 56.00 $ 56.00 LBENVTST Hour Success: All values provided Bid #3-7 Field Chemist — hourly rate, HR Hour 1 $ 79.00 $ 79.00 LBCHEMS" Hour Success: All values provided Bid #3-8 2 - Hour Demurrage, EA 1 $ 145.00 $ 145.00 TRADMUR EA Success: All values provided Bid #3-9 Stop Fee (if applicable for Less than full EA Truckload) Success: All values provided Bid #3-10 EPA Manifest Fee EA Not Bidding Basket Total No Bid #3-11 High Hazard Stabilization Fee EA Supplies and Rentals Success: All values provided Bid #4-1 Vermiculite (per bag), Bag Success: All values provided Bid #4-2 Drop fee for Roll -offs and Tanks (Rentals only), EA Success: All values provided Bid #4-3 Vacuum truck rental (per hour), HR HR 1 $ 575.00 $ 575.00 TRSTOP EA 1 $ 25.00 $ 25.00 ADMANFEIEA 1 CBC EA Will be priced on a Case by Case basis $ 1,173.00 1 $ 54.00 $ 54.00 SPVERM Each 1 $ 825.00 $ 825.00 1 $ 165.00 $ 165.00 Success: All values provided Bid #44 Field HAZCAT of unknown material, EA 1 $ 25.00 $ 25.00 Labpack size container only Success: All values provided Bid #4-5 20 yard open top roll -off box rental, day, DAY Day 1 $ 22.00 $ 22.00 EQROLL20 Success: All values provided Bid #4-6 20 yard open top roll -off box rental, week, WK Week 1 $ 165.00 $ 165.00 EQROLL20 Success: All values provided Bid #4-7 20 yard open top roll -off box rental, month, MO Month 1 $ 650.00 $ 650.00 EQROLL20 Success: All values provided Bid #4-8 30 yard open top roll -off box rental, day, DAY Day 1 $ 22.00 $ 22.00 EQROLL30 Success: All values provided Bid #4-9 30 yard open top roll -off box rental, week, WK Week 1 $ 165.00 $ 165.00 EQROLL30 Success: All values provided Bid #4-10 30 yard open top roll -off box rental, month, MO Month 1 $ 650.00 $ 650.00 EQROLL30 Not Bidding No Bid #4-11 500 bbl Frac Tank rental, day, DAY Day 1 Not Bidding No Bid #4-12 500 bbl Frac Tank rental, week, WK Week 1 No Bid #4-13 500 bbl Frac Tank rental, month, MO Month 1 EQFRAC Will be priced on a Case by Case basis EQFRAC Will be priced on a Case by Case basis EQFRAC Will be priced on a Case by Case basis $ 2,743.00 DOT Packaging Success: All values provided Bid #5-1 1A2 Steel open top w/bungs, 14-15 gallon Container 1 $ 57.00 $ 57.00 container SPDM15U(Each Success: All values provided Bid #5-2 1A2 Steel open top w/bungs, 20 gallon container Container 1 $ 78.00 $ 78.00 SPDM30U(Each Success: All values provided Bid #5-3 1A2 Steel open top w/bungs, 30 gallon container Container 1 $ 78.00 $ 78.00 SPDM30U(Each Success: All values provided Bid #5-4 1A2 Steel open top w/bungs, 55 gallon container Container 1 $ 83.00 $ 83.00 SPDM55U(Each Success: All values provided Bid #5-5 1A2 Steel open top wlbuings, 85 gallon container Container 1 $ 175.00 $ 175.00 SPDM85U(Each Success: All values provided Bid #5-6 1A1 steel closed top, 5 gallon container Container 1 $ 28.00 $ 28.00 SPDM05U(Each Success: All values provided Bid #5-7 1A1 steel closed top, 14-15 gallon container Container 1 $ 57.00 $ 57.00 SPDM15U(Each Success: All values provided Bid #5-8 1A1 steel closed top, 20 gallon container Container 1 $ 78.00 $ 78.00 SPDM30U(Each Success: All values provided Bid #5-9 1A1 steel closed top, 30 gallon container Container 1 $ 78.00 $ 78.00 SPDM30U(Each Success: All values provided Bid #5-10 1A1 steel closed top, 55 gallon container Container 1 $ 85.00 $ 85.00 SPDM55U(Each Success: All values provided Bid #5-11 1 H2 poly open top, 5 gallon container Container 1 $ 28.00 $ 28.00 SPDP05UCEach Success: All values provided Bid #5-12 1 H2 poly open top, 14-15 gallon container Container 1 $ 57.00 $ 57.00 SPDP15UC Each Success: All values provided Bid #5-13 1 H2 poly open top, 20 gallon container Container 1 $ 68.00 $ 68.00 SPDP30UCEach Success: All values provided Bid #5-14 1 H2 poly open top, 30 gallon container Container 1 $ 68.00 $ 68.00 SPDP30UCEach Success: All values provided Bid #5-15 1H2 poly open top, 55 gallon container Container 1 $ 74.00 $ 74.00 SPDP55UCEach Success: All values provided Bid #5-16 11-12 poly open top, 85 gallon container Container 1 $ 175.00 $ 175.00 SPDP85UCEach Success: All values provided Bid #5-17 1H1 Poly closed top, 5 gallon container Container 1 $ 28.00 $ 28.00 SPDP05UCEach Success: All values provided Bid #5-18 1111 Poly closed top, 14-15 gallon container Container 1 $ 57.00 $ 57.00 SPDP15UC Each Success: All values provided Bid #5-19 1111 Poly closed top, 20 gallon container Container 1 $ 68.00 $ 68.00 SPDP30UCEach Success: All values provided Bid #5-20 1111 Poly closed top, 30 gallon container Container 1 $ 68.00 $ 68.00 SPDP30UCEach Success: All values provided Bid #5-21 1111 Poly closed top, 55 gallon container Container 1 $ 79.00 $ 79.00 SPDP55UCEach PIP Not Bidding No Bid #5-22 1G Fiber, 5 gallon container Container 1 1 - ad NA Each Item Not Used Not Bidding No Bid #5-23 1G Fiber, 14-15 gallon container Container 1 MWMMJ Not Bidding Not Bidding Not Bidding No Bid #5-24 No Bid #5-25 No Bid #5-26 1G Fiber, 20 gallon container 1G Fiber, 30 gallon container 1G Fiber, 55 gallon container Container 1 Container 1 Container 1 NA Each Item Not Used NA Each Item Not Used NA Each Item Not Used NA Each Item Not Used Success: All values provided Bid #5-27 Cubic yard box with liner and pallet (each) EA 1 $ 98.00 $ 98.00 SPBXCYB Each Success: All values provided Not Bidding Bid #5-2s No Bid #5-29 20 yard roll -off liner (each) EA Tarp/cover for 20 yard roll -off (each) EA $ 74.00 $ 74.00 $ 1,739.00 $ 112,707.47 SPLINER Each 7 SPTARP Each Will be priced on a Case by Case basis Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth Clean Earth has fully reviewed all documents provided in this RFP. We respectfully request the following exceptions and additions: Vendor Services Agreement 3. Compensation Invoice Terms. Vendor shall invoice the Citv for the services performed, and the Citv shall pav such invoice within thirtv (30) days after the date of the invoice. Non-Pavment of Invoices. If pavment of Vendor invoices is not maintained on a thirtv (30) day current basis, Vendor may suspend further performance of anv or all services and/or withhold anv and all materials, labor, work or data from Vendor until full pavment is made. 5. Right to Audit. Vendor agrees that City, at its own cost and expense, will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional Gent to city. Vendor will provide an escort at all times and agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasenable at least ten (10) days' advance written notice of intended audits. 7--.8. Liability and Indemnification. 848.2 LIMITATION OF LIABIITY. IN NO EVENT SHALL VENDOR BE LIABLE UNDER THIS AGREEMENT TO THE CITY OR ANY THIRD PARTY FOR CONSEQUENTIAL, INDIRECT, INCIDENTAL, SPECIAL, LIQUIDATED, EXEMPLARY, PUNITIVE OR ENHANCED DAMAGES, LOST PROFIT OR REVENUES, OR DIMINUTION IN VALUE, ARISING OUT OF, RELATING TO, OR IN CONNECTION WITH ANY BREACH OF THIS AGREEMENT, REGARDLESS OF (A) WHETHER SUCH DAMAGES WERE FORESEEABLE, (B) WHETHER OR NOT IT WAS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES AND (C) THE LEGAL OR EQUITABLE THEORY (CONTRACT, TORT OR OTHERWISE) UPON WHICH THE CLAIM IS BASED. IN NO EVENT SHALL VENDOR'S AGGREGATE LIABILITY ARISING OUT OF OR RELATING TO THIS AGREEMENT, WHETHER ARISING OUT OF OR RELATING TO BREACH OF CONTRACT, TORT (INCLUDING NEGLIGENCE) OR OTHERWISE, EXCEED THE TOTAL OF THE AMOUNTS PAID TO VENDOR PURSUANT TO THIS AGREEMENT HHW Waste Disposal Page 1 101 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB Clean Earth 41 City of Fort Worth IN THE TWELVE (12) MONTH PERIOD PRECEDING THE EVENT GIVING RISE TO THE CLAIM. 8--.28.3 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARIFJ.NG3 'IT-! THIE AGREENTE4T, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City, which consent shall not be unreasonablv withheld. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. -9-.10. Insurance. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. Additional Insured Endorsement #1 shall be utilized for Commercial General Liabilitv. (C) A minimum of Thirty (30) days' notice of GanGellation or re di Gtion in limits of eever-ago mu&. be na. r�revided to City. Ton (10) days' RotiGe will be aGGeptable in the ey Of non-payment of nromium. Should anv of the requested policies be canceled before the expiration date, notice will be provided in accordance with the policv provisions. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. HHW Waste Disposal Page 1 102 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth 42-.13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) email or other means of electronic deliverv, (32) delivered by facsimile with electronic confirmation of the transmission, or (34) received by the other party by overnight courier, or by United States Mail, registered, return receipt requested, addressed as follows: 4-8-.19. Force Majeure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but except for the obligation to pav for Services, will not be held liable 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 God; RFP Instructions 24.0 COOPERATIVE PURCHASING i. The City has interlocal agreements with many other governmental entities that provides the ability for other entities to use the City's contracts, so long as Supplier/vendor agree to extend the same terms, and conditions, and nrininn to the other entities. Proposer, shall indicate in their Proposal whether they agree that to extend the terms, conditions, and specifications, aR of its agreement with the City to other governmental entities. 25.0 GENERAL PROVISIONS The Supplier shall not assign its rights or duties under an award without the prior written consent of the City, which consent shall not be unreasonablv withheld. Such consent shall not relieve the assignor of liability in the event of default by its assignee. 28.0 ASSIGNMENT The Proposers shall not assign its rights or duties under an award without the prior written consent of the City, which consent shall not be unreasonablv withheld. Such consent shall not relieve the assignor of liability in the event of default by its assignee. HHW Waste Disposal Page 1 103 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Proposal Documents Insurance coverage and limits: 4. Pollution Liability Pollution Liability Inc/iranco c\hall be �^G�on a project speGifi^ basis. City of Fort Worth *Note: Enviri's current pollution policy in place applies to all contracting operations and all projects during the policy term. Certificates of insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with the contract. • Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. Additional Insured Endorsement #1 shall be utilized for Commercial General Liability. • A minimum of thirty (30) days' ROtino Of nonnollatiE)n or material nhon..o in .overage droll be provided to the City. A ton (10) days' netiGe chall be aGGeptable in the 8VeRt Of nGn_noymeRt Of Premium. Eueh4c\rn a oho ' inouren^eTShould anv of the reauested policies be canceled before the expiration date, notice will be provided in accordance with the policv provisions. Notice shall be sent to Roger Grantham, City of Fort Worth — Environmental Management Division, 200 Texas Street, Fort Worth, Texas 76102. Evaluation & Scope of Work 2.0 PROPOSER RESPONSIBILITIES xvi. Provide City with Certificates of Debt GR Receipt within 90 days of waste shipment. HHW Waste Disposal Page 1 104 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Pricing Exceptions City of Fort Worth The following line items were marked in the submittal file as "no -bid" either because the container size was not applicable to the waste stream, or due to the nature of the waste it must be priced on a case by case basis. Should the City require disposal of any of these line items, Clean Earth will gladly provide a quote. Process # Item UOM Code UOM Comments Compressed Pesticide Cylinders, INC03- Will be priced on a Case by #1-30 Cylinder - Metal, 10# Cylinder Cylinder 7M Each Case basis Compressed Pesticide Cylinders, INC03- Will be priced on a Case by #1-31 Cylinder - Metal, 20# Cylinder Cylinder 7L Each Case basis Compressed Pesticide Cylinders, INC03- Will be priced on a Case by #1-32 Cylinder - Metal, 30# Cylinder Cylinder 7L Each Case basis Cyanide, Drum Fiber, 55-gallon Will be priced on a Case by #1-43 drum Drum INC15 DR55 Case basis COD Vials, Drum Fiber, 55-gallon Will be priced on a Case by #1-52 drum Drum CBC DR55 Case basis Labpack - Cyanides, Drum Fiber, Will be priced on a Case by #1-58 15-gallon drum Drum CBC DR15 Case basis RCRA Halogonated Solids for Recycle, Drum Fiber, 55-gallon Will be priced on a Case by #1-67 drum Drum CBC DR55 Case basis Used Antifreeze, Cubic Yard Box Container Size Not #2-15 Box REC08 CYB Applicable Waste Gasoline, Cubic Yard Box Container Size Not #2-23 Box AF01 CYB Applicable Waste Gasoline with water, Container Size Not #2-31 Cubic Yard Box Box INC09 CYB Applicable Waste Diesel, Cubic Yard Box Container Size Not #2-39 Box AF01 CYB Applicable Waste Diesel with water, Cubic Container Size Not #2-47 Yard Box Box INC09 CYB Applicable Waste Diesel / Gasoline Mix, Container Size Not #2-55 Cubic Yard Box Box AF01 CYB Applicable HHW Waste Disposal Page 1 105 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth Process # Item UOM Code UOM Comments RCRA empty drums, Cubic Yard #2-182 Box Pound REC27 CYB Container Size Not Applicable RCRA Lab Packs (Corrosive), Box WAT16- Container Size Not #2-191 or Pallet (per lb) Container LB A Applicable RCRA Lab Packs (Reactive), Container Size Not #2-197 85(gallon) Box INC15 DR85 Applicable RCRA Lab Packs (Reactive), Container Size Not #2-198 Cubic Yard Box Pound INC15 CYB Applicable RCRA Lab Packs (Oxidizer), Cubic Container Size Not #2-214 Yard Box Pound INC14-E CYB Applicable Mercury spill clean-up debris, 20 Will be priced on a Case by #2-218 gallon Container REC14 DR30 Case basis Mercury spill clean-up debris, 30 Will be priced on a Case by #2-219 gallon Container REC14 DR30 Case basis Mercury spill clean-up debris, 55 Will be priced on a Case by #2-220 gallon Container REC14 DR55 Case basis Mercury spill clean-up debris, Container Size Not #2-221 85(gallon) Box REC14 DR85 Applicable Mercury spill clean-up debris, #2-222 Cubic Yard Box Pound REC14 CYB Container Size Not Applicable Mercury contained in manufactured articles Will be priced on a Case by #2-226 (thermometers, switches,etc.) Container REC14 DR30 Case basis (universal wastes), 20 gallon Mercury contained in manufactured articles Will be priced on a Case by #2-227 (thermometers, switches,etc.) Container REC14 DR30 Case basis (universal wastes), 30 gallon Mercury contained in manufactured articles Will be priced on a Case by #2-228 (thermometers, switches,etc.) Container REC14 DR55 Case basis (universal wastes), 55 gallon Mercury contained in Container Size Not #2 229 manufactured articles Box REC14 DR85 Applicable HHW Waste Disposal Page 1 106 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth Process # Item UOM Code UOM Comments (thermometers, switches,etc.) (universal wastes), 85(gallon) Mercury contained in manufactured articles (thermometers switches,etc.) Container Size Not #2-230 Pound REC14 CYB (universal wastes), Cubic Yard Applicable Box Alkaline batteries "common size" (universal waste), Cubic Container Size Not #2-238 pound REC24 CYB Yard Box Applicable Ni-cad batteries "common size" (universal waste), Cubic Yard Container Size Not #2-246 pound REC11 CYB Box Applicable Nickel -hydride batteries #2-254 "common size" (universal Pound REC11- CYB Container Size Not waste), Cubic Yard Box 1 Applicable PCB contaminated soils DIR Will be priced on a Case by #2-288 (<50ppm), 5 (gallon) Container (PCB09) DR5 Case basis PCB contaminated soils DIR Will be priced on a Case by #2-289 (<50ppm), 14-15 gallon Container (PCB09) DR15 Case basis PCB contaminated soils DIR Will be priced on a Case by #2-290 (<50ppm), 20 gallon Container (PCB09) DR30 Case basis PCB contaminated soils DIR Will be priced on a Case by #2-291 (<50ppm), 30 gallon Container (PCB09) DR30 Case basis PCB contaminated soils DIR Will be priced on a Case by #2-292 (<50ppm), 55 gallon Container (PCB09) DR55 Case basis PCB contaminated soils DIR Will be priced on a Case by #2-293 (<50ppm), 85(gallon) Box (PCB09) DR85 Case basis PCB contaminated soils DIR Will be priced on a Case by #2-294 (<50ppm), Cubic Yard Box Pound (PCB09) CYB Case basis PCB contaminated soils DIR Will be priced on a Case by #2-295 (<50ppm), Box or Pallet (per lb) Container (PCB09) LB Case basis HHW Waste Disposal Page 1 107 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth # Item PCB contaminated soils (50ppm- #2-296 499ppm), 5 (gallon) PCB contaminated soils (50ppm- #2-297 499ppm), 14-15 gallon PCB contaminated soils (50ppm- #2-298 499ppm), 20 gallon PCB contaminated soils (50ppm- #2-299 499ppm), 30 gallon PCB contaminated soils (50ppm- #2-300 499ppm), 55 gallon PCB contaminated soils (50ppm- #2-301 499ppm), 85(gallon) PCB contaminated soils (50ppm- #2-302 499ppm), Cubic Yard Box PCB contaminated soils (50ppm- #2-303 499ppm), Box or Pallet (per lb) PCB contaminated soils #2-304 (>500ppm), 5 (gallon) PCB contaminated soils #2-305 (>500ppm), 14-15 gallon PCB contaminated soils #2-306 (>500ppm), 20 gallon PCB contaminated soils #2-307 (>500ppm), 30 gallon PCB contaminated soils #2-308 (>500ppm), 55 gallon PCB contaminated soils #2-309 (>500ppm), 85(gallon) PCB contaminated soils #2-310 (>500ppm), Cubic Yard Box City of Fort Worth UOM Process UOM Comments Code DIR Will be priced on a Case by Container (PCB09) DR5 Case basis DIR Will be priced on a Case by Container (PCB09) DR15 Case basis DIR Will be priced on a Case by Container (PCB09) DR30 Case basis DIR Will be priced on a Case by Container (PCB09) DR30 Case basis DIR Will be priced on a Case by Container (PCB09) DR55 Case basis DIR Will be priced on a Case by Box (PCB09) DR85 Case basis DIR Will be priced on a Case by Pound (PCB09) CYB Case basis DIR Will be priced on a Case by Container (PCB09) LB Case basis DIR Will be priced on a Case by Container (PCB09) DR5 Case basis DIR Will be priced on a Case by Container (PCB09) DR15 Case basis DIR Will be priced on a Case by Container (PCB09) DR30 Case basis DIR Will be priced on a Case by Container (PCB09) DR30 Case basis DIR Will be priced on a Case by Container (PCB09) DR55 Case basis DIR Will be priced on a Case by Box (PCB09) DR85 Case basis DIR Will be priced on a Case by Pound (PCB09) CYB Case basis HHW Waste Disposal Page 1 108 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth # Item UOM Process UOM Comments Code PCB contaminated soils DIR Will be priced on a Case by #2-311 (>500ppm), Box or Pallet (per lb) Container PC (PCB09) LB Case basis PCB contaminated oils DIR Will be priced on a Case by #2-312 (<50ppm), 5 (gallon) Container (PCB03) DR5 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-313 (<50ppm), 14-15 gallon Container (PCB03) DR15 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-314 (<50ppm), 20 gallon Container (PCB03) DR30 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-315 (<50ppm), 30 gallon Container (PCB03) DR30 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-317 (<50ppm), 85(gallon) Box (PCB03) DR85 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-318 (<50ppm), Cubic Yard Box Pound (PCB03) CYB Case basis PCB contaminated oils DIR Will be priced on a Case by #2-319 (<50ppm), Box or Pallet (per lb) Container (PCB03) LB Case basis PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-320 499ppm), 5 (gallon) Container (PCB03) DR5 Case basis PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-321 499ppm), 14-15 gallon Container (PCB03) DR15 Case basis PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-322 499ppm), 20 gallon Container (PCB03) DR30 Case basis PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-323 499ppm), 30 gallon Container (PCB03) DR30 Case basis PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-324 499ppm), 55 gallon Container (PCB03) DR55 Case basis PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-325 499ppm), 85(gallon) Box (PCB03) DR85 Case basis PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-326 499ppm), Cubic Yard Box Pound (PCB03) CYB Case basis HHW Waste Disposal Page 1 109 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth # Item UOM Process UOM Comments Code PCB contaminated oils (50ppm- DIR Will be priced on a Case by #2-327 499ppm), Box or Pallet (per lb) Container (PCB03) LB Case basis PCB contaminated oils DIR Will be priced on a Case by #2-328 (>500ppm), 5 (gallon) Container (PCB03) DR5 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-329 (>500ppm), 14-15 gallon Container (PCB03) DR15 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-330 (>500ppm), 20 gallon Container (PCB03) DR30 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-331 (>500ppm), 30 gallon Container (PCB03) DR30 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-332 (>500ppm), 55 gallon Container (PCB03) DR55 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-333 (>500ppm), 85(gallon) Box (PCB03) DR85 Case basis PCB contaminated oils DIR Will be priced on a Case by #2-334 (>500ppm), Cubic Yard Box Pound (PCB03) CYB Case basis PCB contaminated oils DIR Will be priced on a Case by #2-335 (>500ppm), Box or Pallet (per lb) Container (PCB03) LB Case basis PCB contaminated PPE, 5 DIR Will be priced on a Case by #2-336 (gallon) Container (PCB02) DR5 Case basis PCB contaminated PPE, 14-15 DIR Will be priced on a Case by #2-337 gallon Container (PCB02) DR15 Case basis PCB contaminated PPE, 20 DIR Will be priced on a Case by #2-338 gallon Container (PCB02) DR30 Case basis PCB contaminated PPE, 30 DIR Will be priced on a Case by #2-339 gallon Container (PCB02) DR30 Case basis PCB contaminated PPE, 55 DIR Will be priced on a Case by #2-340 gallon Container (PCB02) DR55 Case basis PCB contaminated PPE, DIR Will be priced on a Case by #2-341 85(gallon) Box (PCB02) DR85 Case basis HHW Waste Disposal Page 1 110 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth # Item UOM PCB contaminated PPE, Cubic #2-342 Yard Box Pound PCB contaminated PPE, Box or #2-343 Pallet (per Ib) Ton #3-11 High Hazard Stabilization Fee EA 500 bbl Frac Tank rental, day, #4-11 DAY Day 500 bbl Frac Tank rental, week, #4-12 WK Week 500 bbl Frac Tank rental, month, #4-13 MO Month Tarp/cover for 20 yard roll -off #5-29 (each) EA City of Fort Worth Process UOM Comments Code DIR Will be priced on a Case by (PCB02) CYB Case basis DIR Will be priced on a Case by (PCB02) LB Case basis Will be priced on a Case by CBC EA Case basis Will be priced on a Case by EQFRAC Case basis Will be priced on a Case by EQFRAC Case basis Will be priced on a Case by EQFRAC Case basis Will be priced on a Case by SPTARP Each Case basis HHW Waste Disposal Page 1 111 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafthe City of Fort Worth Licenses and Permits Avalon, TX Chemical Reclamation Johnny Busby, RCRA Part B Facility, CERCLA Services, LLC Facility Manager approved; Storage capacity of 405 Powell St. T: 972-627-3224 180,000 gallons; 3,500 drums and Avalon, TX 76623 60 cubic yards of solids; Solvent EPA ID: TXD 046 844 700 recovery; Fuel blending RCRA Part B Texas Commission of Environmental Quality Air Permit Texas Commission of Environmental Quality Storm Water Texas Commission of Environmental Permit Quality Transporter HW-50084 AQP-9607 TXR05AM96 (Multi -Sector General Stormwater) HHW Waste Disposal Page 1 112 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Texas Commission on Environmental Quality Austin, Texas Permit for industrial Solid Waste Management Site issued under provisions of Texas Health and Safety Code ANN. Chapter 362and Chapter 26 of the Texas Water Code Hazardous Waste Permit No. 50084 EPA 1D. No. TXD046844700-1 IS WR No. 50084 This permit supersedes and replaces Hazardous Waste Permit No. 50084 Issued May 30, 2002 Name of Permittee: Chemical Reclamation Services, LLC 405 Powell Street 11.0. Box 69 Avalon, Texas 76623 Site Owner: Chemical Reclamation Services, LLC 405 Powell Street P.O. Box 69 Avalon, Texas 76623 Classification of Site: Hazardous and Nonhazardous industrial solid waste storage and processing, off -site, commercial facility. City of Fort Worth The permittee is authorized to manage wastes in accordance with the limitations, requirements, and other conditions set forth herein. This permit is granted subject to the rules of the Commission and other Orders of the Commission, and laws of the State of Texas. This permit does not exempt the permittee from compliance with the Texas Clean Air Act. This permit will be valid until canceled, amended, modified or revoked by the Commission, except that the authorization to store end process of wastes shall expire midnight, ten (1o) years after the dale of renewal permit approval. This permit was originally issued on September ty5, t987. This permit/compliance plan was renewed on May 30, 2002. All provisions in this permit stem from State and/or Federal authority. Those provisions marked with an asterisk (•) stem from Federal authority and will implement the applicable requirements of HSWA for which the Texas Commission on Environmental Quality has not been authorized. Issued Date: September 1.7, 2013 cCommiasleleton - HHW Waste Disposal Page 1 113 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafthe City of Fort Worth TEXAS COMMISSION ON ENVIRONMENTAL QUALITY of AIR QUALITY PERMIT = _ rl. A Permit Is Hereby Issued To Chemical Reclamation Services, LLC Authorizing the Continued Operation of TCEC� Hazardous Waste Management Facility Located at Avalon, Ellis County, Texas Latitude 320 12' 49" Longitude 96' 47' 30" Permit: 9607 Issuance Date August 2 JU13 Renewal Date: Augu�j 28• 2023�� or the Commission Facilities covered by this permit shall be constructed and operated as specified in the application for the permit. All representations regarding construction plans and operation procedures contained in the permit application shall be conditions upon which the permit is issued. Variations from these representations shall be unlawful unless the permit holder first makes application to the Texas Commission on Environmental Quality (commission) Executive Director to amend this permit in that regard and such amendment is approved. [Title 3o Texas Administrative Code 116.116 (3o TAC 116.116)] Voiding of Permit. A permit or permit amendment is automatically void if the holder fails to begin construction within 18 months of the date of issuance, discontinues construction for more than W months prior to completion, or fails to complete construction within a reasonable time. Upon request, the executive director may grant an 18-month extension. Before the extension is granted the permit may be subject to revision based on best available control technology, lowest achievable emission rate, and netting or offsets as applicable. One additional extension of up to 18 months may be granted if the permit holder demonstrates that emissions from the facility will comply with all rules and regulations of the commission, the intent of the Texas Clean Air Act (TCAA), including protection of the public's health and physical property; and (b)(i)the permit bolder is a party to litigation not of the permit holder's initiation regarding the issuance of the permit; or (b)(2) the permit holder has spent, or committed to spend, at least to percent of the estimated total cost of the project up to a maximum of $5 million. A permit holder granted an extension under subsection (b)(t) of this section may receive one subsequent extension if the permit holder meets the conditions of subsection (b)(2) of this section. 13o TAC t i6.12o(a), (b) and (c)] 3. Construction Progress. Start of construction, construction interruptions exceeding 45 days, and completion of construction shall be reported to the appropriate regional office of the commission not later than 15 working days after occurrence of the event. [3o TAC 116.115(b)(2)(A)] 4. Start-up Notification. The appropriate air program regional office shall be notified prior to the commencement of operations of the facilities authorized by the permit in such a manner that a representative of the commission may be present. The permit holder shall provide a separate notification for the commencement of operations for each unit of phased construction, which may involve a series of units commencing operations at different times. Prior to operation of the facilities authorized by the permit, the permit holder shall identify the source or sources of allowances to be utilized for compliance with Chapter iol, Subchapter H, Division 3 of this title (relating to Mass Emissions Cap and Trade Program). [3o TAC 116.115(b)(2)(B)('iii)] 5- Sampling Requirements. if sampling is required, the permit holder shall mmtact the commission's Office of Compliance and Enforcement prior to sampling to obtain the proper data fortes and procedures. All sampling and testing procedures must be approved by the executive director and coordinated with the regional representatives of the commission. The permit holder is also responsible for providing sampling facilities and conducting the sampling operations or contracting with an independent sampling consultant. [3o TAC u6.i15(b)(2)(C)] Revised (m/17) HHW Waste Disposal Page 1 114 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth 6. Equivalency of Methods. The permit holder most demonstrate or otherwise justify the equivalency of emission control methods, sampling or other emission testing niethods, and monitoring methods proposed as alternatives to methods indicated in the conditions of the permit. Alternative methods shall be applied for in writing and must be reviewed and approved by the executive director prior to their use in fulfilling any requirements of the permit. 130TAC 116.115(b)(2)(D)] 7. Recordkeeping. The permit holder shall maintain a copy of the permit along with records containing the information and data sufficient to demonstrate compliance with the permit, including production records and operating hours; keep all required records in a file at. the plant site. If, however, the facility normally operates unattended, records shall be maintained at the nearest staffed location within Texas specified in the application; make the records available at the request of personnel from the commission or any air pollution control program having jurisdiction; comply with any additional recordkeeping requirements specified in special conditions attached to the permit; and retain information in the file for at least two years following the date that the information or data is obtained. 13o TAC iA.ii5(b)(2)(E)] 8. Maximum Allowable Emission Rates. The total emissions of air contaminants from any of the sources of emissions must not exceed the values stated on the table attached to the permit entitled "Emission Sources —Maximum Allowable Emission Rates." 13o TAC 116=5(b)(2)(F)] 9. Maintenance of Emission Control. The permitted facilities shall not be operated unless all air pollution emission capture and abatement equipment is maintained in good working order and operating properly during normal facility operations. The permit holder shall provide notification for upsets and maintenance in accordance with 3o TAC 101.201, io1.211, and 101.221 of this title (relating to Emissions Event Reporting and Recordkeeping Requirements; Scheduled Maintenance, Startup, and Shutdown Reporting and Recordkeeping Requirements; and Operational Requirements). 13o TAC it6.115(b)(2)(G)] to. Compliance with Rules. Acceptance of a permit by an applicant constitutes an acknowledgment and agreement that the permit holder will comply with all rules, regulations, and orders of the commission issued in conformity with the TCAA and the conditions precedent to the granting of the permit. If more than one state or federal rule or regulation or permit condition is applicable, the most stringent limit or condition shall govern and be the standard by which compliance shall be demonstrated. Acceptance includes consent to the entrance of commission employees and agents into the permitted premises at reasonable times to investigate conditions relating to the emission or concentration of air contaminants, including compliance with the permit. 13o TAC 116a 15(b)(2)(H)1 1►. This permit may not be transferred, assigned, or conveyed by the holder except as provided by rule. 13o TAC 116.1io(e)] 12. There maybe additional special conditions attached to a permit upon issuance or modification of the permit. Such conditions in a permit may be more restrictive than the requirements of Title 30 of the Texas Administrative Code. 13o TAC t 16.115(c)] 13. Emissions from this facility must not cause or contribute to a condition of "air pollution' as defined in Texas Health and Safety Code (THSC) 382.003(3) or violate THSC 382.085. If the executive director determines that such a condition or violation occurs, the holder shall implement additional abatement measures as necessary to control or prevent the condition or violation. 14. The permit holder shall comply with all the requirements of this permit. Emissions that exceed the limits of this permit are not authorized and are violations of this permit. ► eviacd(m/0) HHW Waste Disposal Page 1 115 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth 9 TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Texas Pollutant Discharge Elimination System Stormwater Multi -Sector General Permit City of Fort Worth The Notice of Intent (NOT) for the facility listed below was received on August 18, 2021. The intent to discharge stormwater associated with industrial activity under the terms and conditions imposed by the'l exas Pollutant discharge Elimination System (IPLIES) stormwater Mutti-Sector General Permit (MSGP) TX11050000 is acknowledged. Your facility's unique TPDES MSGP stormwater authorization number is: TXROSAM96 Coverage P.ffcctivc: November 07, 2011 Sector: K Primary SIC code: 4953 TCFQ's stormwater MSGP requires certain stormwater pollution prevention and control measures, possible monitoring and reporting, and periodic inspections. Among the conditions and requirements of this permit, you must have prepared and implemented a stormwater pollution prevention plan (slvP.i) that is tailored to your industrial site. As a facility authorized to discharge under the stormwaler 1fSGP, all terms and conditions mull be complied with to maintain coverage and avoid possible penalties. Facility/Site information: Operator. RN1009.59469 CN603300000 Chemical Reclamation Services Chemical Reclamation Services, LLC 405 Powell St 403 Powell St Avalon, TX 76623 Avalon, TX 76623 Ellis County The MSGP and all authorizations expire on August 14, 2026, unless otherwise amended. If you have any questions related to your application, you may contact the stormwater Processing Center by email at SwPER%flT:atceq.texas.gov or by telephone at (512) 239-3700. For technical issues, you may contact the stormwater technical staff by email at SWGP-*tceq.texas.gov or by telephone at (512) 239-4671. Also, you may obtain information on the TCEQ web site at https://ww%.tceq.texas.gov/goto/wq-dpa. A copy of this document should be kept with your SWP3. Issued Date: August 18, 2021 FOR TIM COhf6USSION HHW Waste Disposal Page 1 116 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth UNITED SFATES OF AMERI CA DEPARTMENT OF TRANSPORTATION PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION HAZARDOUS MATERIALS CERTIFICATE OFREOISTRATION faFOR RE OISTRAT ION YEAR 2022-2025 Registrant: CLEAN EARTH SPECIALTY WASTE SOLUTIONS INC ATTN: Stacy Johnson BLAINETI 5 449 NE This certifies tluttlie registxantis negisteredwitktheU.S. DepartrmntofTraneportationas mquiredby 49 CFR Part 107, Subpart G. This certificate is issued under the mfliority of 49 U.S.C. 5108. It is uxdawful to alter or fals ify this docurnent. Reg. No: 051022550043EG Effective: July 1, 2022 Expires: Jug 30, 2025 HM Comp any ID: 78603 Record Yaqpft Recuaomtemts for the Reg s r ifim Programs Me foIlDwi tg msst be mairdained Athe padzw �palplac a of busine ss fo¢ a period of Um a years framthe date of issuance of this Certfi:ate of Registration: (1) A copy of the regstratiom sate neriL file dwih PHMSA; and (2) This Certificate of Registration Each person subje ct tb the registration re quiemer�2 m,ct fuuti{1t fltatperson's Certificate of 1� gistration (or a c opy) and all outer re cards and irdormation pertAi iitg to the irfoanation cor2aute d itthe regis7atimstatemerdtoanautltmmdrepreseriL2 orspevialagerdoftheU.S.Deputiva2of TYamspoatatim upon re quest. F.achmator casier (private orfor-hire) and eachvesseloperator subjecttothe regist:aRionrequkemex2 nms: ke ep a c opy of the onzert Certificate of Re gr,tntin or another documerdbe wring the reggnt m raimber iderdffie d as th,e 'U.S. DOT Ha-xna2 Reg. No. " in a a,chtnack andtruck tractor or vesse l (trailers and semi -trailers not incbuded) use dto trar�sporthaaardous materiak subje ct to the registration requiremer2 Me Certficate of Re p&ati or doosnerdbearingthe regis7at mnmabernmAbe made avaihbh,uponnquest,ta adcrcanal persorateI For infonna*;m,cordactthe Hazcdoss bd unals agrntionMmger,PHH-52,Pjpelite and Hamrdous B&terials Safety Admuumiatm,U.S. Deparmie*it of amsportation,1200 New Jersey Averm, SE, Vhdt igm,D C 20590,telephone (202) 366-4109. City of Fort Worth HHW Waste Disposal Page 1 117 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEafth City of Fort Worth Alliance for Uniform Hazmat' Transportation Procedures ALLIANCE Uniform Program Credentials FOR UNIFORM HAZMAT CLEAN EARTH SPECIALTY WASTE SOLUTIONS INC TRANSPORTATION 7273 STATE HWY 76 PROCEDURES NEENAH WI 54956 USDOT CENSUS #: 1348411 MC #: 518678 EPA TRANSPORTER ID #: MNS000110924 PHMSA #: 051022550043EG TELEPHONE NUMBER TO CALL IN CASE OF ACCIDENT OR EMERGENCY: 877-677-2669 UNIFORM PROGRAM #: UPM1348411NV CERTIFIED BY: D. WENZEL REGISTRATION ISSUED: 01 APRIL 2023 REGISTRATION EXPIRATION: 31 MARCH 2O24 ISSUING AGENCY: NEVADA HIGHWAY PATROL AGENCY TELEPHONE NUMBER: 775-684-4622 HHW Waste Disposal Page 1 118 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe City of Fort Worth Documentation Examples 011660-24 ,Try' kr _A EJ � h 5453981 °lease print or type 5 3 73 1 61 Form Approved. OMB No. 2050-0039 UNIFORM HAZARDOUS . Generator ID Number 2. Page 1 of 3. Emergercy Response Phone 4. Man es T I r i WASTE MANIFEST 11 CESQG I 2 (877) 577-2669 I� ��V 318 F L E 5. Genemtds Name and Maill in Address aoer,cr's Si:_ lddrass 'if d ttorent than mailing a, - City of Fort North City of Fort North 6400 Bridge Street 6400 BRIDGE ST Generato's Phone: FORT WORTH T1 76112 (B171392-5275 iFORT WORTH T1 76112-0824 16 Trans der 1 cum an Name CLAN EAR11N SPECIAL TY WASTE SOWTION$ U �, �1p IIgN�umber 11NX000110924 7 Transporter 2 Company Name US EPA ID Number 8. Cest rated Facdit Name and S to Address CHE%IICAL RE�LARATin SERVICES LLC I U.S. EPA ID N,mil 105 Pokkell Street P.D. Rea 69 P.D. 1010 SOON! Facility's Phone: WAN. 11 76M 1469) 459-3991 I TXD04W44700 ga 9b. U.S COT Description !including Propei Si,irpirg Name, Hazard Class, ID Number, I 10 Containers and I'll Group I 11 -ulal 112. U1C Waste Codes HM Qf any3. No, Type ClC w1.Nol. �I UN25D8 PESTICIDES. SOLID. TOXIC. N.O.S. t0111I{NDN.2.4-D1 6.L I a * HOUS 401" IR9 PGIiI RQ(DIAZINONI (O`'Z CF IP j I Lu 2 UN1993 FLANNABLE LIQUIDS. N.O.S. (IYLENE. PETROLEUN DISTILLATESI 1Eyi HOUS 21" CD I RQ 3 P6I11 RQ(IYLENE-INN-8S1 loll I CF 5 fs00 I P AC[D, SULFURIC HOUS lOSH RQ I3 ACID) 8CORROSPGI Re HYDROCHLURICOACIDIHYDROCHLORIC I 00 I Ili Fir HYDOIIDE. SODIUM CORROSIVE LIQUIDS. SII NOU S IIOH RG I4 HHYDROIIDE)) 8 P611RQ(SDDIUII HYDROXIDE) O© Z I DF � I P 1-._;=, ;,, nsuaao�s axnraenai (1) 2400000212-00 - ERB(1511 POISON SOLID. LOOSEP (2) 7400000223-00 ER6(128) FLANNABLES. LDOSEPAC (3) 2400000252-00 ERG(154) ACIDIC 1.181111116. WK 14) 240000025E-00 - ER611541 BASIC LIQUIDS. BULKS '.5 GENERATOR'SIOFFEROR'S CERTIFICATION: I hereby declare that the pool of ;his consignment are fully and accurately described above byte proper shipping name, a'r are classified, packaged, marked and laheleci placar9ed, and are in al respects in proper co dl for transport axrading to applicable Intemalional and national gaemmental regulations. If export shipment and I air the Primary Exponef. I cerihir that the contents of this consgnconform to coto the terms of the attached EPA Ack1cwleirl of Consent. certify chat Ite waste minimization statement denlipad In 40 CFR 262.2/11 f I I am a large quantity gereraW n- (tr (`I am a snail c ➢:, generator) is true. G into%s'Cf;rrr's orinted7yped Name Signatu amdZy 04( &&C GL Pw. I Month Day Year 101 111 12y F, 6.Interna6onal Shipments Import :c J S. � Expo,. frm U.S. H . e-t7+.,.1. r ? Transpoder signature (for exports only) Date .caving U.S c17.-rarsporterAcknowledgment of Receipt of Materials Lu a Tansporer 1.1ilritedi7yped Name Signs �a , Ze Red Month Day Year Ot� I 11 (Zar QTransporter 2 Pnn Signati a TIis 7iscrepancy I 1 I 1air Discreparcy, Indication Space F� QuantityLJ Type ❑ Residue ❑Quantity ❑ Partial Rejection ❑' Fu'I Rejection Mardest Reference Number. 'so. ANemate Facility I. Generator) J U.S. EPA ID Number !11 U Facility's Phone: 1 w 18c. Signature of Altemale Facility, for Generator) Month Day Year a z I 1 I I 19. Hazardolus Management Method Codes (Lit codes for haza/r�da1s waste Ireatmert, disposal . and recycling solamms) Wait. 1Wa1steRRepport L 1 11 ,Facil, I2{3 � 1 I4 Will 120 Designated Owner o� Operalc Certification of receipt of hazardol materials co Bred by me man fesl except as ed i hem 18a 1 Rni%(1 l � � 1 Signature I P/ nth D Year i d 191 EPA Form 8717I Previous edi0ons are obsolete. DESIGNA D FACILITY TO EPA's e-MANIFEST SYSTEM I� I�LI HHW Waste Disposal Page 1 119 03/28/20241 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth . 011660-24 Please print or type. UNIFORM HAZARDOUS WASTE MANIFEST 21. Generator ID Number (Continuation Sheet) 1774;111r, 24. Generators Name Lity of Fort North hill Britina Straot . FBBT Y RIII TT 7A1117 IRI71197—i775 25. Transpo+er _ Company Name 26. Transporter_ Company Name jI27a. 2Tb. U.S. DOT Description (including Proper Shipping Name, Hazard Claw, ID Number. HIM and Packing Group (d any)) 5 BATTERIES. DRY, SEALED. R.O.S. (ALKALINE BATTERIES FOR RECYCLE) 6 UN2795 BATTERIES. MET. FILLED WITH ALKALI 8 7 10 City of Fort Worth 5453981 Form Approved. OMB No. 2050-0039 22 Pal 23. Mantfast Tracking Number f ? 1 015077531RFLIF U.S. EPA ID Number U.S. EPA 0 Number 28. Containers 29. Tonal 30. Unit 31. Waste Codes No. Type Qua" MNol. r-* 1DU5 11091 003 Df � 60D P I OOI DIF u3— P 'Dus �309" I 1 14 32.SpedalHandprigmatructonsand Additional Intomatiorl51 2400000267-00 - ALKALINE BATTER'ES (6) 1400000232-)0 - ER61151 NICA 33. Transpoter - ,_ Ativioadedgmerd of Receipt of Materels F Printed,Typed New Signature more Day Year a 34. Transporter _Acknualed(tment of Receipt of Maenais PnntediTyped Name Signature Month Day Year H r t r 35, Discrepancy J U LL O LU 36 HA Report Management McBwd1Co`des (i.e., codes for hazardous waste treatment, Disposal, and recycling systems) N1 ��� 161 �1A ll� W OI i 1 r t EPA Form 8700-22A(Rev.12.17) Previous editions are obsolete. DESIGNATED FACILITY TO EPA's 9-MANIFEST SYSTEM I I5S rf 55 HHW Waste Disposal Page 1 120 03/28/20241 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth INVOICE # 76404037141 INVOICE DATE 02/28/2024 CUSTOMER ID # 834144 AX# SERVICEDATE 01/11/2024 TERMS NET 30 ATTN.: Code Purchasing CITY OF FORT WORTH ENVIRONMENT AL SERVICES 908 MONROE ST 7TH FLOOR FORT WORTH, TX 76102 City of Fort Worth CleanEarth-. PLEASE REMIT TO SITE ADDRESS: CITY OF FORT WORTH 6400 BRIDGE ST FORT WORTH, TX 76112-0824 ORDER 5453981 City of Fort Worth PO # 0147 01/11/2024 Doc No. 011660-24 Manifest015073318FLE Waste ReceiptAVA-2602V 1 2400000212-00 - POISON SOLID, 12.00 @ 775.000 / BX $9,300.00 LOOSEPACKED 2 2400000223-00 - FLAMMABLES, LOOSEPACKED 11.00 @ 575.000 / BX $6,325.00 3 2400000252-00-ACIDIC LIQUIDS, BULKED 3.00@ 450.000/DM55 $1,350.00 4 2400000258-00 - BASIC LIQUIDS, BULKED 2.00@ 450.000 / DM55 $900.00 5 2400000267-00-ALKALINE BATTERIES 3.00@ 435.000/DM55 $1,305.00 6 2400000232-00 - NICAD WET CELL BATTERIES 1.00@ 345.000 / DM55 * $345.00 Hazardous Waste Fees: EPA E-MANIFEST FEE - City of Fort Worth 1.00 @ 25.000 / E $25.00 Sub Total $19,550.00 Sales Tax $28.46 INVOICE TOTAL $19,578.46 *Line Item and related E & I charges are taxable. DIRECT INQUIRES TO: ESOL Customer Experience Inquiries_eso@harsco.com Page # 1 HHW Waste Disposal Page 1 121 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth City of Fort Worth CERTIFICATE OF TREATMENT, RECYCLING, AND/OR DISPOSAL Clean Earth This is to certifyttiat the following waste material —received, managed and treated in complaince with all applicable Federal and State Laws and Regulations Generator. 710235- CITY OF FORT WORTH Facility. CHEMICAL RECLAMATION SERVICES LLC Page# 1 6400 BRIDGE ST 405 POWELL STREET P 0 BOX 69 Manifest p: 015073318F LE FO RT WO RTH TX, 7611 2-0824 AVALON TX, 76623 Waste Receipt p: AVA-2602V EPA ID: CESQG EPA ID: TXD046044700 Date Received: 0 1 f 22f2024 Customer: 034144- CITY OF FORT WORTH Order P: 6463901 908 MONROE ST 7TH FLOOR FO RT WO RTH TX, 76102 N of Containers Received: 32 Treatrnertf Final Treatnrerrlf Process Final PSC Final Datef Line Profile Materiel Description Disposal Description Disposal Facility Code Manifest PgLn shipped 12400000212-00 PESTICIDES, SOLID, TOXIC, H141 THIS SITE RECEIVING THIS WASTE OPEN TRACKING AT AVA INC25 01f22r2024 NOS(DIA➢NON,2,4-D) STOREDiBULKED AND TRANSFERRED THE WASTE WTH ELEMENTAL ENVIRONMENTAL INC25 026345566JJK 1 02,2112024 081223-24 22400000223-00 FLAMMABLE LIQUIDS, N 0 S H061 FUEL BLENDING PRIOR TO ENERGY RINECO CHEMICAL AF06 026345548JJK 1 (XYLENE, PETROLEUM RECOVERYAT ANOTHER SITE (WASTE INDUSTRIES, IN 058617-24 DISTILLATES) GENERATED EIT OPEN TRACKING AT AVA AF06 01122CO24 32400000252-00 CORROSIVE LIQUIDS, N O S H141 THIS SITE RECEIVING THIS WASTE OPEN TRACKING AT AVA STA302-1 01 R2I2024 (HYDROCHLORIC ACID, STOREDiBULKED AND TRANSFERRED SULFURIC ACID) THE WASTE VN TH 42400000258-00 CORROSIVE LIQUIDS, N O S H141 THIS SITE RECEIVING THIS WASTE OPEN TRACKING AT AVA STA302-2 01 R2I2024 (POTASSIUM HYDOXIDE, STOREDiBULKED AND TRANSFERRED SODIUM HYDROXIDE) THE WASTE WTH 52400000267-00 BATTE RIES, DRY, SE ALED, H141 THIS SITE RECEIVING THIS WASTE OPEN TRACKING AT AVA REC24 01 R2I2024 N OS (ALKALINE BATTERIES STOREDiBULKED AND TRANSFERRED FOR RECYCLE) THE WASTE WTH 62400000232-00 BATTERIES, WET, FILLED H141 THIS SITE RECEIVING THIS WASTE OPEN TRACKING AT AVA REC11 01 R2I2024 WTH ALKALI STOREDiBULKED AND TRANSFERRED THE WASTE VN TH HHW Waste Disposal Page 1 122 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth DocuSign Envelope ID'. 97816D5A-350B-4C77-8591-2729F3033263 WASTE PROFILE FORM Clean Earth Fron a 7F 24000DO223 Revl63an #', 0 A: GENERATOR INFORMATION Name: Ciryof Fort Wdrth Ol 821546 EPA IDII: CESOG Site Address: E400BBOGEST City. FORTWORTH State TX Zip. T011241824 Mailing Address: 6,1006dd1 City: FoNWonh 51ate Texas Tip: 76112 Contact: Email: Phone', 817J923275 Fax Manliest ER PM1one p_ (977)577.2669 Generator Subpar) P_ 0 Yes® NO Various Generator L Ye6® NO SiMe IDF: CESQG Generator status: ❑ LOG Q SQG 9[VSQGCESQG NAILS code(s)(pdmary reporting first): 922164 TSDF Approval 1­ ❑ Yes 0 NO Disposal Restrictions: CUSTOMERIBILLINGfBROKER INFORMATION same as Genera0ng Facility Corn— 346g4 address: C.—Nam. City OF FoH Wodh Environmental Servkes Phone: Address: 906 MONROE 5T7TH FLOOR City: FORT WORTH Stale: T% Zip: T6 Contact: Erroll: Faa: B. WASTE DESCRIPTION Wane Common Name: FIJMMABLES,LOOSEPACKED Process generating Waste (be specific): NNW COLLECTION Form: W219-Other organic ligmd )specify In commends) Source: G44-Staleprogram—lunlarycleanup Origin: 1 -Generated o—ite from a productprocessor service activity Unused Commercial Product: ❑ Yes ® No Spill Residue: 0 Yes ® No toosepack: ® Yes 0 No Lab Pgdc; 0 Yes ® No Generator has p—ded the fallowing: 0 Analysis ❑ Formulary iI 51"5 ❑ Sample C: PHYSICAL CHARACTERISTICS OF WASTE j@YO-F) Layers: Phyncal Stale Specific Gravity viscosity (water-1. it. 1. s01>11 [Law- Wr,Med-ag.Hlgh- Multi layered gelid%: 0 Debris 71 Monolith Poasim Haney) _ Can, papal BuLayered Slutlge%: 0 Compresses Gas Low(Water) 0 Single Layered Free Liquid %: 100 Water%. Pumpable: Q Yes No Color: VA. one [3 Mild Strung Descnipli PH: on N_ PH: [3 NO, [3 52.0 [3 >2.01 d.00 0 4,01 -10.00 0 10.01-12.49 [3 272,5 Actual: Liquid Flash ❑ <23' F Le�l ]3<100' F ❑ 100<140' F ❑ 160-200' F ❑ 1200E None Actual "G A 'F Liqui lal BTUIIbs range: <2000 2000-SD30 21 >5001-10.000 >10.000 Boiling Point OFF 195' F Halogens %: iiM D: CHEMICAL COMPOSITION OF WASTE ConsMuenl Key Min Max DOM Constituent Key win Max UOM %YLENE Range 0 10 % KEROSENE Range MINERAL SPIRITS Range 0 10 % TOULENE Range 0 10 % BENZENE (GASOLINE) Range 0 1 % ETHANOL Range 0 1 % DIESEL Range 0 1 % ISOPROPYL ALCOHOL Range 0 1 Yo PETROLEUM DISTILLATES Range 0 50 % HOUSEHOLD SOLVENTS 100 90 PAINT THINNER Range 0 50 % E', ADDITIONAL INFORMATION: PCB Yes Q No VOC [ppm) VOCs>• 500 ppm TOC NIA PCB T5CA Regulated M Yes 0 NO Subje , 5ubparl CC Yes El NO City of Fort Worth HHW Waste Disposal Page 1 123 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe DocuSign Envelope ID: 97816D5A-B5CB-4C77-8591-2729F3033263 CHECK ALL THAT MAY APPLY: ❑ Ammonia ❑ Asbestos, Friable REACTIVITY: ❑ Asb--%No, -friable ❑ APHIS Wart. ❑ CERCLA ❑ Cyanide Reactive ❑ Explosive ❑ Dioxins ❑ —Hants ❑ Flammable Solid ❑ Polym i— ❑ Pyrophonc ❑ Infectious Mediwl(,h.,p.... 11.) ❑ Organic Peroxide ❑ Reactive(Other)/—P Sensitive ❑ Oxidizer ❑ P-tidd.Merbidde ❑ PFAS/PFOA ❑ Reactive Metals Shock Sensitive ❑ phenolics ❑ Profile Subpart P ❑ PUSO ❑ Sulfide Reactive ❑ Water Reactive ❑ Radioactive ❑ RCRA Debris Others F:USEPAI STATE/GENERATOR STATE WASTE IDENTIFICATION: Federal Universal Waste: O Yea m No EPAExempgonW HHWEXEMPTPER40CFR261A(b)(1) EPA Waste Code(,): NONE State Code(.): HOUS219H State Regulated Waste 0 Yes ❑ No Gene rotor State Universal Waste: ❑ Yes ® No WA Designation'. LANDFILL INFORMATION Waste Sub)- to land Deposal Restrictions(LOR)y Yes No This—te i.a ❑ MvI.vtster(TOC<l%,TSS<I%) ® Non—t—ter IDENTIFY ALL UHC's IN THIS WASTESIREAM : G: REGULATED CONSTITUENTS: Check any regulated constituent above regulatory limit and note value. Check source(,) used: S-..(s): ❑ Analytical QG.n—.rKnowledge ❑ SDS METALS: TCLPLImit Range UOM TCLPLimlt Range UOM (mgA) (mgA) — oa zH Q od z❑ DN4 Arsenic (A.) 5.0 ❑ ❑ N/A None Antimony (Sb) ❑ ❑ NIA None D006 Badum (Ba) 1000 ❑ ❑ H N/A None Beryllium (Be) ❑ ❑ Q N/A None DOOR Cadmium (Ctl) 1.0 ❑ ❑ ❑ N/A None Hexavalent Chrome (C16) Q N/A None DON Chromium (Cr) 5.0 ❑ ❑ E[ N/A None Cobalt (Co) ❑ ❑ 0 N/A None DON Lead(Pb) 6.0 ❑ ❑ 0 N/A None Coppor(C.) Q N/A None DON Mercury(He) 0.2 ❑ ❑ ❑ N/A None Nickel (Ni) Q N/A None D010 Selenium (Se) 1 0 ❑ ❑ ❑ N/A None Thallium (TI) ❑ ❑ Q N/A None DOtt ell ... (Ag) 6.0 ❑ ❑ H N/A Y None Vanadium (V) ❑ ❑ Q N/A None Zinc (Zn) Q N/A None VOLATILES: TCLP Limit Range UOM TCLP Limit Range UOM (mgA) (mg/I) eC mZrl ¢ m eC z o D01S Berbera 0.6 ❑ ❑ Q NIA None D0291,1-0Ichloroethylene 0.7 ❑ ❑ y❑ N/A None D019 Carbon Tetrachloride 0.5 ❑ ❑ Q NIA None D035 Methyl ethyl ketone 200.0 ❑ ❑ N/A None DWI Chlorobenxene 100.0 ❑ ❑ ❑ N/A None -39 Tetrachloroethylene 0.7 ❑ ❑ N/A None DOZ2 Chloroform 60 ❑ ❑ ❑ N/A None D040-chl—thyl.re OS ❑ ❑ Q N/A None D0261,2-Dichloroethene 0.5 ❑ ❑ B N/A None M43 Vinyl Chloride 02 ❑ ❑ Q N/A None PESTICIDE/HERBICIl - TCLP Limit Range UOM TCLP Limit Range UOM (mgA) (mg/1) 3 3 ¢ M12 Endrin 00 ro zd ❑ ❑ Q N/A DO162,4-D 100 m ❑ ❑ z Q N/A Non— M13 Lindane 0.4 ❑ ❑ H N/A None DO172,4,5-TP(Silvex) 1.0 ❑ ❑ Q N/A None M14 Methoxychlor 10A ❑ ❑ B N/A None DOW Chlordane 0.0 ❑ ❑ Q N/A None D016 T... phene 0.6 ❑ ❑ H N/A None 0031 Hepachlor(&It's OA ❑ Q NIA None epoxide.) SEMI-VOIATILES: TCLPLImit Range UOM TCLP Limit Range UOM (mgA) (mg/N c u 3 m od ¢ o Z� D023 P-Cresol 200.0 ❑ ❑ N/A None D033 Hexachlorobutadiene 0.5 ❑ ❑ WA None 7 D024 m-Cresol 200.0 ❑ ❑ Q N/A None D034 Hexachl... cthane 3.0 ❑ ❑ © WA None �■ City of Fort Worth HHW Waste Disposal Page 1 124 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho City of Fort Worth DocuSign Envelope ID: 97816D5A-B5CB-4C77-8591-2729F3033263 D025 p4nn of 200.0 Q NIA None D036 Nitrobenzene 2.0 Q NIA I, None D026 Cresol focal) 200.0 El NIA Nan. D037 Pentaehlomphenol 100.0 Q N/A I, None D0271,4-Diohlorobenzene 7.5 R1 N/A None D038 Pyridine 5.0 Q N/A I, None D03o2,4-Dinibocoluene 0.1 R1 N/A None D0412A,5-Trichlorophenol M0.0 Q N/A I, None 1 r DWo Hezachlorobenzene 01 Q N/A None D0422,4,6-Trichlorophenol 2.0 0 El Q N/ None H: SHIPPING INFORMATION: US DOT DESCRIPTION: USE THE FULL BASIC DESCRIPTION ON THE HAZARDOUS WASTE MANIFEST including Technical conrtituent,: UN1993, Flammable liquids, n.o.s., (XYLENE, PETROLEUM DISTILLATES), 3, III, RQ(XYLENE-100LBS), ERG(128) Process Code(,): AFWC Di,posal lnrtruccions/Comments: Method of Shipment: Bulk Liquid Bulk Solid Q Container(type/size): Shipping Frequenry Average Shipment Quantity Monthly 10 GENERATOR CERTIFICATION To the bert of my kn—ledgeand belief, ) hereby warrant and mpm—t that the information conhined and submitted in the waste profile and all M,had documents is true, accurate, and mmpi.. and that no material f- has been omitted as to make this misleading. I underrtand that others may rely on this inform ation in the g( pWS,, kng of the wane material described herein. By signing this waste profile, I am certifying Mat I am authorized to sign such documentafon on be/pyyqy��Il�fp�o_f�.t1hheg ,,to'r/. VM"txl� Christy keele ops mgr 1/3/2024 �oESE��n4.� Authorbed Signature Authorized Printed Name Thle Date HHW Waste Disposal Page 1 125 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho Operational Safety Plan A sample Operational Safety Plan has been provided following this page. City of Fort Worth HHW Waste Disposal Page 1 126 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Sample Operations Plan for Household Hazardous Waste One Day Pick -Up Service Event Location Customer Name Address City, State Zip Date of Plan Date Responsible Person Name Title Address City, State Zip Developed by Clean Earth Environmental Solutions 945 E Pleasant Run Rd Lancaster, TX 75146 972-329-1200 I Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth TABLE OF CONTENTS Operations Plan for Sample HHW Event I. RESPONSES: Title 30 Texas Administrative Codes Rule §335.405(a) PAGE §335.405(a)(1)(2) Materials Collected.....................................................3 §335.405(a)(3) Event Staffing...............................................................3 §335.405(a)(4) Waste Handling..............................................................9 §335.405(a)(5) Unauthorized Waste.....................................................13 §335.405(a)(6) Classifying and Controlling Waste....................................14 §335.405(a)(7) Shelter.......................................................................16 §335.405(a)(8) Recordkeeping...........................................................18 §335.405(a)(9) Attachments...............................................................20 (A) Site Map (B) Evidence of Competency (C) Health and Safety Plan 2 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth I. INTRODUCTION 335.405(a) (1) — must identifv the nature, tvpe, and quantity of household hazardous waste and other materials proposed for collection and reuse, recvcling, processing or disposal; Materials Collected: The following materials and quantities are anticipated to be managed at this collection event: 10,000 lbs. of oil -based paint, 15,000 lbs. of latex paint, 1,800 lbs. of aerosols, 300 lbs. of household batteries, 10 lbs. of NiCD batteries, 8,000 lbs. of pesticides and herbicides, 2,000 lbs. of flammable solvents, 200 lbs. of oxidizers, 15 lbs. of isocyanates, 40 lbs. of reactives, 700 lbs. of corrosives, 10 lbs. of mercury containing items (thermometers, thermostats), 150 lbs. of CFLs and mercury bulbs, 100 lbs. of compressed gas cylinders. Hazardous shipping categories may be flammable liquids and solids, poison liquids and solids, oxidizers and organic peroxides, corrosives, flammable gases, and other environmentally hazardous materials. 335.405(a) (2) — must describe the source, amounts and tvpes of waste that would be accepted at a collection event and indicate that the event is under a single operator: Source of Waste: This event will be open to all current residents in the city of Location. The amounts and types of wastes that will be accepted are explained in the paragraph above. No commercial, industrial, or agricultural materials will be collected at this event. It is anticipated that approximately 300 participants will dispose of HHW at this collection event. The waste will be accepted at a one -day collection event. Clean Earth Environmental Solutions will act as the contractor on behalf of the city and the city will be the single operator for this event. 335.405(a) (3) — must establish the minimum number of operator staff. contractors, volunteers, and other individuals needed to conduct collection operations, their specific function and training: Event Staff and Training: The table below indicates the staffing Clean Earth Environmental Solutions plans to utilize for the collection event. This amount is based on the estimated participation of 300. No one other than Clean Earth personnel or HAZWOPER trained personnel will be in the exclusion zone. Job Function Quantity Project Manager 1 Site Supervisor 1 Site Chemist 1 Site Materials Coordinator 1 Environmental Technicians 1 1 Total Clean Earth Personnel 15 Employee Responsibilities The following outlines the general roles and responsibilities of the assigned Clean Earth staff. Project Manager/Site Supervisor Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho Serves as primary contact for all aspects of the HHW project, coordinates project planning, implementation, evaluation and other matters as needed. Also acts as the main contact for contractual questions and issues. Responsible for site staffing requirements, assigning and scheduling staff, scheduling of equipment delivery, site set up, on site operations, transportation scheduling and site clean up. Has on site authority to implement contingency and emergency plans and enforce health and safety requirements for all personnel on the site. Has fire extinguisher use training. Supervises and reviews paperwork required for management of HHW generated at collection site. Provides technical and facility support to Environmental Specialists and Technicians. Provides training for volunteers. Reviews and provides final invoice and reports to the city. Site Chemist The site chemist will oversee the lab pack area, a place for all unknowns to be test. They will identify and package the chemicals according to proper D.O.T. hazard classifications for safe shipment back to the Clean Earth facility in Avalon where they will be consolidated and packaged for final disposal. Do not let chemicals accumulate on the lab pack tables. This makes it very difficult to complete the packing lists and get the drums ready for shipment before closing time. Pay close attention to the PPE being used and safe work procedures. Many different types of corrosive, poisonous, and irritating materials will be handled. Materials Coordinator The materials coordinator will be responsible for all proper container closing and labeling. They will also be responsible for weighing all waste, recording all waste packaged, and then putting that data accurately onto the manifest. They will also work to keep the PPE and yellow zone clean and restocked for technicians deconning. Environmental Technicians All technicians will be working under the direct supervision of the Site Supervisor. Duties include unloading of vehicles, opening of solvent and paint cans for bulking; bulking solvents, paints, oils and antifreeze, latex paint; sorting and packaging of oil based and latex paints; assist with preparing bulked drums for transportation; set up and clean up of the site. Employee Training Clean Earth Environmental Solutions has consistently and historically provided only the highest caliber staff to operate any hazardous waste management program. Please see Attachment 2 Proiect Team Identification Please see Attachment 2 and 3 Citv Staffing The city will provide numerous workers to take surveys, direct traffic, offload tires, electronics, wood brush, oil & batteries, and manage traffic control, and will provide personnel to control access to the site and assist patrons in entering and exiting in a safe manner. The city workers will greet, survey, ask patrons what they have, and source of waste, and will also control site access. Traffic control and survey versonnel: These persons are not handling waste, so no specific training is required. These persons will be required to sign in upon arrival with the city representative on the morning of the event to be advised of their job duties, possible safety situations, and rules to be followed during the event. They will be responsible for directing participants into the event area, performing surveys, and answering questions that participants may have prior to entering the hot zone area. They will be instructed in the safety meeting to call for the site supervisor if they need any assistance during the event. They are required to wear an approved safety vest. 4 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho Clean Earth and the city recognize the unique nature and high profile of a public event of this nature and provide all staff with training specific to the issues that are faced at these collection events. This training is provided at a safety meeting prior to accepting vehicles and includes the following topics: • Acceptable/unacceptable materials • Disposal alternatives for unacceptable materials • Identifying commercial wastes • Identifying explosives, radioactive and other hazards • Spill cleanup • Heat stress • Waste management methods • Professional/courteous behavior • Dealing with the press • Common customer questions • Emergency evacuation procedures 335.405(a) (4) — must describe the planned disposition of all waste collected, including Transporter and TSDF EPA identification number: if materials to be offered for reuse, describe manner in which will be done: show management of waste hierarchv: Material Packaging All wastes will be packaged per DOT HM-181 guidelines. Clean Earth recommends and prefers to package all materials as they are received. Storage and/or stockpiling of waste inside the packaging areas can create an unsafe work environment. All staff packaging waste will be in the appropriate PPE and containers are chosen and utilized according to the 49CFR172.101 Hazardous Materials Table. The following table breaks down how Clean Earth packages different wastes and the type of recycling, treatment or disposal method used. Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth Waste Category DOT Hazard Packing Treatment/Disposal And Container Type Class Method Rows represent separately packed containers Toxic/flammable liquids — 55-gallon drum poly 6.1(3) Loosepack Fuels/ Incinerate Toxic solids (poisons) — 55-gallon drum poly or 6.1 Loosepack Fuels/ Incinerate cubic yard boxes Flammable Solids - 5-gallon pail or 55-gallon drum 4.1 Loosepack Incinerate poly Spontaneously Combustible — 5-gallon pail 4.2 Loosepack Incinerate Water Reactive — 5-gallon pail 4.3 Loosepack Incinerate Oxidizing Substances — 5-gallon pail or 55-gallon 5.1 Loosepack Treatment/Incinerate poly drum Organic peroxides — 5-gallon pail 5.2 Loosepack Incinerate Acids — 5-gallon pail or 55-gallon drum poly 8 Loosepack Treatment Bases (caustics) — 5-gallon. or 55-gallon drum poly 8 Loosepack Treatment Lead acid batteries — palletized and shrunk wrapped 8 Palletized Recycle Household batteries — 5-gallon pail 8 Loosepack Recycle/Landfill Environmentally Hazardous Substances (nickel- 9 Loosepack Recycle cadmium batteries) — 5-gallon pail Lithium Batteries — 5-gallon pail 9 Loosepack Recycle Mercury — elemental and debris — 5-gallon pail 8 Loosepack Recycle Fluorescent Bulbs — Mercury — bulb box or 5-gallon 8 Loosepack Recycle pail Reactive Paints (Isocyanates) — 5-gallon pail 6.1 Loosepack Incinerate Reactive Paints (Aluminum) — 55-gallon drum metal 3 Loosepack Incinerate Propane Cylinders — 5-gallon, 55-gallon, cylinder 2.1 Loosepack Recycle Aerosols - cubic yard boxes or 55-gallon drum poly 2.1 Loosepack Recycle/ Incinerate Rows below represent separately packed or bulked containers in the paint packing area Flammable liquid (solvents, gasoline, etc.) — 55- 3 Bulk Fuel blend gallon metal drum Paint related material (oil -based paints, thinners, 3 Bulk Fuel blend stains) —55-gallon steel drums Paint related material (oil -based paints, thinners, 3 Loosepack Fuel blend stains) — 25-yard Roll -off box/cubic yard boxes or 55-gallon steel drums Paint related material (tars, resins, adhesives) — 3 Loosepack Incinerate cubic yard boxes or 55-gallon steel drums Latex paint — cubic yard boxes/ 55-gallon steel Non -regulated Loosepack/ Recycle drums Bulk Latex paint -non -recyclable — cubic yard boxes or Non -regulated Loosepack Recycle 55-gallon steel drums Automotive oil — 55-gallon metal drums or totes Non -regulated Bulk Recycle/Fuel blend Antifreeze — 55-gallon metal drums Non -regulated Bulk Recycle/Fuel Blend Oil Filters — 5-gallon pails or 55-gallon metal drum NR Loosepack Recycle Lab pack Unknown wastes will be identified here. They will then be marked and packed according to proper D.O.T. hazard classification for a safe shipment back to Clean Earth's facility in Avalon, where they will 0 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho be consolidated and packaged for final disposal. Do not let chemicals accumulate on the lab pack tables. This makes it very difficult to complete the packing lists and get the drums ready for shipment before closing time. Pay close attention to the PPE being used and safe work procedures. Many different types of corrosive, poisonous, and irritating materials will be handled. TSDF and Transporter utilized All material collected in the hot zone area by Clean Earth at this event will be properly manifested and transported to the Clean Earth location in Avalon, TX. Chemical Reclamation Services, LLC is a fully permitted Treatment, Storage and Disposal Facility. As requested, Clean Earth will assume "generator" status on all waste collected from the HHW collection event. Additionally, transportation of this material will be managed by Clean Earth Specialty Waste Solutions, Inc.. Applicable information for Clean Earth Specialty Waste Solutions, Inc. is as follows: Chemical Reclamation Services, LLC 405 Powell Street Avalon, TX 76623 Phone: (972) 627-3224 Contact: Johnny Busby — Facility Manager EPA ID #: TXD046844700 TCEQ ID #: HW-50084 Waste Management Hierarchy Clean Earth has capabilities for the recycling and treatment of many of the collected household hazardous materials. We have been an innovator in developing latex paint sorting and recycling procedures, flammable aerosol depressurization and waste recycling of paint sludges and packaging of paint solids for beneficial reuse as alternate fuels for cement kilns. Because Clean Earth does not own their own incinerators or landfills, our philosophy is to utilize recycling, beneficial reuse or fuel blending whenever possible. Clean Earth's preferred hierarchy for the handling of household hazardous materials is illustrated below. Due to differences in cost of recycle versus landfill or incineration, the city chooses the landfill or incineration option. Hot Zone Collected Waste A. Reuse — The city does not plan to offer a reuse area to the community. Clean Earth is prepared to identify items that can be segregated and offered for reuse. If the city opted for this Clean Earth would designate a separate area where these items would be offered and stored. At the end of the event, any left -over items not dispersed for reuse would be packaged with other materials in the respective waste categories to be disposed of by Clean Earth B. Recycle — includes household and car batteries, mercury/ mercury debris, propane cylinders (if accepting), and oil filters. The weights expected for these items are listed in 335.405(a) (1). C. Recycling for energy recovery - includes fuel blending of solvents, thinners, stains, oil -based paints, paint related materials, pesticides and contaminated oils. Aerosols are also sent for fuels/recycle. The weights expected for these items are in listed in 335.405(a) (1). D. Treatment to destroy hazardous characteristics — incineration of dioxins, reactive materials and other environmentally hazardous materials. The weights expected for these items are in listed in 335.405(a) (1). 7 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho E. Treatment to reduce hazardous characteristics — includes neutralization and/or reduction of acids, caustics and oxidizers. The weights expected for these items are in listed in 335.405(a) (1). F. Underground Injection — all materials will be managed by methods A, B, C, D, E, or G therefore this treatment option does not apply G. Landfill —non-DOT-regulated materials (trash), asbestos and trash created during the event from bulking operations and non -contaminated containers used to bring waste to the event. The weights expected for asbestos items are in listed in 335.405(a) (1). Trash collected will be one 25 or 30-yard roll -off and handled by the city. Latex paint will be bulked on site and the material will be sent for landfill. Transportation and Disposal Facilities Lists Primary Facility EPA I.D. # Phone # Facility Description Address and Transporter Clean Earth Specialty Waste MNS00010 (972) 329-1200 Waste Transportation Solutions, Inc. 924 Chemical Reclamation Services, TXD046844 (972) 627-3224 RCRA Part B facility, CERCLA LLC 700 approved, with a bulk storage 405 Powell Street capacity of 204,000 gallons and Avalon, TX 76623 drum storage capacity of 314,820 gallons. This facility focuses on liquid fuels blending. Provides consolidation of both liquid and solid lab packs for treatment and incineration, consolidation of loose pack flammables, and bulking or consolidation of other wastes for further treatment or disposal. Recycling Facility EPA I.D. # Phone # Facility Description Address Visions Paint Recycling. TXD008039 (844) 947-2468 Latex Paint Recycling 2355 Decatur Ave. Fort Worth, TX 661 76106 Siemens Water Technologies, INR000022 (281) 383-1254 Motor Oil and Antifreeze Corp. 798 Recycling 4415 E. Greenwood Baytown, TX 77520 Environmental Lights Recyclers, TXR000004 (800) 755-4117 PCB Ballasts, Mercury, Inc 119 Fluorescent Bulb Recycling 2737 Bryan Ave. Fort Worth, TX 76104 Lamp Recyclers of LA, Inc. LAR000055 (985) 878-8050 PCB Ballasts, Mercury, 11441 Fontana Lane 467 Fluorescent Bulb Recycling, Independence, LA 70443 Electronics Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEaftho Inmetco PAD087561 (412) 758-5515 245 Portersville Rd 015 Ellwood City, PA 16117 Interstate Batteries of Houston No ID 3014 Old Spanish Trail Required Houston, TX 77054 Quemetco, Inc IND000199 7870 W. Morris St. 653 Indianapolis, IN 46231 Treatment Facility EPA I.D. # Address (SES) 21st Century Environmental NVD98089 Management Inc. 5338 2095 Newlands Dr. East Fernley, NV 89408 Fuel Blending Facility EPA I.D. # Address (713)474-9970 (317) 247-1303 Phone # (775) 575-2760 Phone # Ash Grove Cement Co. ARD981512 (870) 542-6217 4457 Highway 108 270 Alkaline, Lithium, Mercury, & Nickel Cadmium Battery Recycling Automotive Battery Recycling Lead Acid Battery Recycling Facility Description Inorganic Corrosive Processing and Treatment Facility Description Cement Kiln Foreman, AR 71836 Lone Star Industries MOD98112 (573) 335-2083 Cement Kiln 2425 Sprigg Street 7319 Cape Girardeau, MO 63701 Systech Environmental Corp. KSD980633 (620) 378-4451 1420 South Cement Rd. 259 Fredonia, KS 66736 RCRA Incineration Facility Address Clean Harbors -Deer Park 2027 Battleground Rd. LaPorte, TX 77571 Veolia Environmental Services Highway 73 Port Arthur, TX 77643 WTI-Vonroll America, Inc 1250 Saint George St. East Liverpool, OH 43920 Ross Incineration Services 36790 Giles Rd Grafton, OH 44044 Landfill Facility Address US Ecology Texas, LP American Ecology Corp. 3.5-mile South on Petronila Road Robstown, TX 78380 Chemical Waste Management, Inc 7170 John Brannon Road Carlyss, LA 70665 EPA I.D. # Phone # TXD055141 (281) 930-2300 378 TXD000838 (409) 736-2821 896 OHD90861 (330) 385-7337 3541 OHDO4841 (440) 748-5800 5665 EPA I.D. # Phone # TXD069452 (800) 242-3209 340 LAD000777 (337) 583-2169 201 0 Cement Kiln Facility Description RCRA and PCB Incineration PCB Incineration RCRA Incineration RCRA Incineration Facility Description RCRA Landfill RCRA Landfill Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho 335.405(a) (5) — must include a detailed description oforocedures to ensure that hazardous waste or Class I wastes are not accepted as HHW, include screening Procedures for Persons bringing wastes, survev questions that will be asked, and the amounts or tvpes of wastes that will require further explanation prior to acceptance; Screening Wastes: Flyers that are distributed and all advertising for the event clearly indicate what will not be accepted. During the Health and Safety meeting before the event starts, event workers will be reminded of not allowing unauthorized waste to be offloaded. They will be reminded what to look for and how to proceed. When the patron is surveyed, the staff will ask the source of their wastes, if it comes from a household or any of the exceptions listed in the definition of a household in § 335.402(7). If a person says no, they will be advised that the event is for household waste only and that waste generated from entities other than their home or those defined in § 335.402(7) can not be accepted. They will be directed out of line and the city or Clean Earth Representative will be called over to assist the patron on disposal options. In addition to high volumes that are suspected as commercial/business waste, the surveyors and Clean Earth trained offloading personnel will be looking for other indications of waste being nonconforming to the rule. Other signs we look for are vehicles that have signage on their car/truck, indicating they may have wastes other than household. Wastes that are not normally used by households. If any of the above materials are in the vehicle, they will be told that we cannot accept said materials. The site supervisor will be called over to inform the patron of the proper procedures for disposal options. If high volumes of waste are identified or suspected of being hazardous or Class 1 industrial waste, to include government, schools, and other entities, the site supervisor will let the patron know of other options for disposal. Clean Earth will offer our business information to come at a later date and pack their material. If the Site Supervisor still suspects business waste, the participant will be asked to fill out and sign a verification form for Clean Earth's record, which includes their driver's license, home address, license plate number, and phone number. Some helpful ways to identify suspected hazardous or Class 1 industrial waste: o Large quantities of the same item o Containers larger than 5 gallons o Materials delivered in commercial vehicle o Items not normally used for Household purposes Classifying of waste begins before offloading of vehicle. Only 40 hour trained personnel will be responsible for the unloading of all wastes. The unloaders prior to its removal from the vehicle will visually screen all wastes for unidentified or unacceptable items. The following items will not be accepted at this event: • TSCA regulated PCB's • Radioactive Waste • Infectious/ Biological Waste • Regulated Dioxins • Explosives / Ammunition • Commercial/Business Waste (hazardous or Class 1 industrial waste) • White Goods • Compressed Gas Cylinders • Smoke Detectors • Municipal Trash If there are any items, which cannot be identified, the participant will be asked to identify the items. All items that cannot be identified will be directed to the site chemist for unknown HazCat characterization. If 10 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho items are unacceptable, look dangerous, have spilled, or are unsealed, the Site Supervisor will be called immediately to review the situation. Otherwise, if the wastes are easily identified they will be placed immediately onto the spark proof carts. The vehicle will be closed, and the participant directed out of the unloading area. 335.405(a) (6) — must include methods used to classify and control wastes received, Classifvin2 and Controlling Wastes: Accepted and Rejected Type Waste — We will accept household amounts of paint related products, household cleaners, aerosols, yard products (such as fertilizers, pesticides, and herbicides), automotive products (such as oil, gasoline, oil filters and antifreeze), batteries, mercury containing products (thermometers, thermostats, bulbs), pool chemicals, materials containing asbestos (roofing tars), and other hazardous materials from households. Hazardous shipping categories may be flammable gases (aerosols),flammable liquids and solids, poison liquids and solids, oxidizers and organic peroxides, corrosives, and other environmentally hazardous materials. Unacceptable waste are materials that are radioactive, explosives (including firecrackers and ammunition), regulated dioxins, municipal trash, commercial/business waste (hazardous or Class I industrial waste), white goods, TSCA regulated PCB's, compressed gas cylinders, smoke detectors, or infectious/biological waste (sharps). In addition to the procedures above, media advertisement for the event clearly states that the materials above will not be accepted. However, in the event that PCB's, explosives, radioactive, infectious/ biological, dioxin, or compressed gas waste is brought to the event, SES is prepared to assist the city with management of these materials through qualified private handlers. SES maintains working relationships with companies that manage such materials. If PCB's are brought to the event, SES and the city will determine if the material will be accepted at that time. If SES is asked to accept PCB's they will be manifested separately. If radioactive waste is brought to the event, SES or the city can direct the patron to a company that handles such materials. If the patron brings in infectious or biological waste, they will be directed on how to dispose of properly, i.e. sharps can be put in gallon jug and use plaster of paris to solidify and wrap duct tape around opening, before sending to landfill, to prevent harm to sanitation employees. If explosives are brought to the event, the police on site will be alerted to assist the patron with options for disposal. Depending on the type of explosive, SES may be able to accept the material and render non- explosive. Shipping containers and storage areas — During the event, from the participant's vehicle, the material will be placed onto carts. The carts will be taken to the segregation/packing area to be packed into shipping containers according to DOT classification and compatibility. Containers of different hazard classes will be separated at least one foot apart and containers packed with incompatible materials will be separated by four feet from containers with which they are incompatible. The separation of hazard classes and how they are packaged is described in chart form on pages 9 and 10, material packaging. Containers will be packaged and stored in the exclusion zone area until they are filled. Once the containers are full, they will be closed, the outer container will be labeled/marked, dated, and relocated to the HHW overflow area and stored on trailers for transportation in accordance with 407(f)(2). Oil Based Paint and Latex paint will be segregated and loaded into cubic yard boxes or 55-gallon drums. Full boxes and drums will go to the HHW overflow area. Automobile batteries will be stacked on pallets and shrunk wrapped to pallet when full. This is a single day event and the HHW will be packaged and transported off -site by the end of the day. 11 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho Categorize Waste — Classifying of waste begins before offloading of vehicle. Only 40 hour trained personnel will be responsible for the unloading of all wastes. The unloaders prior to its removal from the vehicle will visually screen all wastes for unidentified or unacceptable items. If there are any items, which cannot be identified, the participant will be asked to identify the items. All items that cannot be identified will be directed to the site chemist for unknown HazCat characterization. If items are unacceptable, look dangerous, have spilled, or are unsealed, the Site Supervisor will be called immediately to review the situation. Otherwise, if the wastes are easily identified they will be placed immediately onto the spark proof carts. The vehicle will be closed, and the participant directed out of the unloading area. Once the wastes are brought into the receiving areas they will immediately be sorted by the Environmental Specialist(s) and directed to the appropriate areas for packaging that include Flammable Liquids/Paint Related Materials, Aerosols, Latex Paint and Non -Paint Materials. Environmental Specialist(s) will categorize any non -paint materials, at the lab pack area, and separate and pack according to the chart under material packaging. Tables are used to set containers for segregation. This will include reactive paints, such as isocyanates and aluminum paint, flammable solids, spontaneously combustibles, water reactives, oxidizers, organic peroxides, poison solids, pesticides, which are toxic and sometimes flammable, acids, caustics, household batteries, cell phone batteries, hearing aid batteries, mercury items, asbestos, which must be triple bagged, to receive. Reactive materials are immediately put in a separate 5 gallon pail and kept separate from other materials. Please see material packaging for the proper segregation used in the lab packing area. The Project Manager or any Clean Earth Specialist will be notified immediately if there are problems, spills, or if anything appears questionable. Identify Unknown Waste - Unknown wastes will be identified in the lab pack area. They will then be marked and packed according to proper D.O.T. hazard classification for safe shipment back to SES'S facility in Houston, where they will be consolidated and packaged for final disposal. Do not let chemicals accumulate on the lab pack tables. This makes it very difficult to get the drums ready for shipment before closing time. Pay close attention to the PPE being used and safe work procedures. Many different types of corrosive, poisonous, and irritating materials will be handled. The chemical classification procedure is outlined below. 12 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe Chemical Classification Clean Earth has trained chemists to determine which material should be placed in each pre -marked and labeled classification container. If needed, the chemists have reference books such as a NIOSH Guide and Hawley Chemical Dictionary to provide packing information. On -site chemical classification will be used in order to determine the hazard class of unlabeled material. Only physical characterization tests, using test strips or sealed kits, will be performed. All unlabeled material delivered on site will be placed on the lab pack sorting table. The lab pack technicians will move the unlabeled containers to the Chemical Classification Area for testing, one at a time. The first step in identifying the unlabeled chemical will be to closely inspect the container to determine if portions of a label or the color, shape and type of bottle give any clues as to the contents. It is often quite simple to identify pesticides by the types of containers they come in the same is true for many household cleaners. All materials that have crystals in or around the lid should first be tested to determine if they are Peroxides. The peroxide test is also a test strip that needs to be moistened and placed in contact with the crystals. If no crystals are present or if all the crystals are inside the container it is still prudent to perform the peroxide test by gently working the test strip under the sealed edge of the cap. The test is very sensitive, and the residue left on the inside of the cap will be sufficient to perform this test. WARNING! IF THE TEST IS POSITIVE, STOP AND CONTACT THE SITE SUPERVISOR. Peroxides that have crystals should never be opened, bumped, heated or physically stressed in any way since they are shock sensitive and WILL EXPLODE! Materials that have no crystals but test positive on the Peroxide test will be packed into the Organic Peroxide lab pack drum. The third step is to determine if the material is an oxidizer, this will again require that a wetted test strip be placed in contact with the material. Starch Iodide paper will be used to determine if material is an oxidizer. If the oxidizer test is positive the material will be packed with the oxidizers regardless of pH. The final step will be to determine if the material is a Base or an Acid, a single strip of pH paper will be dipped into a liquid or a wetted pH paper will be placed in contact with a solid. If all other tests are negative and the pH is less than 3 the material will be placed with the acids, if the pH is greater than 11 it will be placed with the Alkali. In the case that all of the tests are negative the unlabeled material will be considered a poisonous pesticide and will be packed in the poison, flammable lab pack drum. After each of the Classification tests it is important to record the results obtained, in order to avoid confusion and the duplication of efforts. All the results will be clearly marked on the container using an indelible marker. The following notation will be used: Peroxide Test Positive: OP+ Peroxide Test Negative: OP - Oxidizer Test Positive: OX+ Oxidizer Test Negative: OX- pH Test: pH= For example, a material that was determined to be an oxidizer would have the following notation: OP- /OX+. A material that is determined to be a strong alkali should have the following notation on the container: OP-/OX-/pH=13. All materials that are categorized as Unknown Poisonous Pesticide will have the following notation: OP- /OX-/pH=4-10. Other physical tests that may be performed on site from time to time are tests to determine if oils contain chlorinated hydrocarbons, especially PCBs. 13 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho Bulking Procedures — Flammable Liquids Area: Flammable fuel material will be bulked on site. The following outlines the standard operating procedures utilized when consolidating flammable or combustible materials. • Use appropriate Personal Protective Equipment including but not limited to SCBA, Air purifying respirator, face -shields, nitrile gloves, tyvek suit, steel toed safety shoes, and eye protection. • Set up bulking area in a well -ventilated location away from unloading zone and other heavily trafficked areas. • Place fire extinguisher and spill response materials in designated bulking area. • Ground each bulking container. • Carefully inspect all items to be bulked. Do not consolidate or bulk any Zone A, poison inhalation hazard, fuming, obnoxious, or odorous materials. Any unknown or unlabeled materials should be sent to the lab pack area for chemical characterization. • Prior to consolidating any material perform a blend test in a 11­12-5 poly bucket. Pull a sample of the blend drum liquid and deposit into test bucket. Add a small amount of the material to be consolidated into the test bucket. Inspect for any reaction. This may include evolution of bubbles, popping/ crackling sounds, temperature changes, and/ or color changes. • If no adverse reaction is observed add the remainder of the material to the consolidation drum. • If an adverse reaction is observed, immediately move the bucket to a safety zone and evacuate the bulking area. Notify the Site Supervisor. Stand by with fire extinguisher until reaction subsides. Send any materials from a managed adverse reaction to the lab pack area for proper handling and disposal. Motor Oil Area: Hudgins Oil will be handling the oil, antifreeze, and oil filters. The drums will be set up away from the hazardous waste collection area to prevent cross contamination. In this area motor oil and antifreeze are consolidated. Oil will be bulked into drums to be transported at the end of the day. When bulking, be careful not to splash the material. For added safety, all bulking personnel will be required to wear safety glasses and apron in order to reduce contamination. WARNING! It is vital to keep a constant watch on the fluid levels in the drums and tank to prevent overflow. Paint Processing: Oil -based Paint/Solvent: Oil based paint will not be bulked at this event Only leaking paints or paint cans with no lids will be taken to the flammable liquids area and the following procedures will be followed. In this area, containers of paint will be given directly to the person bulking flammables. When pouring paints and solvents into drums personnel are trained to watch for: a) paints that contain isocyanates b) wood treatments containing pentachlorophenol c) catalysts for fiberglass resins d) hardeners for plastic fillers These materials will be directed to the lab pack area. Latex Paint: All clearly labeled Latex paint will be sorted out of the general waste stream and packed into a 25-yard roll -off box or into cubic yard boxes for further processing off site. 14 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe Procedures for unsealed, leaking, or contaminated containers: To unload or sort materials proper PPE and controls will be utilized to protect the workers and participants. This includes safety glasses, long sleeve shirt, pants, tyvek suit or apron, nitrile gloves, cloth gloves may be worn over nitrile gloves, and safety shoes. • Be aware of dirty gloves when opening car doors and trunks. Take care when removing materials from vehicles. Be alert for leaking or open containers, broken handles, etc. Old plastic jugs especially can become brittle after sitting outside over time. • Immediately bag any container that is leaking before transferring to cart. Any leaking or unsealed container will be secured by taping the lid, if necessary, and putting in a zip -lock bag or 5-gallon pail, before removal from vehicle, and taken to the lab pack area for further packaging. If a container is contaminated on the external surface, an absorbent rag will be used to clean the exterior surface and the container and rag will be put in a zip lock bag, before packaging. If a participant has something they cannot identify, the material will be immediately taken to the lab pack area for HazCat analyses. Special Handling and processing Waste - The following describes the provisions for waste requiring special handling and wastes identified as non -hazardous. Materials requiring special handling, such as incompatible materials, will be separated from materials with which they are incompatible by 4 feet. The personnel offloading will be instructed to immediately take these materials to the lab pack area to be packaged per their hazard class, thus segregating from other materials. Examples of these would be acids, bases, oxidizers, organic peroxides, dangerous when wet, spontaneously combustible, flammable solids, and mercury bulbs. Also, any leaking container will be secured by taping the lid, if necessary, and putting in a zip -lock bag or 5-gallon pail, before removal from vehicle, and taken to the lab pack area for further packaging. If a participant has something they cannot identify, the material will be immediately taken to the lab pack area for HazCat analyses. If during the survey, it is determined that the participant has material that is on the list for non -acceptance, the city Representative will be called over to determine what action should take place. Non -hazardous materials, such as latex paint and caulk, will be boxed separately. Oil, antifreeze, and oil filters will be collected in a separate area and separated from the hazardous materials. See attachment B for detailed layout of collection areas. (i)If radioactive waste is brought to the event, Clean Earth or the city can direct the patron to a company that handles such materials. (ii)If the patron brings in infectious or biological waste, they will be directed on how to dispose of properly, i.e. sharps can be put in gallon jug and use plaster of paris to solidify and wrap duct tape around opening, before sending to landfill, to prevent harm to sanitation employees. They will also be told about the option to get set up with a vendor to send via mail for disposal. (iii)If asbestos is brought to the event, we must first determine if it has been bagged properly. Clean Earth and the city will determine if the material will be accepted at that time and then Clean Earth can package for shipment. (iv)If PCB's are brought to the event, Clean Earth and the city will determine if the material will be accepted at that time. If Clean Earth is asked to accept PCB's they will be manifested separately. (v)If explosives are brought to the event, if the sheriff or police are available, they will be alerted to assist the patron with options for disposal. Depending on the type of explosive, Clean Earth may be able to accept the material and render non -explosive. (vi)If compressed gas cylinders are brought to the event, Clean Earth and the city will determine if the material will be accepted at that time. Clean Earth is permitted to receive cylinders in good condition and not leaking. 15 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho (vii)If tanks for compressed fuel are brought to the event and the city asks Clean Earth to accept them, we are permitted and are equipped to package and ship those items. & 335.405(a)(7) — must include Provisions for inclement weather; Shelter: Tents will be utilized to provide shelter for Clean Earth staff from extreme high winds or lightning. The waste trailer will be utilized for storage of filled containers, if the weather requires. Rain gear will be available to all staff, if the need arises. If in the event, the weather impedes working conditions, such as cause personal harm to persons or danger of contamination to the environment, the decision will be made by the city representative and the Clean Earth site supervisor, to stop offloading waste until such time is safe to continue. All open containers will be secured, as to prevent any leaks or spills. All staff will be directed to take shelter in their vehicles. Patrons will be asked to wait in their vehicles or come back in 30 minutes, until it is deemed safe to continue with the event. If after 30 minutes, the weather has not subsided, the event will be cancelled. An alternate date was not chosen, so if deemed necessary, Clean Earth and the city will discuss another date and send notification to the state within the 45-day deadline. Patrons will be made aware that another date will be chosen. A Clean Earth or city representative will be available until one hour after the advertised closure, to instruct patrons of the event being cancelled due to severe weather. & 335.405(a)(8) — must include recordkeevine Recordkeeping: Clean Earth will provide the shipping, manifesting, record keeping, and reporting requirements as identified in all sections of this item. A. Labeling/ Marking. All Labeling and Marking will be in compliance with 40 CFR Part 262 and DOT HM-181 requirements including but not limited to the following: 1. DOT Hazard Class Label 2. Drum ID #, profile # 3. DOT marking label Each label will be aronerly marked with the followinL, information: 1. Proper shipping name 2. Hazard class 3. UN or NA number if applicable 4. Constituents (two constituents required for all drums that have a proper shipping name ending in N.O.S. ) 5. Reportable quantity ("RQ") if applicable 6. Generator will be Clean Earth Environmental Solutions, Inc. 7. Clean Earth Environmental Solutions, Inc. EPA/DOE # will be used B. Manifesting. All manifests will be completed by Clean Earth per 40 CFR part 262 and 263 and DOT HM-181 regulations and signed by the Site Supervisor or designated team member prior to any drum shipment. The manifest will state the generating site location and clearly note that the waste is "Household Hazardous Waste Exempt per 40 CFR 261.4(b)(1)". 16 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEartho C. Reports. Clean Earth will provide copies of signed manifests, Certificates of Disposal and a final event summary report detailing the following: • Types and total amount of HHW collected • Amount of material collected per participant • Amount of materials managed by Treatment/ Recycling/ Disposal methods 17 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth � 335.405(a)(9) —Attachments (A) ATTACHMENT 1 MAP OF COLLECTION SITE (Refer to Site Layout Attachment) Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe (B) ATTACHMENT 2 QUALIFICATIONS OF KEY PERSONNEL §335.405(a)(3) of this Operations Plan details the job functions and training of personnel that will be utilized to perform this HHW collection event. HAZWOPER certifications are available upon request. 19 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarth (C) ATTACHMENT 3 HEALTH AND SAFETY PLAN (Refer to attachment H & S Plan) 20 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB CleanEarthe DocuSign Envelope ID: 94635C97-05C6-4E36-AEA8-503EOOA132BO FORTWORTH. ADDENDUM TO REQUEST FOR PROPOSALS NO. 24-0119 HOUSEHOLD HAZARDOUS WASTE DISPOSAL ENVIRONMENTAL SERVICES DEPARTMENT City of Fort Worth ADDENDUM NO. 1 DATE ISSUED: February 28, 2024 REQUEST FOR PROPOSALS (RFP): 24-0119 BID OPENING DATE: March 28, 2024 (EXTENDED) RFP No. 24-0119 issued February 7, 2024, is hereby amended as follows: The deadline for submission has been extended to March 28, 2024 at 2:00 p.m. local time. Questions and Answers received at the pre -proposal conference and the procurement portal are hereby incorporated, in full text, Exhibit A pages 2 — 5. Manifests and Waste Profiles are hereby incorporated, in full text, Exhibit C, page 7 — 33. Attachment RFP-05-Evaluation Factors and Scope of Services, Section 3 — Disposal Methods has been added to the Scope of Services and is hereby incorporated, in full text, Exhibit B, page 6. Attachment RFP-06-Required Proposal Documents, has been revised to correct the checkmark issue of having the entire list selected when any item is check -marked. RFP 24-0119 Household Hazardous Waste Disposal Bid Table (BT-56AO) has been revised to create a section for Household Hazardous Waste and a section for City Generated Waste. Two new lines have been added in the Services section, beginning with Line Item Number "#32. These lines are EPA Manifest Fee and High Hazard Stabilization Fee. All other terms and conditions remain unchanged. Denise Medrano Admin Assistant ................................................................................. By the signature affixed below, Addendum No- 1 is hereby incorporated into and made part of the above referenced Request for Proposals. COMPANY NAME: Clean Fartl' F.nviromInc. nental Solutions, In w. SIGNATURE: Anti��a NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. HHW Waste Disposal Page 1 147 03/28/2024 Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB EXHIBIT D VERIFICATION OF SIGNATURE AUTHORITY Contractor hereby agrees to provide City with its audited publicly disclosed financial statements. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Contractor and to execute any agreement, amendment or change order on behalf of Contractor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Contractor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Contractor. Contractor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Contractor. 1. Name: Melinda Rath Position: SVP, Sales DocuSigned by: A. gigmh"kB0644C9_. 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President / CEO Other Title: Date: Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB City of Fort Worth, Texas Mayor and Council Communication DATE: 08/13/24 M&C FILE NUMBER: M&C 24-0665 LOG NAME: 22HAZARDOUS WASTE DISPOSAL RFP NO. 24-0119 SUBJECT (ALL) Authorize the Execution of Non -Exclusive Service Agreements with Clean Earth Environmental Solutions, Inc., Tradebe Environmental Services, LLC and Heritage Environmental Services, LLC for Hazardous Waste Disposal Services in an Estimated Combined Amount Up to $900,000.00 for the Initial Term with Four Additional One -Year Renewal Options for the Environmental Services Department RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive service agreements with Clean Earth Environmental Solutions, Inc., Tradebe Environmental Services, LLC, and Heritage Environmental Services, LLC for hazardous waste disposal services in an estimated combined amount up to $900,000.00 for the initial term with four additional one-year renewal options for the Environmental Services Department. DISCUSSION: The Environmental Services Department issued a Request for Proposal (RFP) to procure an agreement for the packaging, transportation, recycling, and disposal of aggregated household hazardous waste commonly collected at the Environmental Collection Center and drop-off stations, as well as disposal of City -generated hazardous, non -hazardous, and special waste. The City of Fort Worth (City) will utilize this agreement to safely collect, transport, treat, and dispose of hazardous materials in compliance with regulations and minimize environmental risks. In order to procure these services, the Environmental Services Department purchasing staff issued Request for Proposal (RFP) No. 24-0119. The RFP consisted of detailed specifications describing the project background, vendor requirements, and other requirements to perform the services. The RFP was advertised in the Fort Worth Star -Telegram on February 7, 2024, February 14, 2024, February 21, 2024, February 28, 2024, March 6, 2024, and March 13, 2024. The City received three responsive proposals. An evaluation panel consisting of representatives from the Environmental Services, Diversity and Inclusion, and Information Technology Solutions evaluated and scored the responses using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Proposers IlClean Earth Environmental Solutions, Inc. Tradebe Environmental Services, LLC Heritage Environmental Services, LLC Evaluation Criteria: Evaluation Factors A B C D 17.08 10.67 13 35 17.92 12 14.33 14.16 16.25 13 12.33 9.252 • A) Proposer's Qualifications and Experience • B) Availability of Resources to Provide Services • C) Proposer's Approach to Perform Services • D) Cost Total Score I Rank 75.75 58.41 50.84 After evaluation, the panel concluded that Clean Earth Environmental Solutions, Inc., Tradebe Environmental Services, LLC and Heritage Environmental Services, LLC present the best value and the necessary coverage for the City. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' proposals each meet specifications. FUNDING: The maximum combined annual amount allowed under the agreements will be $900,000.00-1 however, the actual amount used will be based on the needs of the department and the available budget. Funding is budgeted in the General Operating & Maintenance categories in the Docusign Envelope ID: B6908E15-OCBE-408D-8FD5-EDE147BF2BDB ntal Services Department. BUSINESS EQUITY: Clean Earth Environmental Solutions, Inc. is in compliance with the City's Business Equity Ordinance by submission of the prime contractor waiver form. The City's Business Equity Goal on this project is 11 %. BUSINESS EQUITY: Tradebe Environmental Services LLC is in compliance with the City's Business Equity Ordinance by submission of the prime contractor waiver form. The City's Business Equity Goal on this project is 11 %. BUSINESS EQUITY: Heritage Environmental Services, LLC is in compliance with the City's Business Equity Ordinance. Heritage Environmental Services, LLC has agreed/committed to utilize 11 % business equity sub -consultant participation for the scope of work, meeting the City's Ordinance. The City's Business Equity Goal on this project is 11 %. AGREEMENT TERMS: Upon City Council approval, these agreements will begin upon execution and expire one year from that date (initial term). Each agreement may be renewed for four additional, one-year terms. Renewal action does not require specific City Council approval, provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. IaP1191M1:1;101Vky,F_110ICL,File]4:401a KIN010]:F The Director of Finance certifies that upon approval of the recommendation, funds are available in the current operating budget, as previously appropriated, in the Solid Waste and Environmental Protection Funds. Prior to an expenditure being incurred, the Environmental Services Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office by Oriainatina Business Unit Head: Additional Information Contact: Signature: KeB� Valerie Washington 6199 Cody Whittenburg 5455 Sarah Czechowicz 5164 Denise Medrano 2031 Signature:5m�. Email: Katherine.Cenicola@fortworthtexas.gov Email: allison.tidwell@fortworthtexas.gov