Loading...
HomeMy WebLinkAboutContract 41788CITY SECRETARY O c--, CONTRACT NO ._'::\~\ 1..;....o_-z;,_ e.c.re fo..r1. Between CITY OF FORT WORTH and VEOLIA ES TECHNICAL SOLUTIONS, LLC For Annual Contract for Transportation, Disposal, and Packaging of Hazardous, Special, and Solid Waste Project#: DEM 10-11: HAZ Transportation & Public Works Department Environmental Services Division Februarv 2011 OFFICIAL R CORD VlitVl~liii IRY FT. WORTH, TX Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA DATE: CODE: 1/25/2011 C COUNCIL ACTION: Approved on 1/25/2011 REFERENCE NO.: **C-24690 TYPE: CONSENT LOG NAME: PUBLIC HEARING: FORTWORTII ~ 20CITYHW-VEOLIA NO SUBJECT: Authorize the Execution of a Contract with Veolia ES Technical Solutions, LLC, in an Amount Not to Exceed $150 ,000.00 per Year for Packaging, Transportation and Disposal of Hazardous, Special and Solid Waste Generated by the City RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Veolia ES Technical Solutions, LLC, in an amount not to exceed $150,000.00 per year for packaging , transportatio11 and disposal of hazardous, special and solid waste generated by the City. DISCUSSION: Various City departments use products and/or generate wastes that cannot be disposed of by traditional solid waste methods. To comply with federal and state requirements regarding such disposal, the Transportation and Public Works Department, Environmental Services Division requires the services of a hazardous waste disposal contractor. Materials for disposal under this contract include , but are not limited to solvents, thinners, paints, pesticides, contaminated automotive fluids , acids/bases, printer/copier chemicals, and soil or absorbent materials contaminated with spilled chemicals. An Invitation to Bid was issued on October 6, 2010 for a contractor to package , transport and dispose of hazardous, special and solid waste generated by the City . Bids were received on November 4, 2010 from the following companies: Clean Harbors Environmental Services, Inc. Envirosolve , Inc. Green Planet, Inc. Heritage Environmental Services, LLC Progressive Environmental Services, Inc. dba Eagle-SWS PSC Environmental Services , LLC dba Chemical Reclamation Services , LLC SET Environmental , Inc. Veolia ES Technical Solutions, LLC Bids were evaluated based on a predetermined list of criteria with weighted values to determine the recommendation for award of contract. These measures included cost , qualifications and experience in providing the required services, quality of services, legal and compliance record , and bidder's past relationship with the City. Based on the total point distribution of those measures , City staff recommends award of contract to Veolia ES Technical Solutions, LLC (Veolia). Total expenditures under this contract will not exceed $150,000 .00 per year. This agreement will commence on the date the contract is fully executed by all parties and will continue for a period of 12 months. The contract may be extended by subsequent agreement of both parties for three additional 12 month periods. Renewal may be effected by notice in writing by the City Manager or his designated representative to the contractor within 30 days of the expiration of the term and does not require specific City Council approval provided that the City Council has http ://app s.cfwnet.org/council_packet/mc_revie w.as p ?I D=l4554&councildate=l/25 /2011 1/30/2011 M&C ev1ew Page 2 of2 appropriated sufficient funds to satisfy the City's obligations during the renewal term . A waiver of the M/WBE requirements was requested by the department and approved by the M/WBE office because the purchase of services is from sources where subcontracting or supplier opportunities are negligible . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Environmental Management Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers R103 539410 0204106 $150.000.00 Fernando Costa (6122) William A. Verkest (7801) Michael A. Gange (6569) http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 14554&councildate= 1/25/2011 1/30/2011 STATE OF TEXAS COUNTY OF TARRANT § § § KNOWN ALL BY THESE PRESENTS : CONTRACT FOR SERVICES This Contract is entered into by and between the City of Fort Worth ("City "), a home-rule municipality located within Tarrant, Denton , Parker, and Wise Counties, Texas, acting through Fernando Costa , its duly authorized Assistant City Manager, and Veolia ES Technical Solutions, LLC , by Skyler Kerby, its duly authorized General Manager. City and Contractor may be referred to herein individually as a Party, or collectively as the Parties. In consideration of the mutual promises and benefits of this Agreement, the City and the Contractor agree as follows: ARTICLE 1. DEFINITIONS Q!y means the City of Fort Worth . Change Order means an officially authorized and executed written modification or amendment to this contract or to a Task Order, issued by the City . Contract Documents shall consist of the written , printed, typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include, but are not limited to this contract, all bid documents , the Request for Proposals, Invitation to Bid, instructions to bidders , special instructions to bidders, addenda to the notice to bidders , proposal , plans, specifications, maps , blueprints, notice of award , general conditions, special conditions, supplementary conditions , general provisions, special provisions, work order(s}, change orders, any contract amendments and the payment, performance and maintenance bonds, or other such similar documents. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. Contractor means Veolia ES Technical Solutions , LLC . Environmental Requirements shall mean all applicable present and future statutes , regulations , rules, ordinances, codes , licenses , permits, orders, approvals, plans , authorizations, concessions, franchises , and similar items, of all governmental agencies, departments , commissions, boards, bureaus , or instrumental ities of the Contract for Transportation , Disposal and Packaging of Hazardous , Special and Sol id Waste Veolia ES Technical Solutions , LLC Page 1 of 31 United States, states, and political subdivisions thereof and all applicable judicial, administrative , and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a . All requirements, including, but not limited to, those pertaining to reporting , licensing, permitting, investigation, and remediation of emissions, discharges, releases , or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances , materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, storm water, or land, or relating to the manufacture , processing, distribution , use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid , or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. Hazardous Waste is defined as any solid waste listed as hazardous or that possesses one or more hazardous characteristics as defined in federal waste regulations (40 CFR §261). Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work . It also authorizes future invoices to be paid. Solid Waste means any garbage, rubbish, recyclables, sludge from a waste treatment plant, water supply treatment plant, or air pollution control facility , and other discarded material, including solid, liquid, semi-solid, or contained gaseous material resulting from industrial , municipal, commercial, mining, and agricultural operations, and from community and institutional activities, but does not include : 1. Solid or dissolved material in domestic sewage, or solid or dissolved material in irrigation return flows, or industrial discharges subject to regulation by permit issued pursuant to the Texas Water Code, Chapter 26; 2. Soil , dirt, rock sand, and other natural or man-made inert solid materials used to fill land if the object of the fill is to make the land suitable for the construction of surface improvements; or 3. Waste materials which result from activities associated with the exploration, development, or production of oil and gas and are subject to control by the Railroad Commission of Texas . Special Waste is a waste that requires special handling, trained people, and/or special disposal methods. A waste may be a special waste because of its quantity, concentration, or physical , chemical, or biological characteristics. Special waste is Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solut ions , LLC Page 2 of 31 defined in 30 TAC 330 .3(148) and described further in 330.171 and 330.173. Examples of special waste include: • Class 1 nonhazardous industrial waste • Untreated medical waste • Hazardous waste from conditionally exempt small-quantity generators • Municipal and domestic water and wastewater treatment plant sludges • Septic tank pumpings • Grease and grit trap wastes • Slaughterhouse wastes • Dead animals • Drugs , contaminated foods, or contaminated beverages ( other than those contained in normal household waste) • Pesticide containers • Discarded materials containing asbestos • Incinerator ash • Contaminated soils • Waste from oil, gas , and geothermal activities subject to regulation by the Railroad Commission of Texas when those wastes are to be processed, treated , or disposed of at a MSW facility • Certain wastes generated outside the boundaries of Texas • Other wastes that may be special wastes in some cases (for example, sorbent materials , blast media, diseased plants) Subcontract means a contract between the Contractor for this project and another person for any complete task defined in the scope of work. A purchase order is also considered a subcontract. Work Assignment or Task Order means a letter sent to the Contractor via facsimile transmission or by email by the City to the Contractor, specifying work to be done by Contractor pursuant to the terms of this contract. ARTICLE 2. SERVICES Contractor hereby agrees to perform as an independent contractor the services set forth in the Scope of Work attached hereto as Attachment "A ". ARTICLE 3. COMPENSATION Section 1. Fee Schedule. City agrees to pay Contractor for its services on a cost basis as delineated in the Contractor's Response to the 1TB included herein as Attachment B. City and Contractor Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 3 of 31 agree that the total cost of this Agreement shall not exceed One Hundred Fifty Thousand Dollars ($150 ,000). The City will not be liable for any Contractor costs in excess of the not-to-exceed amount unless City has signed and duly issued a formal amendment or modification to the Agreement consistent with the requirements of the Fort Worth City Charter and Code. There is no guarantee of a minimum amount of work or compensation to be awarded under this contract. City shall not pay for any work performed by Contractor or its subcontractors, and/or suppliers that has not been specifically ordered by the City in writing by Task Order or Work Assignment pursuant to the terms of th is contract or duly authorized modification . Contractor shall not be compensated for any work that is verbally ordered by any person and shall rely only upon written authorization to conduct work. Section 2. Release Upon Payment Acceptance by Contractor of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection w ith such services. Section 3. Invoice and Payment. Contractor's invoices must contain the following information : • unit and total prices for transportation , disposal and recycling plus any charges for supplies, equipment, and purchased services if such are required ; and • the total cost of all work assignments to date and the amount remaining in the Agreement. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Contractor's invoice for payment of same. In the event of a disputed or contested billing , only that portion so contested may be withheld from payment , and the undisputed portion will be paid. No interest will accrue on any contested portion of the billing until mutually resolved. City will exercise reasonableness in contesting any billing or portion thereof. ARTICLE 4. TERM Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 4 of 31 Unless terminated pursuant to the terms herein, this contract shall commence on the date the contract is fully executed by all parties unless otherwise stipulated in the Notice of Award Letter, and contingent upon the completion and submittal of all required pre- award documents; and shall continue for a period of twelve (12) months. However the term of this contract may be extended by the duly authorized written agreement for up to three (3) additional twelve (12) month periods for a total of forty-eight (48) months . The contract prices resultant from this solicitation shall prevail for the full duration of the initial contract term. For subsequent renewals all conditions, terms , and pricing shall remain the same as stated in the original contract unless otherwise agreed upon in writing by both parties. ARTICLE 5. INDEPENDENT CONTRACTOR Contractor shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City . Contractor shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same , and shall be solely responsible for the acts and omissions of its officers, agents, employees , contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Contractor, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Contractor. ARTICLE 6. PROFESSIONAL COMPETENCE AND INDEMNIFICATION Work performed by Contractor shall comply in all aspects with all applicable local, state and federal laws and w ith all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approvals issued by the City or another entity shall not constitute or be deemed to be a release of the responsibility and liability of Contractor or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder, which shall be performed in accordance with the applicable professional standard of care. In accordance with Texas Local Government Code Section 271.904, the Contractor shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Contractor or Contractor's agent, contractor under contract, or another entity over which the Contractor exercises control. Contractor and its subcontractors and agents shall obtain property/facility owner permission prior to accessing or entering said property or facility and shall not commit trespass. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Techn ical Solutions , LLC Page 5 of 31 ARTICLE 7. INTELLECTUAL PROPERTY Section 1. Rights in data. The City shall have unlimited rights in all data delivered under this contract, and in all data first produced in the performance of this contract. Contractor is advised that all contract documents and work product may be subject to the Texas Public Information Act, and the City may be required by law to provide information to a person under this Act. Contractor agrees to hold harmless the City for releasing any information which the City has an obligation to release under the Act. ARTICLE 8. INDEMNIFICATION Section 1. Definitions . In this paragraph, the following words and phrases shall be defined as follows: Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement of judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of the existence of a violation of environmental requirements pertaining to work performed under this contract or by the operations of the Contractor and Subcontractors, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and investigation or remediation of the monitoring wells or any violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure , restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such monitoring wells or violations or environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 6 of 31 c. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connect ion with the items referenced in subparagraph (b) herein. Environmental requirements shall mean all applicable present and future statutes, regulations , rules , plans, authorizations , concessions, franchises, and similar items, of all governmental agencies , departments, commissions, boards, bureaus , or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial , administrative , and regulatory decrees , judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements , including, but not limited to , those pertain ing to reporting, licensing, emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid , or gaseous in nature, into the air, surface water, groundwater, stormwater, or land, or relating to the manufacture , processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials , or wastes , whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. Section 2. General Indemnification. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PERSONAL PROPERTY, OR PERSONAL INJURY, AND/OR DEATH, OCCURRING AS A CONSEQUENCE OF THE CONTRACTOR'S OPERATIONS UNDER THIS AGREEMENT, WHEN SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE INTENTIONAL TORTS OR SOLE NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS AND ANY OTHER PERSON OR ENTITY. Section 3. Environmental Indemnification. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL Contract for Transportation , Disposal and Packaging of Hazardous , Spec ial and Sol id Waste Veol ia ES Technical Solutions , LLC Page 7 of 31 ENVIRONMENTAL REQUIREMENTS RESULTING FROM CONTRACTOR'S OPERATIONS UNDER THIS AGREEMENT WHEN SUCH ENVIRONMENTAL DAMAGES OR VIOLATION OF ENVIRONMENTAL REQUIREMENTS ARE CAUSED BY THE ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS, OR THE JOINT ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS AND ANY OTHER PERSON OR ENTITY. Section 4. The obligations of the Contractor under this Article shall include, but not be limited to, the burden and expense of defending all claims , suits and administrative proceedings (with counsel reasonably approved by the City), even if such claims, suits or proceedings are groundless, false, or fraudulent, and conducting all negotiations of any description , and paying and discharging, when and as the same become due, any and all judgments, penalties or other sums due against such indemnified persons. Upon learning of a claim, lawsuit, or other liability which Contractor is required hereunder to indemnify, City shall provide Contractor with reasonable timely notice of same. All Contractors under this contract agree that they assume joint and several liability for any claim by the City or for a third party claim against the City for general or environmental damages caused by any of the Contractors herein. The obligations of the Contractor under this paragraph shall survive the expiration or termination of this Agreement and the discharge of all other obligations owed by the parties to each other hereunder. IN ALL OF ITS CONTRACTS WITH SUBCONTRACTORS FOR THE PERFORMANCE OF ANY WORK UNDER THIS CONTRACT, CONTRACTOR SHALL REQUIRE THE SUBCONTRACTORS TO INDEMNIFY THE CITY IN A MANNER CONSISTENT WITH THIS SECTION. In the event that a written claim for damages against Contractor or any of its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the City Manager, as evidenced by a final inspection, final payment to Contractor shall not be recommended by the City Manager for a period of thirty (30) days after the date of such final inspection, unless the Contractor submits written evidence satisfactory to the City Manager that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettled at the expiration of the said thirty-day period, the Contractor may be deemed by the City Manager to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 8 of 31 The City Manager shall not recommend final payment to Contractor if a claim for damages is outstanding for a period of six (6) months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing, satisfactory to the City Manager, that: a. The claim has been settled and a release has been obtained from the claimant involved; or b. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (a) above is met at any time within the six (6) month period, the City Manager shall recommend that the final payment to Contractor be made. If condition (b) above is met at any time within the six (6) month period, the City Manager may recommend that final payment to Contractor be made. At the expiration of the six (6) month period, the City Manager may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the City Manager. ARTICLE 9. INSURANCE AND BONDS The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the term of this Contract. Prior to commencing work, the Contractor shall deliver to City, certificates documenting this coverage. The City may elect to have the Contractor submit its entire policy for inspection. A. Insurance coverage and limits: 1. Commercial General Liability Insurance $1,000,000 each occurrence; $2,000,000 aggregate 2. Professional Liability Insurance $1,000,000 each occurrence; $1,000,000 aggregate 3 . Automobile Liability Insurance Coverage on vehicles involved in the work performed under this contract: $1,000,000 per accident on a combined single limit basis or: $500,000 bodily injury each person; $1,000,000 bodily injury each accident; and $250,000 property damage The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional Insured, as its interests may appear. Liability for damage occurring while loading, unloading and Contract for Transportation, Disposal and Packaging of Hazardous, Special and Solid Waste Veolia ES Technical Solutions, LLC Page 9 of 31 transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease -policy limit $100,000 disease -each employee 5. Environmental Impairment Liability (Ell) and/or Pollution Liability $4,000,000 in aggregate and per occurrence. Ell coverage(s) must be included in policies listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). 6. NOTE: BETWEEN 1 AND 5 ABOVE , ANY POLLUTION EXPOSURE, INCLUDING ENVIRONMENTAL IMPAIRMENT LIABILITY, ASSOCIATED WITH THE SERVICES AND OPERATIONS PERFORMED UNDER THIS CONTRACT SHALL BE COVERED; IN ADDITION SUDDEN AND ACCIDENTAL CONTAMINATION OR POLLUTION LIABILITY FOR GRADUAL EMISSIONS AND CLEAN-UP COSTS SHALL BE COVERED TO THE LIMITS DESCRIBED HEREIN. B. 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. 1. 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 .. 2 . Certificate(s) of Insurance shall document that insurance coverage specified herein are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium . Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to Risk Management Division, City of Fort Worth, 1000 Throckmorton Street, Fort Worth, Texas 76102. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions, LLC Page 10 of 31 7. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency . 8. Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or Letters of Credit may also be acceptable to the City. 9. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the Contract. 10. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the City's discretion; the Contractor may be required to provide proof of insurance premium payments. 11. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 12. The City shall not be responsible for the direct payment of any insurance premiums required by the contract. It is understood that insurance cost is an allowable component of Contractor's overhead. 13. All insurance required above shall be written on an occurrence basis in order to be approved by the City. 14. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required for the Contractor. When subcontractors maintain insurance coverage, Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. 15. Payment and Performance Bonds. Before beginning the work, the Contractor shall be required to execute to the City of Fort Worth a payment bond if the contract is in excess of $25,000 and a performance bond if the contract is in excess of $100,000. The payment bond is solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the Contractor or subcontractor to supply labor or material; and in 100% the amount of the Contract. The performance bond is solely for the protection of the City of Fort Worth, in 100% the amount of the Contract, and conditioned on the faithful performance by Contractor of the work in accordance with the plans, specifications, and contract documents. Contractor must provide the payment Contract for Transportation, Disposal and Packaging of Hazardous, Special and Solid Waste Veolia ES Technical Solutions, LLC Page 11 of 31 and performance bonds, in the amounts and on the conditions required, within 14 calendar days after Notice of Award. 16. Requirements for Sureties. The bonds shall be issued by a corporate surety duly authorized and permitted to do business in the State of Texas that is of sufficient financial strength and solvency to the satisfaction of the City. The surety must meet all requirements of Article 7.19-1 of the Texas Insurance Code. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. In addition, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the Contract be determined unsatisfactory at any time by the City, notice will be given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the City. ARTICLE 10. LICENSES AND PERMITS Contractor certifies and warrants that on the day any work is to commence under this contract and during the duration of the contract it shall have and maintain all of the current, valid, and appropriate federal, state, and local licenses and permits necessary for the provision of services under this contract. Contractor also certifies that if it uses any subcontractor in the performance of this contract, that such subcontractor shall have and maintain all of the current, valid, and appropriate federal, state, and local licenses and permits necessary for the provision of services under this contract. ARTICLE 11. TRANSFER OR ASSIGNMENT City and Contractor each bind themselves, and their lawful successors and assigns, to this Agreement. Contractor has been engaged as a consequence of Contractor's specific and unique skills; Assignment will only be granted under unusual circumstances Contract for Transportation, Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions, LLC Page 12 of 31 and at the sole discretion of the City. Contractor, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. ARTICLE 12. RIGHT TO AUDIT (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this Agreement. Contractor agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting contractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Contractor and any subcontractor reasonable advance notice of intended audit. ( c) Contractor and subcontractors agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. ARTICLE 13. MINORITY AND WOMAN BUSINESS ENTERPRISE (M/WBE) PARTICIPATION Contractor has been granted an M/WBE waiver for this contract. ARTICLE 14. NON-DISCRIMINATION During the performance of this contract, Contractor shall not discriminate in its employment practices and shall comply with all applicable provisions of Chapter 17, Article Ill of the Code of the City of Fort Worth. Contract for Transportation, Disposal and Packaging of Hazardous, Special and Solid Waste Veolia ES Technical Solutions, LLC Page 13 of 31 Contractor agrees not to discriminate against any employee or applicant for employment because of because of age, race, color, religion, sex, disability, national origin, sexual orientation, transgender, gender identity or gender expression in any manner involving employment, including the recruitment of applicants for employment, advertising , hiring, layoff, recall , termination of employment, promotion, demotion, transfer, compensation, employment classification, training and selection for training or any other terms, conditions or privileges of employment. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this contract, that Contractor is an equal opportunity employer. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. ARTICLE 15 . OBSERVE AND COMPLY Contractor shall at all times observe and comply with all federal, state , and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Contractor agrees to defend, indemn ify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ARTICLE 16. DEFAULT Contractor shall not be deemed to be in default because of any failure to perform under this contract if the failure arises solely from causes beyond the control of the Contractor and without any fault or negligence by the Contractor. Such causes shall include acts of God, acts of war or terrorism, fires, floods, epidemics, quarantine restrictions, labor strikes, freight embargoes, and events of unusually severe weather. If the failure to perform is caused by the failure of a subcontractor of Contractor's to perform , and if such failure was beyond the control of both the Contractor and the subcontractor, without their fault or negligence, Contractor shall not be deemed to be in default unless the subcontracted supplies or services were reasonably obtainable from other sources. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 14 of 31 If Contractor fails to begin work herein provided for within the time specified above, or to complete such work within the time specified above, within the true meaning of this Agreement, City shall have the right to take charge of and complete the work in such a manner as it may deem appropriate. If City exceeds the costs detailed in the attached documents, City may deliver to Contractor a written itemized statement of the total excess costs, and Contractor shall reimburse City for such excess costs without delay. Alternatively, if at any time during the term of this Agreement the work of Contractor fails to meet the specifications of the Agreement and the Contractor's Response to the 1TB, City may notify Contractor of the deficiency in writing. Failure of Contractor to correct such deficiency and complete the work required under this Agreement to the satisfaction of City within ten (10) days after written notification shall result in termination of this Agreement. All costs and attorneys fees incurred by City in the enforcement of any provision of this Agreement shall be paid by Contractor and accepted by the City. The remedies provided for herein are in addition to any other remedies available to City elsewhere in this Agreement. ARTICLE 17 . TERMINATION City may terminate this contract without cause by giving thirty (30) days prior written notice to Contractor. In the event of termination, any work in progress will continue to completion unless otherwise specified in the notice of termination. If the City terminates this contract under this provision, City shall pay Contractor for all services performed prior to the termination. Termination shall be without prejudice to any other remedy the City may have. Contractor may terminate this Agreement with or without cause upon ninety (90) days prior written notice to City. All data and completed or partially completed documents and work product prepared under this contract shall be promptly turned over to the City upon termination of this contract. ARTICLE 18. VENUE AND JURISDICTION If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas -Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. ARTICLE 19 . CONTRACT CONSTRUCTION Contract for Transportation, Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 15 of 31 The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. In the event of any discrepancy between this contract and any other contract documents, this contract shall prevail and control. ARTICLE 20. HEADINGS The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. ARTICLE 21. COUNTERPARTS This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. ARTICLE 22. SEVERABILITY The prov1s1ons of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. ARTICLE 23. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of Contractor, and the making of any such payment by the City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to the City with respect to such breach or default. Any waiver by either party of any provision or condition of the contract shall not be construed or decreed to be a waiver of any other provision or condition of this Contract, nor a waiver of a subsequent breach of the same provision or condition, unless such waiver be expressed in writing by the party to be bound. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions, LLC Page 16 of 31 All costs and attorneys fees incurred by the City in the enforcement of any provision of this contract shall be paid by the Contractor. The remedies provided for herein are in addition to any other remedies available to the City elsewhere in this contract and by law. ARTICLE 24 . NOTICES Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or v ia U .S . Postal Service certified mail return receipt requested , postage prepaid, to the address of the other Party shown below: If to the City: If to the Contractor: City of Fort Worth Transportation and Public Works Department Environmental Services Division Attn : Michael A. Gange 1000 Throckmorton Street Fort Worth , Texas 76102-6311 Veolia ES Technical Solutions, LLC Attn : Skyler Kerby General Manager 1800 S. Highway 146 Baytown , TX 77520 ARTICLE 25 . WARRANTY Contractor warrants that it understands the currently known hazards and suspected hazards which are presented to persons, property and the environment by the types of work which are to be performed under this contract. Contractor further warrants that it will perform all services under this Contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order wh ich would prohibit performance of services under this Contract. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Contractor, or its officers, agents, employees, or subcontractors, for the accuracy and competency of their services provided under the Agreement. ARTICLE 26 . NO THIRD-PARTY BENEFICIARIES Contract for Transportation , Disposal and Packaging of Hazardous , Spec ial and Solid Waste Veolia ES Technical Solut ions , LLC Page 17 of 31 This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not , in any form or manner, be considered a third party beneficiary of this Agreement. Each party hereto shall be solely responsible for the fulfillment of its own contracts or commitments . ARTICLE 27 . MODIFICATION No modification of this Agreement shall be binding on Contractor or the City unless set out in writing and signed by both parties . ARTICLE 28 . ENTIRETY This contract, the contract documents, and any other documents incorporated by reference herein are binding upon the parties and contain all the terms and conditions agreed to by the City and Contractor, and no other contracts , oral or otherwise , regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto . In the event of any conflict between this contract and any other contract documents , then the terms of this contract shall govern . This portion of page left intentionally blank. Contract for Transportation . Disposal and Packaging of Hazardous , Spec ial and Sol id Waste Veolia ES Technical Solutions . LLC Page 18 of 31 ATIACHMENT A. SCOPE OF WORK PART 1 SCOPE OF CONTRACTOR'S SERVICES Contractor shall perform in a good and professional manner the services listed in this contract, and those identified in the City's Invitation to Bid ("ITB") DEM 10-11: HAZ as specified in the Contractor's response to the 1TB. Such response shall be attached as exhibit A and shall be incorporated as part of this contract as if fully set forth herein. Any conflict between such documents and the main body of this Contract shall be governed by the terms of the main body of this contract. The work required under this contract includes the following tasks: 1. Contractor shall provide all the labor, materials , and equipment necessary for the packaging, transportation , and disposal of City generated hazardous, special and solid waste on an as-needed basis . 2. Contractor shall provide on-site pick-up of waste within seven (7) calendar days of the request from the City. If a request is made after Noon then the seven (7) calendar day period shall begin the following business day. City owned roll-off boxes shall not be removed from the City facilities for more than twenty-four (24) hours. 3. Contractor shall collect, package (containerizing), and label hazardous, special and solid waste. 4. Contractor shall dispose, recycle and/or reuse requested materials. 5. Contractor shall perform analysis of wastes for disposal as determined by City, including but not limited to Haz-Cat Field Analysis. 6. Contractor shall provide transportation services for hazardous, special and solid waste to disposal or recycling facilities on an as needed basis. 7. Contractor shall dispose of hazardous and other regulated waste. Disposal includes, but is not limited to incineration , treatment and landfilling. 8. Contractor shall provide roll-off boxes and box transportation for disposal on an as needed basis as determined by City. 9. Contractor's handling instructions and chain-of-custody protocols shall be in accordance with all federal and state statues and regulations for laboratory methods and quality assurance. Contract for Transportation , Disposal and Packag ing of Hazardous , Special and Solid Waste Veol ia ES Technical Solutions , LLC Page 19 of 31 10. If Contractor collects a sample of hazardous, special and/or solid waste during the performance of the contract at the direction of City, Contractor shall provide the sample to City at the time of collection. 11. Contractor shall provide all paperwork and documentation needed to complete waste shipments. 12. Contractor shall provide invoices per shipment date that clearly identify shipment address, shipment date, manifest(s) number, type of waste, quantity of each type of waste. 13. Contractor shall provide City with fully executed copies of waste manifests within thirty-five (35) calendar days of pick-up of waste shipments. 14. Contractor shall provide City with certificates of disposal within 60 calendar days of the waste shipments, however, if the waste is a special waste , Contractor shall provide the certificates of disposal within 120 calendar days of pick-up date. 15. Contractor shall provide quarterly "waste" shipment/handling/disposal summaries within fifteen (15) calendar days of the close of the calendar quarter (i.e., due on April 15, July 15, October 15 and January 15). 16. Contractor certifies that it has and will maintain during the term of this contract, current and appropriate federal, state, and local licenses and permits to perform this contract. In addition, Contractor agrees to require any of its subcontractors used to perform this contract to have and maintain current and appropriate federal, state and local licenses and permits to perform the duties prescribed in this contract. 17. Contractor shall provide a minimum of one (1) field technician for shipments containing less than ten (10) containers and a minimum of two (2) field technicians for shipments greater than ten (10) containers and provide a single point of contact for shipment and rescheduling. PART2 SCOPE OF CITY SERVICES City agrees to perform the following services: 1. City shall designate a City representative to provide timely direction to the Contractor, render City decisions and to accompany Contractor on waste disposal projects ; 2. City shall coordinate with City facilities, City departments, and any tenants; Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 20 of 31 3. City shall provide material safety sheets (MSDS's) and process information on wastes for disposal, recycling and/or reuse; 4 . City shall provide timely written notice to Contractor of waste disposal projects , detailing the location(s), type of work and other pertinent information; and 5. City shall provide the required regulatory information for manifest and shipping paper information. This portion of page left intentionally blank. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Techn ical Solutions, LLC Page 21 of 31 ATTACHMENT B. COST OF SERVICES The following tables identify various types of materials that may require disposal and other supplies and services that may be required. Contractor shall provide a cost for each item included on the Tables. If a container size is not applicable please identify as such with "NI A". If a normal process container size is not identified , please write in the container size. The contractor shall provide a list and description of the waste disposal codes used for billing and tracking purposes within the company. . Costs provided for waste disposal shall be "turn-key" costs and include preparation of required shipping documentation, loading, labeling, transportation, all additional fees, and disposal costs (no additional costs, such as fuel surcharges or mileage are to be attached to the unit price at invoicing). Packaging will be limited to lab-packs. The City will present only DOT approved containers for shipment of other materials. If the method of disposal is fuel blending for incinerators please show a price for incineration with and without fuel blending. If one price is given, the City will assume the price is for incineration without fuel blending. Fuel Blending and Incineration for and in Cement Kilns will not be allowed under this contract. Waste Shipments will be scheduled and responded to within seven (7) calendar days after receipt of shipment notice. The additional cost for responding within one (1) calendar day after receipt is No Charge and the additional cost for responding same day after receipt is $ 1,000.00. In addition to the items listed in the tables: • Pricing for cylinders is requested. The majority of cylinders collected from this contract are abandoned; therefore, there is no standard disposal list. Please include a listing of the types and of cylinders handled and cylindered materials handled. From time to time we do receive improperly packaged cylinders, for example, anhydrous ammonia packaged in a propane cylinder. Please include any explanation for additional costs to handle this type of waste. • Provide pricing for available training • Contractor shall attach their Standard Price List at the end of this section along with any applicable discount rate (percentage off standard) that applies to the City of Fort Worth projects. This portion of page left intentionally blank. Contract for Transportation, Disposal and Packaging of Hazardous, Special and Solid Waste Veolia ES Technical Solutions, LLC Page 22 of 31 T bl 1 C t fi d. 1 f a e os s or 1sposa o t k d . ·1 d was es p ac e m pa1 s, rums , b 11 t o xes, or pa e s. ' i{I At ~ . ... ,., ", . · . .~ ,.,: -~ '~ ......... ~ 5 14-15 20 30 55 (gallon) (gallon) (gallon) (gallon) (gallon) ''" ·'"'''' ' 1. Used oil, single $75.00 $75.00 $105 .00 $125 .00 $145.00 packaging 2. Used Antifreeze $75.00 $75 .00 $105.00 $125.00 $145.00 3. Waste Gasoline $75.00 $75.00 $105.00 $125.00 $145.00 4. Waste Gasoline with $75.00 $75.00 $105.00 $125 .00 $145.00 water 5. Waste Diesel $75.00 $75.00 $105.00 $125.00 $145.00 6. Waste Diesel with water $75.00 $75.00 $105.00 $125.00 $145.00 7. Waste Diesel / Gasoline $75.00 $75.00 $105.00 $125.00 $145.00 Mix 8. Used oil filters $75.00 $75.00 $235.00 $245.00 $255.00 9. Used Diesel Filters $7 5.00 $75.00 $235.00 $245.00 $255.00 10. Gasoline Fuel Filters $75.00 $75.00 $235.00 $245.00 $255.00 11. Aerosols $75.00 $75.00 $145.00 $170 .00 $195.00 12. Latex-based paint (non- RCRA) single packaging $65.00 $65.00 $65.00 $65.00 $65.00 (universal waste) Contract for Transportation , Disposal and Packaging of Hazardous, Special and Solid Waste Veolia ES Technical Solutions , LLC Dilfposal '" w '@v f Netllocl : 85 '~ (Landfld, + (gallon) Cubic Box or ',,.. Yard Pallet lndlNII., or Code .....,: j Box (per lb) Cylinder .,. -• '}ii • $220.00 NA NA I NCI NL-HI INCINERATE $220.00 NA NA INCINL-HI INCINERATE $220.00 NA NA INCINL-HI INCINERATE $220.00 NA NA I NCI NL-HI INCINERATE $220.00 NA NA INCINL-HI INCINERATE $220.00 NA NA I NCI NL-HI INCINERATE $220.00 NA NA INCINL-HI INCINERATE $355.00 NA NA INCIN INCINERATE SHRED $355.00 NA NA INCIN INCINERATE SHRED $355.00 NA NA INCIN INCINERATE SHRED $220.00 NA NA INCIN INCINERATE AERO LANDFILL $105 .00 NA NA NH LIQ LANDFILL Page 23 of 31 Table 1: Co sts £ a· or 1spo sa 1 f 0 k d . ·1 d w astes pac e m pai s, rum s, b ox es, or pa 11 t t d e s -con mu e . ,irc,Mk ·:<::-,,,.,,'?-::, ''W \'WP tlf0 ~% ;1m wF ir1f; 0% ii} ,., ·!)I ~---[tg,f> I: ,F' '' !ts;\ Material~ 5 14-15 20 30 55 ~; (gallon) (gallon) (gallon) (gallon) (gallO'!) "'' 'ri' ., M" ifs 13. Latex-based paint (non- RCRA) in cans, $65.00 $65.00 $65.00 $65 .00 $65.00 combination packaging (universal Waste) 14. Oil-based paint (RCRA) single packaging $75 .00 $75.00 $105.00 $125 .00 $145 .00 (universal waste) 15. Oil-based paint (RCRA) in cans, combination $75.00 $75.00 $235.00 $245 .00 $255.00 packaging (universal waste) 16. Paint Related Wastes $75 .00 $75.00 $105.00 $125.00 $145 .00 (universal waste) 17. Paint Related Waste $75 .00 $75.00 $235.00 $245.00 $255 .00 Solids (universal waste) 18. Non-RCRA, solid, single $65.00 $65.00 $65 .00 $65.00 $65 .00 packaging 19. Non-RCRA, Liquid, $65 .00 $65 .00 $65.00 $65.00 $195 .00 Single packaging 20. Non-RCRA, solid, $75 .00 $75.00 $235.00 $245.00 $255 .00 combination packaging 21. Non-RCRA, liquid, $75 .00 $75 .00 $235 .00 $245.00 $255.00 combination packaging 22. RCRA solids, si ngle $75.00 $75.00 $235.00 $245.00 $255 .00 packaging, incineration 23. RCRA solids, single $175.00 $175 .00 $175 .00 $175.00 $175.00 packaging, landfill 24. RCRA solids, Combination packaging, $75.00 $75.00 $235.00 $245.00 $255.00 incineration Contract for Transportation , Disposal and Packaging of Hazardous , Specia l and Sol id Waste Veolia ES Techn ical Solutions , LLC 85 (gallon) or Cylinder $105.00 $220.00 $355.00 $220 .00 $355 .00 $105.00 $240 .00 $355.00 $355 .00 $355.00 $240 .00 $355.00 1llf "' H +•%=1J!ll'" , d;{\f Cubic ~~··· !r···(~II, Boxor 'Wuti ' Yard Pallet <,~ /i ........, Box (per lb) J\''Reulle, ' ,w · .• _,+ -. ':. . $285 .00 $0.106 LANDFILL LANDFILL NH LIQ NA NA INCINL-HI INCINERATE $560.00 $0.71 INCIN INCINERATE SHRED NA NA INCINL-HI INCINERATE $560 .00 $0 .71 INCIN I NCINERATE SHRED $285.00 $0 .106 LANDFILL LANDFILL NH NA NA LANDFILL LANDFILL NH LIQ $560.00 $0.71 INCIN INCINERATE SHRED $560.00 $0.71 INCIN INCINERATE SHRED $560.00 $0.71 INCIN INCINERATE SHRED $505 .00 $0 .276 LANDFILL LANDFILL STAB INCIN $560.00 $0.71 SHRED INCINERATE Page 24 of 31 T bl 1 C a e £ d' osts or 1sposa 1 f k d. ·1 d o wastes pac e m pa1 s, rums, b 11 d oxes, or p a ets -contmue . l"':mt B ifo '" BJ ~---'!& 85 ,~ Mllteriel Deacrlption 5 14-15 20 30 55 (gallon) (gallon) (gallon) (gallon) (gallon) (gallon) or !Ll h Cylinder 25. RCRA Solids, Combination packaging, $75.00 $75.00 $235.00 $245.00 $255.00 $355.00 landfill 26. RCRA liquids, single $75.00 $75 .00 $115.00 $140.00 $165.00 $225.00 packaging, incineration 27. High BTU-RCRA $75.00 $75.00 $105.00 $125.00 $145.00 $220.00 liquids, single packaging 28. RCRA liquids, combination packaging, $75.00 $75.00 $235.00 $245.00 $255.00 $355.00 incineration 29. RCRA Liquids for $175.00 $175.00 $175.00 $175.00 $175 .00 NA stabilization and landfill 30. RCRA Liquids for $50.00 $50.00 $150.00 $175.00 $225.00 NA treatment and disposal 31. RCRA oxidizer liquid, Priced per pound at $3.96/LB regardless of container size. single packaging 32. RCRA empty drums $40.00 $40.00 $40.00 $40.00 $40.00 $40.00 33. RCRA Lab Packs $50.00 $65.00 $90.00 $123.00 $180.00 NA (Corrosive) 34. RCRA Lab Packs $50.00 $65.00 $90.00 $123.00 $180.00 NA (Reactive) 35. RCRA Lab Packs $50.00 $65.00 $90.00 $123.00 $180.00 NA (Poisons) 36. RCRA Lab Packs Priced per pound at $3.96/LB regardless of container size. (Oxidizer) 37. RCRA Lab Packs $50.00 $65.00 $90.00 $123.00 $180.00 NA (Flammable) Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions, LLC "' ,,, '9? ff B "" l)iapalal ' ConlpalJy l &Metlaod Cubic Boxor (Lapdftll, w.- Yard Pallet Cacte 'l!I ~-...., Box (per lb) --~ '·'"" Ff,, Ii , ... INCIN $560.00 $0.71 SHRED INCINERATE NA NA INCINLIQ INCINERATE NA NA INCINL-HI INCINERATE INCIN $560.00 $0.71 SHRED INCINERATE NA NA LANDFILL LANDFILL STAB NA NA TREATMEN TREATMENT T TREATMENT TREATMENT INCIN SP INCINERATE $275.00 $0.141 LANDFILL LANDFILL NH NA NA INCINLP INCINERATE NA NA INCINLP INCINERATE NA NA INCINLP INCINERATE TREATMENT TREATMENT INCIN SP INCINERATE NA NA INCINLP INCINERATE Page 25 of 31 Table 1: Costs for disposal of wastes packed in pails , drums, boxes , or pallets -contmued . . h .. :ii;.; 38. RCRA Loose Packs (Corrosive) 39. RCRA Loose Packs (Reactive) 40. RCRA Loose Packs (Poisons) 41. RCRA Loose Packs (Oxidizer) 42. RCRA Loose Packs (Flammable) 43. Elemental mercury 44. Mercury compounds 45. Mercury spill clean-up debris 46. Mercury contained in manufactured articles (thermometers, switches, etc.) (universal waste) 47. Alkaline batteries "common size" (universal waste) 48. Ni-cad batteries "common size" (universal waste) 49. Nickel-hydride batteries "common size" (universal waste) 5 (gallon) $50.00 $50.00 $50.00 $50.00 $332.00 $332.00 $332.00 $332.00 14-15 (gallon) $65.00 $65.00 $65.00 20 (gallon) $90.00 $90.00 $90.00 30 (gallon) $123.00 $123.00 $123.00 55 (gallon) $180.00 $180.00 $180.00 85 (gallon) or Cylinder NA NA NA Priced per pound at $3.96/LB regardless of container size. $65.00 $90.00 $123.00 $180.00 NA Cubic Yard Box NA NA NA NA $463 .00 $505.00 $545.00 $1,045.00 $1,274 .00 $3,980 $463.00 $505.00 $545 .00 $1,045.00 $1,274.00 $3,980 $463.00 $505.00 $545 .00 $1,045.00 $1,274.00 $3,980 $463.00 $505.00 $545.00 $1,045.00 $1,274 .00 $3,980 Priced per pound at $0.56/LB regardless of container size. Priced per pound at $0.71/LB regardless of container size. Priced per pound at $0.71/LB regardless of container size. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions, LLC Box or · Pallet (per lb) NA INONLP NA INCINLP NA INCINLP INONERATE INCINERATE INONERATE TREATMENT TREATMENT INCIN SP INONERATE NA INONLP NA RECYCLE Hg RETORT NA RECYCLE Hg RETORT NA RECYCLE Hg RETORT NA RECYCLE Hg RETORT RECYCLE METAL RECYCLE METAL RECYCLE METAL INONERATE RECYCLE RECYCLE RECYCLE RECYCLE RECYCLE RECYCLE RECYCLE Page 26 of 31 Table 1 Costs for disposal of wastes packed in pails , drums, boxes , or pallets -contmued . 50. Lithium batteries "common size" (universal waste) 51. Lead-acid batteries "common size" (universal waste) 52. Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic equipment 53. PCB containing equipment (ballasts, capacitors, etc.) 54. PCB contaminated soils (<50ppm) 55. PCB contaminated soils (50ppm-499ppm) 56. PCB contaminated soils (>500ppm) 57. PCB contaminated oils (<50ppm) 58. PCB contaminated oils (50ppm-499ppm) 59. PCB contaminated oils (>SOOppm) 60. PCB contaminated PPE --. ... ~ 85 5 14-15 20 30 55 (gallon) Cubic Yard Box (gallon) (gallc>n) (gallon) (gallon) (gallon) or Cylinder Priced per pound at $3.96/LB regardless of container size. Priced per pound at $0.56/LB regardless of container size. Priced per pound at $0.71/LB regardless of container size . Priced per pound at $0 .79/LB regardless of container size. $115.00 $140.00 $160.00 $160.00 $160.00 $220.00 $560.00 $115.00 $140.00 $160.00 $160.00 $160.00 $220.00 $560.00 $115.00 $140.00 $160.00 $160.00 $160.00 $220.00 $560 .00 $50.00 $50.00 $60.00 $80.00 $100.00 $175.00 NA $75.00 $75.00 $105.00 $125.00 $145.00 $220.00 NA $75.00 $75.00 $105.00 $125.00 $145.00 $220 .00 NA $75.00 $75.00 $105.00 $125.00 $145.00 $220.00 NA Contract for Transportation, Disposal and Packaging of Hazardous, Special and Solid Waste Veolia ES Technical Solutions, LLC . . C"Ampany Boxor .._ Pallet QMle (per lb) ···· $0.29 $0.29 $0.29 NA NA NA NA .,.Y , INCINSP RECYCLE METAL RECYCLE METAL RECYCLE LANDFILL PCB LANDFILL PCB LANDFILL PCB INCINL-HI INCINL-HI INCINL-HI INCINL-HI INCINERATE RECYCLE RECYCLE RECYCLE LANDFILL LANDFILL LANDFILL INCINERATE INCINERATE INCINERATE INCINERATE Page 27 of 31 Table 2: Costs for bulk dis osal of solids in roll-off boxes. Material Description 61. Class 1 Non-Hazardous Solids (roll-off) 62. Class 2 non-Hazardous Solids (roll-off) 63. Hazardous Solids - Benzene (roll-off) 64. Hazardous Solids -Lead (roll-off) Cost per Cubic Yard (transportation costs induded) $150.00 $86.00 $700.00 $390.00 Table 3: Costs for bulk disposal ofli uids . 65. Class 1 Non-Hazardous Liquid 66. Class 2 Non-Hazardous Liquid 67. Hazardous Liquid 67b. Hazardous Liquid Cost per Gallon (disposal only: Transportation via Vacuum Truck line item) $1.60 $1.60 $1.60 $1.35 LANDFILLNH LANDFILLNH INCIN BULK SOLID LANDFILL HAZ STABILIZATION LANDFILLNH LIQ LANDFILLNH LIQ LANDFILL HAZ STABILIZATION INCIN BULK LOW BTU LIQ This portion of page left intentionally blank. LANDFILL LANDFILL INCINERATE LANDFILL LANDFILL LANDFILL LANDFILL INCINERATE Contract for Transportation , Disposal and Packaging of Hazardous, Special and Solid Waste Veolia ES Technical Solutions , LLC Page 28 of 31 Table 4: Costs for DOT packaging. i '?$ .·y ' , .. , ; ' ,. '"' 4,~T,~119 ,, .. ,,. f :· ;, .. i " ;i}' 1!/ij(. "' X + t: ,uii *'-- . i t ~ ' ii . @'<': ,;! .,Ofl!alger Size (gal~~. I", Si ·, t :: Container~1 5 14-15 20 30 55 85 o/ 'it• w ;fa, "' ,, 68. 1A2 Steel open top w/ $6.25 N/A N/A $46.00 $50.00 $129.00 Bungs 69. 1A1 N/A N/A N/A $46.00 $50.00 N/A Steel closed top 70. 1H2 $5.00 $2 8.00 N/A $50.00 $65.00 N/A Poly open top 71. 1H1 $5.00 N/A N/A $35.00 $40.00 N/A Poly closed top 72. 1G $10.00 $15.00 $15 .00 $20.00 N/A N/A Fiber 73. Cubic yard box with liner and pallet $70.00 (each) 74. 20 yard roll-off liner $56.00 (each) I All contamers must meet, at a mm1mum, DOT packmg group II spec1ficat10ns. This portion of page left intentionally blank. Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solutions , LLC Page 29 of 31 Table 5: Costs for supplies and rentals. ' ', wt SF ~ , i)) I f SUpples . I\, ,, ;;,. ' ' \'£ Item Price 75. Vermiculite (per bag) $10 ,00 76. Drop fee for Roll-offs and $1,695 .00 per trip , Can deliver 2 boxes each trip Tanks (Rentals only) 77. Vacuum truck rental (per $85 .00 hour) 78. Field HAZCAT of $25.00 Ea. unknown material Day Week Month 79. 20 yard open top roll-off $12 .00 $84 .00 $360.00 box rental 80. 30 yard open top roll-off $12 .00 $84.00 $360 .00 bo x rental 81. 500 bbl Frac Tank rental $56 .00 $392.00 $1,680.00 Additional Charges for Frac Tank Delivery & Set Up: 12'x 50' Berm Rental (if required) $38.00 per day Mobilization $1 ,950.00 Demobilization $1 ,950 .00 Protective Ground Mat $188 .00 each Table 6 : Costs for labor. ' If ,% ), " [! ' Services ; Service Cost per Hour 82. Field Technician -hourly $45.00 rate 83. Field Chemist -hourly rate $55 .00 Contract for Transportation , Disposal and Packaging of Hazardous , Special and Solid Waste Veolia ES Technical Solut ions , LLC Page 30 of 31 IN WITNESS THEREOF , by executing this Agreement, CONTRACTOR and CITY ind icate their acceptance w ith its terms and conditions that govern the performance of the Services and rights and obligations of the parties. City of Fort Worth: Fernando Costa Assistant Ci~~er Dated: S'Jz« APPROVED AS TO FORM AND LEGALITY: M&C: Contract Authorizatio• , ... ~ ... ,, • Veolia ES Technical Solutions, LLC STATE OF TEXAS COUNTY OF ~::> § § § Before me, the undersigned authority, on this da~~onally appeared ~~~ ~\.A , known to metobthe person w~ose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Veolia ES Technical Solutions, LLC for the purposes and consideration therein expressed and in the capacity therein stated . G iven Under My Hand and Sea l of Office ttl\_s -2:L:: day of Cbal 1 ' 20~ ~~~. ~,,,~,·, ~ P~~?-· ·'~'-1\ SANDY K KERBY ~ ~ ) Ii Notary Public, State of Texas ~}~1;;, ~~I My Commission Expires "''""'''" February 17 ' 2014 Contract for Transportation , Disposal and Packaging of Hazardous , Special and Sol id Waste Veol ia ES Techn ical So lutions , LLC Page 31 o ----~ ------------· --------------------·---·-------------,-------;;- . ADDITIONAL INFORMATION HOU-00119 3674-05 _______ l _;;~;~ _ PRODUCER Marsh USA Inc . ·----·--· ----------·--i----· ---- 1000 Main Street, Su ite 3000 Houston , TX 77002 Attn : Houston .Certs@marsh .com ; 212-948-0509 1--I -------------------,-------- 010056-Veoli-COPS-10/11 VISTX1 •• •c·nd I INSURED VEOLIA E~-TECHN~Al s~:~l:NS, LLC -----__ • _ -~s::~;=~G c~~~~--~=----r ~~~~----· 1800SOUTHHIGHWAY146 ~~-R__~~/A ______ . __________ .NIA __ BAYTOWN , TX 77520 INSIJRER H: NIA N/A 'TEXT WORKER'S COMPENSATION : CARRIER: INSURANCE CO . OF THE STATE OF PA . LIMITS : EL EACH ACCIDENT: $1 ,000 ,000 ILLINOIS NATIONAL INSURANCE CO . LIMITS : EL EACH ACCIDENT: $1 ,000,000 I _--·-------- CERTIACA TE HOLDER ,-----· ·---·-·--- I CITY OF FORT WORTH INSURER I: POLICY NUMBER: WC 4883563 (OR) EL DISEASE-POLICY LIMIT: $1 ,000,000 WC 4883561 (TX) El DISEASE-POLICY LIMIT : $1 ,000,000 ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 THROCKMORTON FORT WORTH , TX 76102 A;iny N Smith Pag 2 ·--·-·---·--· -----------·-- --···---···----··--·-f--·--·-- POLICY TERM : 7/1/10 -7/1/11 EL DISEASE-EACH EMPLOYEE : $1 ,000,000. 7/1/10 -7/1/11 El DISEASE-EACH EMPLOYEE : $1,000,000. VENDORCOMPLIANCETOSTATELAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This Jaw 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 too 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 wiJI 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 _______ (give State), our principle place of business, are not required to underbid resident bidders. B. Our principle place of business or corporate offices are in the State of Texas. D Bidder: Veolia ES Technical Solutions, LLC 1800 S. Highway 146 B~X 77520 6A y./.uw.v <;I(_ By: (Please Print) \ Title (Please Printj CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Transportation and City of Fort Worth Project No . DEM 10-11: HAZ. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Veolia Es Technical Solutions, LLC Title:G,cz&QPAI, iY'Q~. Date : 4 -5 -// the undersigned authority, on this day personally appeared '-='"~~~~~1---· known to me to be the person whose name is subscribed to the fore oing instrum nt, and acknowledged to me that he executed the same as the act and deed of Veolia Es Technical Solutions, LLC for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this fih day of /\fi , 20 ( / tate of Texas SANDY K KERIV : ;" -Notary Public, State of Texas i / My Comm ltsion Expires ' February 17, 2014 Performance Bond Bond No :853765 KNOW ALL MEN BY THESE PRESENTS, that Veolia ES Technical Solutions, L.L.C ., 1800 South Highway 146 , Baytown , TX 77520 , the Principal , and Evergreen National Indemnity Company, 6140 Parkland Boulevard , Suite 321, Mayfield He ights, OH 44124, the Surety , are held and firmly bound unto the City of Fort Worth , Transportation and Public Works Department, 1000 Throckmorton Street, Fort Worth, TX 76102 , as Obligee , in the penal sum of ONE HUNDRED FIFTY THOUSAND and 00/100 DOLLARS ($150 ,000 .00), for the payment of which we bind ourselves , our heirs , administrators, executors , successors , and assigns , jointly and severally , firmly by these presents. WHEREAS , the Principal has entered into a certain written Contract for Project DEM 10-11 : HAZ-Transportation , Disposal and Packaging of Hazardous, Special and Solid Waste , with the above mentioned Obligee , which contract is hereby incorporated herein as if fully rewritten Not withstanding , any terms and provisions specifically modified herein shall have the meaning g iven in this bond . NOW, THEREFORE , the condition of the above obl igation is such that if the Principal shall promptly and faithfully perform this Contract, then th is obligation shall be null and void ; subj ect , however, to the following cond itions : 1. This bond is for the term beginn ing January 1, 2011 and ending December 31, 2011 . 2 . If there is no breach or default on the part of the Obligee , then the Surety 's performance obligation under the bond shall arise after: a. The Obligee has notified the Pr incipal and the Surety in writing at their respective addresses of the alleged breach , and has requested and attempted to arrange a conference with the Principal and the Surety to be held not later than fifteen (15) days after receipt of such notice to discuss methods of performing the Contract ; and has made avai lable during notice period all books , records , and accounts relevant to the Contract which may be requested by the Principal or Surety . If the Obligee , Pr incipal and Surety agree , the Principal shall be allowed a reaso able time to perform the Contract; but such an contract shall not waive the Obligee 's right , if any subsequently to declare a Principal default; b. The Obligee has declared the Principal in default and formally terminated the Principal 's right to complete the Contract , provided , however, that such default shall not be declared earlier than twenty (20) days after the Principal and the Surety have received the notice as provided in "a" above ; and c. The Obligee has agreed to pay the balance of the Contract price to the Surety in accordance with the terms of the Contract or to the such contractor as may be tendered by the Surety to the Obligee . 3. No claim , action , suit or proceeding , except as hereinafter set forth , shall be had or maintained against the Surety of this instrument unless same be brought or instituted and process served upon the Surety within six months after the expiration of the bond . The parties hereto expressly acknowledge and agree that no liquidated damages shall be claimed , due or payable by Surety pursuant to this Bond. 4 . The bond may be extended for additional terms at the option of the Surety , by Continuation Certificate executed by the Surety . 5. Ne ither non-renewal by the Surety , nor failure , nor inabil ity of the Principal to file a replacement bond shall constitute loss to the Obligee recoverable under this bond . 6. In no event shall the liab ility of the Surety hereunder exceed the penal sum hereof. ENIC Perf Bond (4/209) Signed , sealed and executed this 161h day of March 2011 . Veolia ES Technical Solutions , L.L.C . Principal Title .. , (Corp~iat~ Seal) , ' - EN IC Perf Bond (4/209 ) Evergreen National Indemnity Company Surety B~~_,u/2w~ Lawrence Rhodes , Attorney-In -Fact (Corporate Seal) Witness :. ---=.....__ __ ___.a, ___ ___,,,_.L.-;;;.....;._'----''---J........- Sandra D. Cikraji EVERGREEN NATIONAL INDEMNITY COMPANY MAYFIELD HEIGHTS, OH POWER OF ATTORNEY POWER NO . 853765 KNOW ALL MEN BY THESE PRESENTS : That the Evergreen National Indemnity Company , a corporation in the State of Ohio does hereby nominate , constitute and appoint: *** LAWRENCE RHODES*** its true and lawful Attorney(s)-ln-Fact to make , execute , attest , seal and deliver for and on its behalf, as Surety , and as its act and deed , where required , any and all bonds , undertakings , recognizances and written obligations in the nature thereof, PROVIDED , however , that the obligation of the Company under this Power of Attorney shall not exceed ONE HUNDRED FIFTY THOUSAND and 00/100 DOLLARS ($150 ,000.00) This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of July , 2004 : "RESOLVED , That any two officers of the Company have the authority to make , execute and deliver a Power of Attorney constituting as Attorney(s)-in-fact such persons , firms , or corporations as may be selected from time to time . FURTHER RESOLVED , that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile ; and any such Power of Attorney or cert ificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company ; and any such powers so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertak ing to which it is attached ." IN WITNESS WHEREOF , the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto , and these presents to be signed by its duly authorized officers this 1st day of June , 2009. Notary Public) State of Ohio) SS : EVERGREEN NATIONAL INDEMNITY COMPANY CL~-M-~. By : __________ _ Charl es D. Hamm Jr , Pres id ent By ~_.,.,q G--:J --- David A. Can zon e, CFO On this 1st day of June , 2009 , before the subscriber, a Notary for the State of Ohio , duly commissioned and qualified , personally came Charles D. Hamm , Jr. and David A. Canzone of the Evergreen National Indemnity Company , to me personally known to be the individuals and officers described herein , and who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn , deposed and said that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company , and the said Corporate Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation , and that the resolution of said Company , referred to in the preceding instrument , is now in force . IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed my official seal at Columbus , Ohio , the day and year above written . Penny M . Bums, Notary Publi c My Commissio n Expires April 4 , 201 2 State of Ohio ) SS : I, the undersigned , Secretary of the Evergreen National Indemnity Company , a stock corporation of the State of Ohio , DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked ; and furthermore that the Resolution of the Board of Directors , set forth herein above , is now in force. Signed and sealed in Mayfield Hts , Ohio this 15th day of Ma rch 2011 Wan C . Co llier, Secr etary Texas Department of Insurance Certificate No . 11142 Company No. 08-006062 Certificate of Authority THIS JS TO CERTIFY THAT EVERGREEN NATIONAL INDEMNITY COMPANY COLUMBUS, OHIO hac; complied with lhc laws of the State of Texas applicable thereto and is hereby authorized to transact the bu.c;i ncss of Fire; Allied Coverages; Inland Marine; Automobile--Liability & Physical Damage; Liability other than Automobile; Fidelity & surety; Burglary & Theft; Boiler & Machinery and Reinsurance on all lines authorized to be written on a direct basis insurance within the state of Texas. This Certificate of Authority shall be in full force and effect until it is revoked, canceled or suspended according lo law . ··· .... '/ .... •·· ~~~ ' ......... i ', IN TESTIMONY WHEREOF, witness my hand and seal of office al Austin, Texas . this 26th day of Apri 1 A.D. 1996 ELTON BOMER COMMISSIONER OF INS URAN CE BY~OJ.i~ KathyA.\vilcox Director Insurer Services Evergreen National Inde1nnity Company Certificate 2010 The following financial information was excerpted from the Statutory Annual Statement filed by Evergreen National Indemnity Company with the Ohio Department of Insurance. STATEMENT OF INCOME Direct Written Premium Reinsurance Assumed Reinsurance Ceded Net Written Premium Change in Unearned Net Earned Premium Loses & LAE Incurred Net Commission Expense Other Expenses Underwriting Gain/ (Loss) Net Investment Income Net Realized Capital Gains (Loss) Other Income/ (Expense) Income Before FIT Federal Income Tax Net Income Assets Invested Assets Agent's Balances (net of Reins.) Reinsurance Recoverable Other Assets Total Assets Liabilities & Surplus Unearned Premium Reserve Loss & LAE Reserves Ceded Reinsurance Payable Other Liabilities Total Liabilities Surplus Total Liabilities & Surplus BALANCE SHEET $ 34,511 ,678 3,778 ,653 (26,376,556) I 1,913,775 (506,150) I 1,407,625 153 ,725 5,217,563 3,142,628 2,893 ,709 1,063,623 (1,248,695) (21) 2,708 ,616 1,397,993 1,310,623 44,434,143 2,047,712 264,270 763,892 47,510,017 4,918,287 4,056,828 3,709,655 2,345,769 15,030,339 32,479,678 47,510,017 r hereby certify that the above information is that contained in the Statutory Annual Statement filed by Evergreen National Indemnity Company with the Ohio Department of Insurance for the year ending December 31, 20 JO. Da?: ~anz~J.:;; BID DOCUMENTS Submitted to: CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENVIRONMENTAL SERVICES DIVISION 1000 THROCKMORTON FORT WORTH, TEXAS 76102 FORT WORTH For: P-ROJ ·ECT: DEM 10-11: HAZ ANNUAL CONTRACT FOR TRANSPORTATION, DISPOSAL, AND PACKAGING OF HAZARDOUS, SPECIAL, AND SOLID WASTE MUST BE DELIVERED TO PURCHASING DIVISION BEFORE 1 :30 ON THURSDAY, NOVEMBER 4, 2010 By: Veolia ES Techni'cal Solutions, LLC Company Name 1800 So. Hwy. 146, Baytown , TX 77520 Address 11/2/10 Date 2-2 TABLE OF CONTENTS A) Table of Contents B) Sec . 2 .1 Bid Summary and Signature Addenda C) Sec. 2.2 Provider Qualifications , Experience and Capabilities 2 .2.A Business Qualifications and Experience 2.2.B Personnel Qualification and Experience Resumes VES-TS Training 2.2.C Licenses and Certificates 2.2.D Logistics Documentation 2 .2 .E References D) Sec . 2.3 Subcontractor!TSDF Information and Qualifications Table 2.3 .1 Subcontractor Information Table 2.3 .2 Proposed Disposal Facilities TSDF Qualifications E) Sec . 2.4 Preferred Disposal Options Table 2.4 .1 Preferred Waste Disposal Options Sec. 2.5 Cos t Table 2 .5.1 Cost for Disposal of Waste Packed In Pails , Drums , Boxes or Pallets Table 2 .5.2 Cost for Bulk Disposal Solids in Roll Off Boxes Table 2 .5.3 Cost for bulk disposal of liquids Table 2.5.4 Cost for DOT Packaging Table 2.5.5 Cost for Supplies and Rentals Table 2.5.6 Cost for Labor Description of Company Waste Codes Cylinder Pricing F) Sec . 2 .6 Bid Bond G) Sec . 2.7 Certificates of Insurance Sec. 2 .8 Legal Compliance History Bid Summary and Signature Addenda Section 2.1 City of Fort Worth Invitation to Bid 2.1 BID SUMMARY A. Scope of Work Bids are being accepted by the City of Fort Worth (City) for the furnishing of all labor, materials and equipment necessary for the packaging , transportation, and disposal of City generated hazardous, non-hazardous, special, and solid waste on an as~needed basis . There will be no minimum work guaranteed under this agreement. The City expects all contractors submitting bids to fully understand and comprehend applicable current laws, regulations, and standards and have a means to stay abreast of upcoming proposed and final changes to any applicable laws , regulations, or standards . All contractors submitting bids shall perform work in accordance with Industry Standards and all applicable federal , state, and local requirements , laws , regulations , etc . The City generates hazardous , non-hazardous, universal , special , and solid waste (hereafter collectively referred to as waste) from various city operations at approximately 30 facilities as well as from the collection of abandoned waste on city properties and right of ways . Materials for disposal under this contract may include, but are not limited to fuels , solvents, thinners , paints, pesticides, herbicides , fertilizers , fungicides , contaminated automotive fluids, printer/copier chemicals , mercury, mercury- contaminated materials , cylinders, lab wastes , RCRA emptied containers , and soil or absorbent materials contaminated with spilled chemicals or other substances contaminated with the above materials or other waste materials. Waste shipments are scheduled approximately once every two weeks and typically require three (3) to four (4) hours. However , because of the variety of waste streams and originating locations , each shipment is different. Shipments may take as little as one (1) hour or up to eight (8) hours . The work required under th is contract includes the following tasks : • Schedule waste shipments within seven (7) calendar days after receipt of shipment not ice unless otherwise agreed upon in writing ; • Provide single point of contact for shipment requests/scheduling ; • Provide a minimum of one (1) field technician for shipments containing less than 1 O containers and a minimum of two (2) field technicians for shipments greater than 1 O containers; • Prepare and provide paperwork and documentation needed to complete waste shipments including required regulatory information for waste profiling , manifest and shipping paper information ; • Collect , package (containerize), sample, and label hazardous , special and solid wastes ; • Provide analyses of wastes for disposal, including Haz-Cat Field ana.lysis ; • Provide transportation services for wastes to disposal or recycling facilities ; • Disposal [including incineration , fuel blending (for incinerators only), treatment, and landfilling] of hazardous and other regulated materials . Note: Fuel Blending and Incineration for and in Cement Kilns WILL NOT be allowed under this contract); • Provide Department of Transportation (DOT) approved packaging for the collection, and packaging of wastes for shipment; • Provide a vacuum truck and/or frac tank on an as needed basis for recovery of DEM 10-11 : HAZ Octobe r 6 , 2010 2-3 City of Fort Worth Invitation to Bid • • • • • • • • hazardous liquid wastes; Provide roll-off boxes and box transportation for disposal on an as needed basis; Recycling and treatment of waste materials whenever feasible; If requested, provide training and consultation on the management, handling , collection, packaging, disposal , and shipment of waste ; Provide City fully executed Waste Manifests within 35 days of pickup date; Provide one invoice per shipment date that clearly identifies shipment address(es), shipment date , manifest number(s), types of waste, quantity of each type of waste, etc .; Provide Certificates of Destruction (CD) to the City within 60 days of pickup date except for Special Waste that will be within 120 days of pickup date; Provide Quarterly "Waste Shipment/Handling/Disposal Summaries" of the calendar quarter (i.e ., due on April 1.5 , July 15 , October 15, and January 15); and Provide Annual "Waste Shipment/Handling/Disposal Summaries" within 15 calendar days of the close of the City 's Business year , due October 15. The City will perform the following tasks under this contract: • Provide Material Safety Data Sheets (MSDS) and process information on wastes for disposal ; • Provide timely notice to Contractor in writing of waste disposal projects , detailing the location(s), type of work , and other pertinent information ; and • Provide a representative to accompany Contractor on waste disposal projects . Provider shall procure all permits and licenses , pay all charges , costs , and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. 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 or 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 . B. Acknowledgement of Receipt of Addenda to the 1TB The undersigned acknowledges receipt of Addenda No. _1_ thru _1_ issued for this Invitation to Bid , and has included all addenda in the bid . [Insert N/A in blanks if no addenda were issued .] C. B id Certification and Signature The undersigned having carefully examined the specifications, instructions, and conditions set forth in this Invitation to Bid, including all addenda, issued by the City of Fort Worth , affirms that he/she understands all requirements of this 1TB, is authorized to execute this bid and any contract(s) and/or other transactions required by award of this solicitation , and hereby proposes to provide the waste packaging, transportation , and disposal services as specified. The undersigned further attests and certifies that: a) Contractor equipment and personnel are capable of performing each type of procedure listed in Section 2 .5 of this 1TB either with the bidder's resources or through subcontracts . b) All bid documents have been submitted in one sealed envelope . c) Unit prices are provided within the bid documents. DEM 10-11: HAZ October 6, 2010 2-4 City of Fort Wort h Invitation to Bid d) T his bid summary and the accompanying bid documents are intended to be complete and will remain valid for ninety (90 ) days from the date of submittal. All City contractors are required to comply with Chapter 17, "Human Relations ," Article Ill , "Discrimination ," Division 3 , "Employment Practices ," of the Code of the City of Fort Worth , prohibiting discrimination in employment practices . Bidder agrees that bidder, its employees , officers , agents , contractors or subcontracto rs , have fully complied with all prov isions of such Ord inance , and that no employee , participant, applicant, contractor or subcontractor has been discriminated against according to the terms of such Ordinance by bidder, its employees , officers , agents , contractor or subcontractors herein . Firm Name : Street Address : Mailing Address : (if different) Skyle r Kerby Pr int Name Veolia ES Technical Solutions , LLC 1800 So . Hwy. 146 Number Street Name Suite Baytown T X 77520 City State Z ip 1 1/2/1 0 Date : Genera l Manager -Sales & Service T itl e NOTE: Additiona l s ignature and certification are required in Section 2 .8 of the bid (provider's lega l and compliance history). DEM 10-11 : HAZ October 6 , 2010 Remainder of this page intentionally left blank 2-5 fORTWORTH INVITATION TO BID DEM 10-11: HAZ ANNUAL CONTRAC T FOR TRANSPORTATION , DISPOSAL , AND PACKAGING OF HAZARDOUS , SPECIAL, AND SOLID WASTE ADDENDUM 1 October 26 20 10 This addendum is be ing issued to address several questions brought up during the pre-bid meeting held on October 19 and other questions that have been submitted by email. As a reminder, copies of all addenda must be included in the proposal package. All bids must be submitted in a sealed envelope, addressed to and received at City of Fort Worth Purchasing Division, 1000 Throckmorton, Fort Worth, Texas 76102 no later than 1:3 0 p .m . Central D aylight Ti me on Thursday, November 4, 2010. Q: Are the bidders required to be bondable? A: All bids must be accompanied by either a bidder's bond in the amount of $5,000 or a cashier 's check, in said amount, with the City of Fort Worth named as payee, to be held in escrow until the successful Contractor signs the project Contract. The contractor receiving the contract will be required to provide the City a performance bond written for 100% of the contract price . Q: Do the bids have to meet certain MWBE goals? A: No , MWBE requirements have been waived for this bid . Q:, How should the electronic copy of the bid (Section 1.7) be submitted, via email or on CD? A: Please submit the electronic copy on CD along with the 1 bound and 5 unbound copies. Q : Does the city provide copies of Form 1448 to its vendors to document the City 's tax exempt status? A: The City can provide the vendor with certification of tax exempt status. TPW -E nvironm ental Services DEM 10-11: HAZ Addendum I Page 2 of3 Q: What is difference between "lab packs" (page 2-18) and "loose lab packs" (page 2-19) in the Costs for Disposal Table 2.5-1 . A : Lab packs require a detailed inventory while loose packs do not require an inventory and are sometimes referred to as a "sorted waste stream," for example, a drum of"mixed auto fluids" containing car polish , glass cleaner, tire sealant, etc. Q: Are the RCRA Empty drums generated by the city triple rinsed prior to pickup and removal? A: No , generally containers are not triple rinsed. Q: Table 2.5-3 (Costs for bulk disposal of liquids) lists Material Description #67 as "Hazardous Liquid". Will the city provide an example of a specific hazardous liquid for our cost estimate? A: Base your cost for item 67, bulk disposal of hazardous liquid, on disposal of petroleum hydrocarbon contaminated water: this is the most likely scenario for this line item . Q: Will the city provide the bid tabulation for the previous contract for Transportation and Disposal of Hazardous , Special, and Solid Wastes? A: Because this is a unit cost contract with a fixed not-to-exceed amount of $150,000 there is no true bid tabulation. To evaluate bids for the current solicitation unit costs provided will be used to calculate an estimated annual cost. This estimate will then be applied to the formula provided in the invitation to bid to evaluate the submittals. Note: Several interested bidders have requested copies of the previous contract pricing. In order to comply with the City Ordinance governing Open Record Requests each contractor interested in receiving a copy of the previous price lists must submit a formal open records request to the City of Fort Worth . Requests may be sent via email to Stewart Brown (stewart. brown@fortworthgov.org), TPW-Environmental Management. Additional information on open records requests can be found at: http://www.f01tworthgov.org/records/. Q: Will we receive a copy of the sign in sheet for the pre-bid meeting? A: Yes, the pre-bid sign in sheet is attached to this addendum . Q: How do we submit the Excel spreadsheet available on the city's website below the bid document? A : Please include the completed Excel spreadsheet on the CD with your electronic bid submittal. TPW -Environmental Services FORT WORTH Transportation, Packaging and Disposal of Hazardous, special, and Solid Waste Project:DEM 10 -11: RAZ Pre-Bid Meeting: October 19, 2010 NAME FIRM PHONE EMAIL Phone: 918 .770.2223 casey .moore@.heritage-enviro.com Casey Moore Heritage Fax: 918.62 7.2108 Virginia Belmore Green Planet, Inc Phone: 972.636.1515 vbelmore@greenQlanetinc .com Fax :· 972 .636.3948 Erik Lidey EQ Phone: 214 .735.4800 erik.lirle y @egonline .com Fax: Richard Maxwell Veolia Phone: 817 .821.2313 richard.maxwell@veoliaes .com Fax : Phone: 214.552.4482 sresendez@eiwaste.com Steve Resendez EI Fax: Lisa Peterson Phone: 817.847.1333 lisa .Qeterson @ eagJesws.com Brian Ranahan Eagle SWS Fax : 817 .306 .8086 brian .ranahan @ eaglesws .com Paul Ciccareio Clean Harbors Phone: 214 .882 .7531 ciccareio .Qaul @ cleanharbors.com Fax : 214.631.4 768 Tara Oldham Clean Harbors Phone: 214 .789.8235 olham.tara@c leanharbors .com Fax : 214.631.4768 Ken Hale Cactus Environmental Phone: 214 .789.8235 khale @ cactusenviro.com Fax: 214 .252 .5064 LaDor Cheek Phone: 817 .323.4342 N8TIVEBEAR44@ yahoo.com Objibwa Const. Fax: Pamela Lopez Inca-Sol Environmental Phone: 817.323.4630 Fax: 866 .733 .8492 incasolenviron @ yahoo .com TPW -Environmental Services Division Section 2 .2 Provider Qualifications, Experience and Capabilities City of Fort Worth Invitation to Bid 2.2 PROVIDER'S QUALIFICATIONS, EXPERIENCE, AND CAPABILITIES A. Business Qualifications and Experience Providers must submit an up -to-date , concise statement of qualifications. a) Document provider 's experience with identification , packaging , transportation, and disposal of hazardous , non-hazardous , special , and solid wastes . b) If applicable , document the provider's experience in training personnel in the management, identifying , packaging , transporting , recycling , re-use , treatment, and disposal and the regulatory requirements of each . c) Provider shall provide a description of its capabilities to respond to emergencies , handle off-spec materials, or waste streams , cylinders , unidentified wastes, and other pertinent capabilities the provider may want the City of consider. The capabilities should include a description of equipment available to perform duties, specialized personnel , and contracts including emergency response contracts . 8 . Personnel Qualifications and Experience Submit a brief resume (one page maximum, 1 O pt type minimum) of each professional person who will be assigned to this contract. Identify key persons by name and title and describe the primary work assigned as well as the percentage of time each person will devote to this contract. C. Licenses and Certificates Provider shall procure all permits and licenses , pay all charges , costs , and fees, and give all notices necessary and incident to the due and lawfu l prosecution of the work . Provide r should include copies of appropriate company licenses , certifications , and registrations from EPA , DOT , TCEQ , etc . and provide copies of individual licenses and certificates upon reques t from the City . D. Logistics a) Explain "game-plan " for handling the City 's shipments including but not lim ited to scheduling pickups , temporary storage facilities , transportation , disposal sites, the use of personnel , the use of subcontractors , etc. b) Explain contract relationships between Bidder, subcontractors , and TSO Facilities in relation to the above items . Describe the overall coordination and management from scheduling to disposal , and issues related to each step in the process . c) Explain mechan isms for handling Waste Manifest and/or Waste Profile errors encountered at the shipment site along with communication channels between Field and Office personnel responsible for proper paperwork generation and completion . d) Explain mechanisms/operating procedures to ensure timely and effective arrival for shipments (including Waste Manifest correctness , labels , etc). e) Explain any web-based customer service system that may be available to view and track waste shipments includ i ng but not limited to profiles , manifests , and certificates of destruction . f) Documentation -Each Provider shall submit with the proposal a single copy of a sample of the following documents for rev iew: DEM 10-11: HAZ October 6, 2010 2-6 City of Fort Worth Invitation to Bid i. Invoice ; ii. Completed Waste Profile ; iii. Completed Waste Manifest; iv . Completed Land Disposal Restriction ; v . Sample Quarterly Report (prefer showing more than one generator location); vi. Sample Annual Report (prefer showing more than one generator location); vii. Certificates of Destruction ; viii. Landfill Documentation ; ix . Recycling Documentation ; x . Re-Use Documentation ; xi. Fuel Blending for Incinerators Documentation ; xi i. Notifications required by 40 CFR 264.12(b). E. References Providers must submit five (5) customer references for previous clients who have received similar services to those proposed by the provider for this agreement. Each reference must include the organization name , name of contact person , address, telephone number and description of services provided . Current City of Fort Worth personnel may not be used as references . Subcontractors named in this bid and partners of your firm may not be used as references . DEM 10-11 : HAZ October 6 , 2010 Remainder of this page intentionally left blank 2-7 Section 2.2.A Business Qualifications and Experience 2.2 Business Qualifications, Experience and Capabilities Uniquely positioned to perform the services required by the RFP , Veolia has been engaged in the management of hazardous waste for over thirty years, and operates a network of transportat ion , storage , and disposal facilities (TSDF's) and branch field offices in locations throughout the United States and Puerto Rico . This nationa l coverage gives our customers convenient access to a complete line of core environmental , as well as value-added services . Veolia ES Technical Solutions , LLC (VES -TS) is currentl,y holds multiple on-site contracts with Universities , Government entities and public corporations to manage regulated wastes similar to those presented in this RFQ . At these facilities VES-TS performs lab packs , unknown identification and management , mercury cleanup and management , .On-Site work and drum management, fluorescent bulbs, batteries, special waste packing including pyrophoric metals , cylinders and turnkey waste management services . 2.1 O.A Business Qualifications and Experience a) Veolia ES Technica l So lutions , LLC brings to bear a multitude of value added elements that support of our vision of being a "preferred partner" to our customers . Additionally , as a member of the world's most experienced environmental services company , Veolia Environment , we have the technological capabilities to solve most disposal problems. With our innovative waste management practices , expertise and resources , VES can offer our customers the most comprehensive , proven programs for the servicing , packaging , transportation and disposal of hazardous waste at the most economical overall cos t. Through our previous experience with current projects , Veolia is equipped to handle r-outine as well as non-routine and emergency waste management situations . Veolia will provide the City of Fort Worth with : • A qualified , well-trained project team • Inside support personnel • Transportation Equipment , including Box Vans with Lift Gates , Roll Off Boxes , Tankers • PPE and supplied required for proper packaging of lab packs • Unknown analysis • Expert teams to manage cylinders , highly toxic , explosive and reactive materials including remote opening systems , Level A PPE and Blast Suits • Full line of spill clean up equipment and materials Section 2.2.A Page 2 b) VES has qualified staff that trains all employees involved in the handling , management, hazardous waste above and beyond regulatory requirements and includes sessions on the regulatory and safety requirements involved in identifying , classifying , packaging and transporting these materials. Job specific sessions are held that include instruction in best practices and management methods with an emphasis on recycling , re-use , treatment and disposal methods . The overall training program includes a minimum 80 hours of classroom t raining , and 40 hours of supervised on-the-job training . An outl ine of the VES-TS training program can be found at the end of this Section . c) Veolia ES Technical Solutions personnel are t rained in responding to on-site emergencies as well as management of unknowns , off-spec materials , and other non-routine occurrences. The field vehicles are equipped with Unknown Haz-Scan Test Kits , Spill Kits , Fire Extinguishers , Overpacks , Additional Packing and Absorbent Materials . The field personnel are also equipped with a field computer system with an extensive chemical database to aid in the identification and classification of chemicals that may be present in the field . The field system also allows the technicians to generate on site profiles , approvals , and shipping documents for immediate removal of material from the job site . For larger Emergency Response projects , Veolia ES Technical Solutions , LLC will contract with its siste r company , Veolia Environmental Services , Special Services that offers 24 /7 Emergency Response National Contact Center responding to a variety of emergencies including everything from an oil , hazmat or diesel fuel spill to a chemical fire , natural disaster, terrorism incident or unexploded ordnance threat. As a recognized leader in emergency planning and response , the Emergency Response div ision of Veolia Environmenta l Services Special Services (VES ) draws upon the resources of our mult i-billion dollar company to assist in every phase : • Emergency preparedness planning • Training • Rapid response • Cleanup • Hazmat/hazardous waste disposal • Incident closure Section 2.2.B Personnel Qualification and Experience Resumes VES-TS Training Section 2.2.B Personal Qualifications and Experience Key Personnel Richard Maxwell ~ Account Manager • Initial Technical Contact for Approvals and Special Projects • Coordinate quarterly project reviews with The City of Fort Worth personnel • Schedule Training • Contract Amendments and Negotiations • Trouble Shooting Issues that may arise during the course of the contract. Diana Kunzweiler -Customer Service Representative • Central Point of Contact • Scheduling • Manage Profile and Approvals • Billing/Invoicing • Waste Tracking • Documentation Christopher Armintor -Project Manager Jerry-Dan Klaverweiden -Project Manager • Coordination of field crews , operations and transportation • Set up safety reviews for all projects • Coordinate supplies • Perform On-Site Operations C. Licenses and Certificates VES-TS has obtained all licenses and certificates required to perform the work outlined in this scope of work . Copies of EPA and DOT permits can be found at the end of this Section . VEOLIA ES TECHNICAL SOLUTIONS LLC RICHARD MAXWELL Account Manager Education: Kilgore Junior College - 1976, Kilgore, TX General Motors Training Ctr.-1972 , Houston, TX Robert E. Lee High School - 1972, Houston , TX Special Training/Certifications: • • • 40-Hour OSHA Training, 29 CFR 1910.120 CPR/First Aid Training Hazardous Materials Transportation, 49 CFR 172.704 Summary of Experience: Mr . Maxwell has worked in the hazardous waste management industry since 1986 . He has over 20 years sales experience in treatment , storage , recycling, disposal and transportation of hazardous waste and oil field construction services . VEOLIA ES TECHNICAL SOLUTIONS, LLC -2004 to Present Account Manager -Sales , services and consulting in environmental site services, hazardous waste incineration and land disposal. Assisting waste generators in waste minimization, waste profiling , transportation and disposal options and regulatory issues . DURA THERM -1999 to 2004 Technical Sales Specialist -Responsible for transportation and disposal for thermal destruction for customers in Texas , Louisiana and Oklahoma. Identified teaming opportunities to support expansion base PERSONNEL PROFILE loading plant. THE GNI GROUP -1997 to 1999 Account Manager -Assisted clients to comply with regulations governing transportation and disposal of waste. Provided on site management of waste streams including identifying, segregating, signage , shipment, and maintaining data base for client and regulatory agencies. Identified methods to reduce waste and reduce cost of disposal. AMERICAN ECOLOGY-1994 TO 1997 Technical Sales Representative -Located and secured customers to support revenue growth. Maintained existing client base through high level of customer service. Coordinated transportation and conducted plant tours. VALLEY SOLVENTS AND CHEMICALS -1993 to 1994 Sales Representative-Re-established Valley Solvents in the marketplace after termination of San Antonio office and reorganization of Corpus Christi office. Expanded Valley Solvents ' position in the waste management business by contributing my knowledge and experience in federal and state regulations of hazardous and non-hazardous waste. VEOLIA ES TECHNICAL SOLUTIONS LL C CHRISTOPHER ARMINTOR Project Manager Education: University of Houston at Clear Lake B.S. Environmental Science Major: Industrial Hygiene Minor: Safety Special Training/Certifications: • 40-Hour OSHA Training, 29 CFR 1910.120 • CPR/First Aid Training • HazardousMaterials Transportation, 49 CFR 172.704 (HM-126) • Field Chemist Skills Training • RCRA Training • DOTHM-181 Training • Respiratory Protection • Forklift Training • Confined Space Entry Training • Technical writing • Data sampling Summary of Experience : Mr . Arminto r has worked in the hazardous waste management industry since 2008 . His Field duties include identifying , categorizing , packaging and labeling chemicals for shipment. Administer safety procedures to comply with DOT , OSHA , and EPA regulations for the southwest region including Arkansas , Lou isiana, Oklahoma and Texas . In addition to field work , he also functions as the Customer Service Representative for multiple Universities along the Gulf Coast. Some of these include : The University of Texas and Louisiana State University . PERSONNEL PROFILE VEOLIA ES TECHNICAL SOLUTIONS, LLC -10/08 to Present Project Manager: • performs audits on assigned contracts to ensure that all contractual agreements are adhered to provides customers with services that ultimately leads to the safe and legal disposal of waste materials • Exhibits complete knowledge of DOT , EPA, and facility requirements for labeling, marking , packaging and shipping hazardous waste from customer sites. .Customer Service Representative: • Responds effectively and • courteously to customer service inquiries, requests or complaints. Return all customer calls in a timely manner. Notifies personnel customer's concerns. the appropriate to handle the problems and • Researches and resolves issues in a timely manner .. • Enters service and route data into computer for billing and route scheduling purposes . • Services all University accounts which includes set- up of new accounts from Service Agreements, maintain prope r flow of paperwork form sales to operations etc. VEOLIA ES TECHNICAL SOLUTIONS JD KLAVERWEIDEN Project Manager Education: Illinois State University Normal, IL BS in Environmental Health Special Training/Certifications: 40-Hour OSHA Training, 29 CFR 1910 .120 Hazardous Materials Transportation , 49 CFR 172 . 704 Reactive Chemical Training Certified Hazardous Materials Manage r (In-Training Designee) 16-Hour Counter Biologica l, Chemical , and Nuclear Terrorism Emergency Response -Emergistics Inc . CDL With Hazmat Endorsement First Aid Certified Certified Sanitarian -Illinois Dept of Public Health Summary of Experience : Mr. Klaverweiden has worked in the hazardous waste management industry since 2002. Responsibilities have included responsibilities in Sales , Customer Service , Operations and Management. His duties have involved logistics and transportation , project management , foreign waste shipment , customer service and inventory managemen t. VEOLIA ES TECHNICAL SOLUTIONS, LLC - 09107 to Present Project Manager Trains new employees in waste management and profiling , manifesting , OSHA , EPA and DOT regulation . Works in the field with new employees on special projects and reactive chemicals. Schedules waste shipment with transportation and disposal facilities , and writes waste profiles from customers' information . I am fluent with multiple field computer systems that can create shipping papers and documents for waste tracking and reporting . CleanPak (Division of Clean Harbors Environmental Services Inc.) 03/07 Senior Lead Chemist-(Certified in reactive materials stabilization 3/1 /07 .) 08/07 -02/07 Lead Chemist PERSONNEL PROFILE En Pak (Division of Teris LLC) 10/05-08/06 Project Supervisor Austin , TX Provided EH&S consultations and service for the University of Texas and numerous conditionally exempt, small, and large quantity generators of hazardous materials/waste . Full comprehension and application ensuring compliance of regulations set forth in 29 , 40 , and 49CFR. This includes the safe segregation , packaging, and stabilization/deactivation of acutely hazardous materials as well as generating all required documentation for shipment (DOT) and reporting . Supervised special projects , spill remediation , and public events such as city/state sponsored household hazardous waste collections. Trained in emergency response . 9/05-10/05 : Project Supervisor (Hurricane Katrina Relief) New Orleans , LA Worked under contract with the DEA to provide chemical and regulatory expertise for safe and proper disposal of all controlled substances abandoned and destroyed in pharmacies in the New Orleans area following the hurricane Katrina disaster. 11/04-3/05 Senior Chemist 1/04-10/04 Field Chemis t I, II 5/03-12/03 Haz-Mat Technician I, II Samsung Austin Semiconductors 3/05-9/05: Environmental Specialist/ Waste Manager Austin, TX Special project to provide initial consultation to revamp and improve SAS' waste management system and implement new programs to improve waste/cost minimization of all plant wastes . I Monitored and ensured compliance with all waste disposal regulations and environmental permits . Supervised spill remediation , special projects such as erosion control and storm-water, and bulk tanker loading and off-loading of chemical. Succeeded in producing cost savings of more than 40% of total waste cost in one year. Haas-Radian Total Chemical Management Corporation 1/03-5/03 MSDS Analyst/Customer Service Rep . Austin, TX G)veOLIA ENVIRONMENTAL SER VICE S VES-TS Training and Operational Development Program The Manager of Training and Operational Development is responsible for the overall implementation of the Veolia Environmental Services-Technical Solutions (VES-TS) training program . VES-TS provides various types of training for its employees , such as , Employee Orientation , Management/Service Quality and Commitment, and Regulatory/Technical training . The following is a summary of several training programs provided to employees of VES-TS . Service Quality Commitment VES-TS focuses their efforts each and everyday on Service , Quality and Commitment. Every employee will be trained and committed to continuous improvement. The customer will determine the quality of our service , not just by reliability of our basic service , but from the "total experience " of doing business with VES-TS. The training process for the SQC program is skills driven . The SQC Tactical Plan addresses deployment of coaching , personal and team skills for each employee of the company . This enables the employees to obtain the knowledge ; skills and abilities necessary to continuously improve work processes . Training is implemented from "top down", with improvements developed from the "bottom up ". All training includes a skill practice during the sessions , and on-the-job applications . The SQC training program is divided into two category groupings : Frontline Leadership and Quest. The Frontline Leadership courses are designed for supervisory personnel and focuses on team leadership . The Quest courses are designed for all employees including supervisory personne l, and its focus is primarily on communication and team building skills . A summary of several of these programs is described below . Frontline Leadership Getting Good Information From Others Discusses the values of good information in making better decisions . This program focuses on the skills and knowledge necessa ry for gathering in-depth information efficiently . Dealing With Emotional Behavior Focuses on the ways to defuse nonconstructive emotional behavior in work situations and how to refocus energies toward positive , productive solutions to issues. Recognizing Positive Results By incorporating the mot ivating elemen t of personal appreciation for a job well done , this course focuses on building skills beyond giving basic feedbac k. Establishing Performance Expectations Offers a method for clearly focusing employees on the right targets , so they can get motivated , keep goals in view , and make better decisions. Coaching for Optimal Performance This course shows how to help employees examine their own performance . It provides suggestions for generating employee commitment to improved results and mutually planning and carrying out ways to work smarter. This course also covers perfo rmance appraisal discussions . Fostering Improvement Through Innovation This course shows how to generate creativity and minimize risk by drawing ou t ideas from those closest to the work . Covers how to channel energy into creative approaches in important objectives . Veolia Environmental Services www.veoliaes.com G)veOLIA ENVIRONMENTAL SERVICES Quest Quality: The Leadership Role This unit covers the key characteristics of the manager's role in quality : focusing employees, building commitment, and sustaining momentum. Participants explore the challenges and benefits of this approach , and learn key strategies that move them more steadfastly toward the direction of "quality" leadersh ip. Analyzing Work Processes: Finding Opportunities For Improvement This unit provides a step-by-step method for looking at an · organ ization 's work processes and uncovering opportun ities for improvement--places where complexity and waste can be eliminated and value added to rr,ake certain customer needs are met , and maybe even exceeded . It is intended mainly for managers and supervisors , but it can also be used subsequently with employees . Work process analysis is important because it takes the systems view of how work gets completed in an organization . This unit encourages participants to make use of their expertise and take ownership in the quality improvement process and help focus on key quality improvement areas . Building Individual Commitment to Quality This unit provides managers with practical skills they can use to guide thei r employees to help them feel a part of the quality process . It explores the obstacles that prevent people from committing their energy to making quality happen. It helps managers learn how to work with emp loyees to clear away stumbling blocks to resolve conflicting priorities between customer expectations and organizational limitations . Resolving Customer Dissatisfaction This unit prov ides practica l skills that employees and managers can use to work with a custome r (either inside or outside the organ ization ) who , for some reason , hasn't received the expected service or product. Participants learn to defuse the customer's annoyance and to refocus the custome r on a successfu l resolution of the problem . Tools and Techniques for Solving Quality Problems In this unit, participants learn how to use measurement tools and techniques to solve problems and improve work processes . The y learn a number of practical ways to analyze data and to build creative solutions in both individua l and team settings . They also learn techniques to expand their thinking in order to get past roadblocks that sometimes obstruct the problem solving process . Leading Quality Problem Solving Sessions In this uni t, participants get tips on how to prepare for a problem solving session . They learn why the leader must simultaneously focus on the process of the session as well as the content of the problem, and how to manage the flow of both. In order to guide the team effectively , they also develop skills to encourage balanced participation and how to help the team build creative solutions to quality problems . Veolia Environmental Services www.veoliaes .com G)veOLIA ENVIRONMENTAL SERVICE:S Initial Training Requirements All new employees , regardless of job functions , must receive the following training. Those employees whose jobs do not require them to prepare , transport , or receive hazardous waste will complete their new employee orientation requirements at the end of this two-day program . 1. Safety Program Overview A. Purpose/Importance/Philosophy 8 . VES-TS Safety History C. Ongoing Safety Programs D. Accident Reporting System E. Medica l Surveillance Program 2. Safety Systems A. Review and Availability of Standard Operating Procedures 8. Purpose and Use of the Site Safety and Health Plan C. Spill Containment and Contingency Plans 3. Hazard Communication and Awareness 4. Fire Safety /Selection and Use of Fire Extinguishers 5. Quality : The Leadership Role 6. Employee Benefits Orientation This training will be conducted on the first two days of the New Employee Orientation . New Employee Orientation Al l Field Service, Facility Services , Sales and any individua l involved in the preparation , transport or receipt of hazardous waste begin their employment with VES-TS by attending the New Employee Orientation . This program is required , regardless of past employmen t and training history . This program exceeds the 40-Hour training requirements under 29 CFR 1910 .120 for routine RCRA activities . The program is essentially divided into two categories : (a) Hazardous Waste Operations and Emergency Response (b) Fundamentals of Field/Facility Service Operations . Trainees are required to demonstrate competency of skills trained during this BO-hour course . Competency is recorded by checklist form in a competency booklet (this booklet is filed in employees training record with the Corporate Training and Operational Development Department). Upon completion of this program, the employee is given a certificate of completion . This course certifies the employee in OSHA 29 CFR 1910.120 , DOT HM-126F, and OSHA 1910.12 00 . The following outlines the topics covered in this two week New Employee Orientation : Hazardous Waste Operations and Emergency Response I Safety Program Overview a. Purpose/Importance/Philosophy b. VES-TS Safety History c . Ongo ing Safety History d. Accident Reporting System e. Medica l Surveillance Program 11 Safety Systems a. Rev iew and Availabil ity of Standard Operating Procedures b. Purpose and Use of the Site Safety and Health Plan Veolia Environmental Services www.veoliaes.com G)veOLIA ENVIRONMENTAL SERVICES c. Spill Containment and Contingency Plans Ill Hazard Communication and Awareness IV Fire Safety/Selection and Use of Fire Extinguishers V Toxicology VI Air Monitoring a. MSA Combustible Gas & Oxygen Alarm (Models 260 & 261) b. Drager Gas Detector Pump c. Photoionization Detector VII Introduction to Reactive Chemicals VIII Compressed Gas and Cylinder Safety IX Personal Protective Equipment (PPE) X Use and Maintenance of the SCBA and Hip-Air XI Use and Maintenance of Air Purifying Respirator a. FitTest XI I Site Remediation and Emergency Response XIII Spill Control/Work Zones/Decontamination XIV Confined Space Entry and Non-Entry Rescue XV Handling Flammable Liquids/Bonding and Grounding XVI Field Service/Safety Exercise Fundamentals of Field/Facility Service Operations 1 Introduction II Overview of On-site Job Completion Ill Chemistry and Compatibility Segregation IV EPA Waste Codes V DOT Hazard Classes VI Shipping Names VII Labeling and Placarding VIII Shipping Paper Requirements IX Packaging X Paper Work Completion Veolia Environmental Services www.veoliaes.com G)VEOLIA ENVIRONMENTAL S ERVICE S XI Shipping and Receiving Procedures XII Reportable Quantity Values XIII Land Disposal Restrictions XIV Program Conclusion Annual Safety Refresher In order to maintain safety awareness and provide required annual refresher training (annua l training refers to training conducted at a frequency of once every 12 months), all Facility , Field Services , Sales personnel and any indiv idual involved in the preparation , transport or receipt of hazardous waste are required to participate in the Annual Safety Refresher. VES -TS has div ided the required annual training into 14 separate modules . Training is either conducted in full-day seminars , one module at a time , or several modules at a time ; however , all modules are completed no later than 60 days past the anniversary date of the employee 's previous OSHA 1910 .120 training . The following provides a summary of each VES-TS training module : Hazard Communication and Awareness SAFT0103 This course has been specifically designed to alert VES-TS employees to the potential hazards in the workplace . It covers the requirements of OSHA 's Occupationa l Noise Exposure Standard (29 CFR 1910 .95 ) and provides a general overview of OSHA 's Blood borne Pathogens Standard (29 CFR 1910 .1030). Participants will also learn how to interpret information on labels and Material Safety Data Sheets . Participants are provided wi th information regarding the DOT hazard classification system and potentia l non-chemical hazards . Toxicology (Hazardous Materials Hygiene/Signs & Symptoms of Chemical Exposure) SAFT0311 This course provides a review of toxicology terms and concepts and reinforces the use of a systematic approach to preventing chemica l exposure . Trainees evaluate scenarios , identify the hazards present , determine the chemical ris k and proceed to apply appropriate measures to prevent exposure. The types of toxins , tox ic effects , host factors and engineering contro l methods are also examined during this program . Supplied Air Apparatus SAFT0313 This course focuses on the inspection and utilization of the SCBA and the Hip-Air units in accordance with the manufacturer 's specifications . Proper donning/doffing procedures , emergency ope ration , back- up systems and SCBA maintenance are all reviewed in this program . To ensure competency , all participants are evaluated on their performance in utilizing the SCBA and Hip-Air units . Selection ,and Use of Personal Protective Equipment SAFT0312 This course has been designed to provide the participants with hands-on practice in the selection and use of personal protective equipment. Participants review and perform donning and doffing procedures for leve l D, C and B protection . By analyzing job scenarios , trainees will practice problem-solving skills as they select appropriate personal protective equipment. Hazard awareness and assessment is highlighted to promote employee safety . Selection of gloves , coveralls and respiratory protection is practiced using various reference materials . Air Contaminant Monitoring SAFT0112 Veolia Environmental Services www.veoliaes.com G)VEOLIA ENVIRONMENTAL SERVICES Hands-on practice and review of air contaminan t monitoring equipment is highlighted during this program. Trainees are required to demonstrate competency in the use of the equipment by being evaluated by the instructor. Examples of equipment used in this course are MSA 02/LEL meter, MSA Photo ion ization Detector , and Drager Detector tubes . Radiation/Biohazard Awareness SAFT0310 This two-part course provides an overview of the potential ha zards of both radioactive materials and bloodborne pathogens . This program addresses how to recognize potentially hazardous situations involving these materials and how to reduce risk of exposure through the application of control methods . Additional topics include : types of radiation , half-life , radiation detection instruments, dose and types of exposure , VES-TS ' Exposure Contro l Plan , epidemiology , signs & symptoms of exposure and Un iversal Precaut ions . First Aid SAFT0105 A series of videos , demonstrat ions and hands-on activities are used to prepare participants to respond calmly in emergency situat ions , make dec isions and take appropr iate action in order to stabilize injuries until medical assistance arrives . The following first aid topics are examined and practiced by the participants : Emergency Action Principles , secondary survey , bleeding and shock , burns , eye and nose injuries , bites and stings , fractures , dislocations , sprains and stra ins , poison ing , diabetic emergencies , stroke , seizures , tempera ture extremes and rescues . This course is given every two years and cert ification is valid for three years . CPR SAFT0106 A series of videos , demonst rations and hands-on activities are used to prepare partic ipants to respond ca lmly in emergency situations , make decis ions and take appropr iat e action in order to sustain li fe unti l medical services arr ive . The following life-saving concepts are examined and pract iced by the participants : Emergency Action Principles , rescue breathing , choking , heart attack , cardiac arrest and cardiopulmonary resuscitation. This course is given every yea r and certificat ion is val id for one yea r. Fire Safety/Selection and Use of Fire Extinguishers SAFT0314 The basic principles and procedures of fire safet y are discussed during this program . Fires are divided into 4 distinct classes , A through D. Each type of fire is discussed at length as well as the most effective means of extinguishing them.· Trainees work together analyzing job scenarios and selecting the prope r extinguisher and response procedures for eac h incident. Handling Flammable Liquids/Bonding and Grounding SAFT0116 This course presents the potentia l hazards assoc iated with handling flammable liquids and the safety pro'cedures ut ilized to control them . Trainees review the follow ing top ics : explosive range , upper and explosive limits , controlling static electricity , and identifying proper grounds . Participants receive hands- on training as they analyze flammable liquid spill scenarios , determine the appropriate bonding and grounding method and simulate the proper procedure . Confined Space Awareness/Confined Space Entry (Non-entry Rescue) SAFT0111 & SAFT0211 These courses have been designed to provide the trainees with the technical skills necessary to evaluate , enter, and work in confined spaces according to VES-TS procedures . The course review confined space recognition , personnel responsibilities , permits and emergency egress . Air monitoring , lockout/tagout, explosive atmospheres , ventilation , and ho t work procedures are also covered . A confined space is entered and emergency rescues are practiced during this training program. Confined Space Awareness Veolia Environmental Services www.veoliaes.com G)veOLIA ENVIRONMENTAL SERVICES (SAFT 0111) is required for all Facility , Field Services and Sales personnel , and any individual involved in the preparation, transport , or receipt of hazardous waste . The Confined Space Entry (Non-entry Rescue SAFT0211) is required for all Field personnel , and is based on job specifications for Facility and Occasional Field Personnel. Cylinder/Pressure Vessel Safety SAFT0115 This course has been designed to provide a comprehensive overview of safe handling procedures for compressed gas containers . Basic maintenance , usage, and storage requirements are discussed . Trainees also review proper movement of gas cylinders , DOT regulations, and VES-TS safety procedures . Spill Response/Work Zones SAFT0315 This course provides instruction in safe and effective spill response . It illustrates the importance of careful pre-planning and assessment of the potential for incidents. Hands-on instruction is utilized throughout the program . The following topics are highlighted : incident risks , safety, spill control , containment and recovery, work zones and decontamination procedures . Trainees are required to demonstrate competency by participating in a simulated spill response. Contingency Plan OPER0217 VES -TS ' Contingency Plans are comprised of a detailed assessment of potentia l incidents and a predetermined action scheme that was carefully designed to handle them effectively . This program details all aspects of the contingency plan . The instructor guides the trainees through each portion of the contingency plan . Each facility 's plan is designed to reflect its unique operations and permit. The following topics are covered : emergency coordination/contact list , duties and responsibilities , reporting sequence and requirements , emergency actions , disposal of clean-up materials , documentation , emergency response procedures , amendment procedures and emergency equipment. Contingency Plan Drill for Permitted and In-transit Facilities OPER0220 This drill affords the participants the opportunity to practice VES-TS ' Contingency Plan procedures and techniques of spill control. A "mock " spill clean up is conducted in the facility and all personnel must respond according to their assignments as outlined in the contingency plan . Individuals may be required to either evacuate the premises or participate in the "hands-on" clean up. The drill is taped and then critiqued by the instructor and the participants . Forklift Operations SAFT0401 This program is designed to meet the operator training requirements for industrial forklift trucks under OSHA 29 CFR 1910 .178 , which states that "only trained and authorized operators shall be permitted to operate a powered industrial truck ." The program is divided into two sections : classroom instruction and practice driving. Each individual will have to demonstrate competency by operating the forklift truck for the instructor and also by passing a written test. Veolia Environmental Services www.veoliaes.com G)veOLIA ENVIRONMENTAL SERVICES Reactive Chemical Training The Reactive Chemical Training program is designed for Field Service employees who are expected to work on Routine Reactive Chemical projects and who also participate in Special Handling Reactive projects. This program includes identification of reactive chemicals , reactive terminology, and safe handling of routine reactive chemicals . Trainees are required to demonstrate competency to the instructors by participating in job simulations . An outline of the topics covered in this program is listed below: Reactive Chemical Training I Introduction to Reactive Chemicals a. Course Objectives and Overview b. Reference Materials b.1 VES-TS Chemical Text b.2 Reactives Chemical Procedure Book b.3 Bretherick 's Handbook of Reactive Chemicals b.4 MSDS II Reactive Terminology a. Air Reactive b. Water Reactive c . Oxidizing Liquids II I Routine Reactive Chemicals a. Routine Reactive Identification/Handling b. Routine Reactive Packaging IV Conditional and Special Handling a. Determination/Identification b. Billing codes V Remote Opening Equipment a. Set-up and Operation b. Handling c. Special Projects VI Site Safety Plan Development VII Monomers a. Chemistry of Monomers b. Hazards and Reactions of Monomers c. Storage Conditions d. Exercise 1: Stabilization of Monomers VIII Peroxide Formers a. Peroxide Formation Chemistry b. Shelf life/Storage Condition c. Stabilization/Solvents d. Exercise : Identification of Peroxide Formers IX Explosives a. Types of Explosions b. Effects of Explosions Veolia Environmental Services www.veoliaes .com G)veOLIA ENVIRONMENTAL SERVICES c . Contamination d. Solvents/Stabilization e. Incompatible Mixtures X Temperature Sensitive Materials a. Definitions b. Phases of Temperature Sensitive Materials c. Temperature Sensitive Material Identification d. Packaging and Paperwork Cylinder Training Cylinder Remova l Genera l Safety a. Hazardous Characteristics b. Cyl inder Features c. Storage of Cylinders d. Transportation e. Movement by Hand f. Unknown Cylinder g. Empty Cyl inder Disposal II Cylinder Removal Project QC A Visual Inspection of Cylinder a. Size of Cylinder b. Type of Cylinder c. Valve Type d. CGA Fitting e. Physical Appearance B. Known Off-Site Disposal Options Il l Cylinder Removal Handling Procedures a. Cylinder Pressure Testing and/or Unknown Cylinders Sampling b. Direct Transfer of Liquids from Cylinders c. Cylinder Transfers (gas phase ) into Solvents Docket HM-126F The Hazardous Materials Regulations (49 CFR, Subtitle B, Chapter 1, Subchapter C, Parts 171 through 180) was originally developed to address the acute hazards associated with the transportation of explosives and flammables . These regulations have evolved to include classification, hazard communication , transportation , emergency planning/response , and packaging . Docket HM -126F is an amendment to the communication requirements that mandate specific training requ irements for persons involved in the transportation of hazardous materials . The docket states that all hazmat employees receive this training . A HAZMAT EMPLOYEE includes those who during the course of their employment: • load , unload , or handle hazardous materials • test , recondition , repair , modify, mark , or otherwise represents containers , drums , or packaging used for the transporting of hazardous materials • prepare hazardous materials for transportation • are responsible for the safety of transporting hazardous materials • operate a vehicle carrying hazardous materials In order to meet the tra ining requirements , four categories of training mus t be covered : General Awareness/Familiarization Training , Function Specific Training , Safety Training , and Driver Training . Veolia Environmental Services www.veoliaes.com G)veOLIA ENVIRONMENTAL SERVICES Training for employees must be conducted within 90 days of employment start. VES-TS upon training is conducted on a biennial basis , and is divided into 8 different modules . The following summarizes the different modules covered in this program: Module 1 Introduction/General Awareness This introductory module is designed to provide the participants with an explanation of the purpose of the HM-126F amendment, summary of the training requirements and knowledge needed to identify the hazardous materials in their workplace . Module 2 Hazardous Materials Classification Upon completion of this program , the HAZMAT employee will be able to use the 8 columns of the Hazardous Materials Table to determine the proper identification and classification of a variety of hazardous materials . Each participant will be required to maintain at least 80% accuracy on a written quiz that will test for competency on hazardous materials classification . Module 3 Shipping Paper and Emergency Response Information This module is designed to provide participants with the information necessary to complete shipping papers according to the hazard communication requirements . Participants will also be provided with th~ reference materials that are needed to properly complete shipping papers . Module 4 Marking, Labeling and Packaging Requirements This module is designed to educate employees on the procedures to properly mark and label shipping containers as well as interpret packaging specifications , markings and provis ions to the hazard communications and packaging requirements . Participants are required to maintain at least 80% accuracy on a written quiz that will test for competency on marking , labeling , and packaging . Module 5 Placarding Requirements The purpose of this module is to provide participants with the information needed to properly placard a transport vehicle . Upon completion of this program , participants will be able to interpret placarding requ irements listed on Table 1 and Table 2 in 49 CFR 172.504 and also select proper placards for a transport vehicle when given the weight totals and hazard classes for mixed loads . Participants are required to maintain at least 80% accuracy on a written quiz that will test for competency on placarding . Module 6 Loading .and Unloading Hazardous Materials This module is designed to educate participants on the proper procedures to load, segregate materials, and unload a transport vehicle according to 49 CFR Part 177 Subparts 8 & C. Upon completion of this rnodule , the participant will be able list shipper and carrier responsibilities , explain loading requirements and restrictions when given a hazard class , and list transportation and storage restrictions for a given list of chemicals and chemical mixtures . Participants are required to maintain at least 80% accuracy on a written quiz that will test for competency on loading and unloading hazardous materials . Module 7 Hazard Awareness, Assessment and Prevention This module is designed to provide participants with the information on how to recognize and evaluate the potential hazards in thei r workplace . Routes of chemical exposure , Material Safety Data Sheet interpretation , and hazard control are covered in this program . Participants are required to maintain at least 80% accuracy on a written quiz that will test for competency on hazard awareness, assessment and prevention . Module 8 DOT Emergency Response This module is intended to address those employees who have limited responsibilities in the event of an emergency , such as notifying others or minimizing the effects of an unintentional release of hazardous materials . It is not intended to satisfy the training needs and requirements for HAZMAT employees whose primary responsibilities involve emergency response . Upon completion of this module, the participant will be able to list the VES-TS plan for responding to emergencies at their facility , state the 4 primary responsibilities of an emergency responder , and lis t the information that must be communicated Veolia Environmental Services www.veoliaes.com G)veOLIA ENVIRONMENTAL SERVICES when reporting a spill or release. All participants must demonstrate competency to the instructor by evaluating a spill response situation and determine the response procedures when given a spill response scenario and also by satisfactorily completing competency review sheets on responding to and reporting a spill. VES-TS NEW EMPLOYEE ORIENTATION AGENDA Week 1 Monday 9:00 -10 :30 10:30 -10:45 10:45 -12:00 12:00 - 1 :DO 1 :00 -2 :00 2 :00-2:15 2 :15-4:15 4 :15 -5:00 Tuesday 8:30-10 :1 5 Training 10:15 -10:30 10:30-11 :00 11 :00-12 :00 12:00 -12 :30 12 :30 - 5:00 Wednesday 8 :30 -9:30 9:30 -9:45 9:45 -10:45 10:45 -12 :00 12:00 -12:30 12:30-1 :15 1: 15 - 2 : 15 2 :15-3:15 3:15-3 :30 3 :30 -5:00 Thursday Friday 8:30 -9:45 9:45 -10:00 10:00 -11:00 11:00-12:00 12:00 -12 :30 12 :30-1 :30 1 :30 - 3:30 3:30 -3:45 3:45 -4:45 4:30 - 5:00 8:30 -9:45 9 :45 -10:00 Veolia Environmental Services www.veoliaes.com Welcome I Agenda / Introductions Break VES-TS Background/ Industry Lunch Facility Tour Break Hazard Communication & Awareness Fire Safety Drugs & Substance Abuse / Sexual Harassment Policy Awareness Break Field Services Career Development Program Overview of Facilities Lunch Quality : The Leadership Role Introduction to DOT Break Hazard Classes Precedence Table & Shipping Names Lunch Precedence Table & Shipping Names Packaging Marking & Labeling Break Reportable Quantities Chemical Segregation Break Chemical Segregation (continued) EPA Hazardous Waste Numbers Lunch EPA Hazardous Waste Numbers Manifesting Break Proper Lifting/Back Safety Review/ Q & A Personal Protective Equipment Break 10:00 -11 :00 11 :00 -12 :00 12 :00 -12:30 12 :30 -2 :30 2 :30 -2:45 2 :45 -4 :00 4 :00 -5 :00 Week2 Monday 8:30 -9:30 9:30 -10 :00 10 :00 -10 :15 10 :15 -12 :00 12 :00 -12 :30 12 :30 -4 :00 4:00 -5 :00 Tuesday 8 :30 -11 :00 11 :00-12:00 12:00 -12 :30 12 :30-1:30 1 :30 -5 :00 Wednesday 8 :30 -9:45 9:45-10 :00 10 :00 -12 :00 12 :00 -12 :30 12 :30 -2 :00 2:00 -3:00 3 :00 -3 :15 3:15 -4 :30 4 :30 -5 :00 Thursday Friday 8:30-9:15 9 :15 -10 :15 10 :15-10 :30 10 :30-12:00 12 :00-12 :30 12 :30-2 :15 2:15 -2:30 2:30 -4 :30 4:30 -5:00 8:30 -9 :45 9:45-12 :00 12 :00-1:00 Veolia Environmenta l Services www.veoliaes .com Air Purifying Respirator Self Contained Breathing Apparatus Lunch Personal Protective Equipment Selection Break Air Monitoring Excavation Safety Site Control I Work Zones Site Safety Plan Review Break Spill Response/ Work Zones Practical Lunch Confined Space Overview & Practical G)veOLIA ENVIRONME NTAL SERV ICES Competency Sheet Practical ( donning & doffing PPE, air purifying respirator, scba , 02/LEL Meter) Intro to RXT Chemicals / Compressed Gas Safety Competency Sheet Practical (donning & doffing PPE, air-purifying respirator , scba , 02/LEL Meter) (continued) Lunch Overview of VES-TS Systems Field Exercise Handling Flammable Liquids Brea k Handling Flammable Liquids Practica l Lunch Waste Information Profile Drum Handling Break Vehicle Segregation Review / Q & A Loading the Truck Placarding Brea k ICC I Vehicle Plan Lunch Generator Requirements Break Land Disposal Restrictions Review/ Q & A Game I Review Test Lunch -Summary/ Evaluation Section 2.2 .C Licenses and Certificates ',•,' 03 /20 /01 TUE 10:11 FAX 6302688973 DES Royal Johnson mqr jtaf£ of mrxaz SECRETARY OF STATE IT IS HEREBY CERTJFIED that ONYX ENVIRONNIENTAL SERVICES, L.L.C. File No. 7049026-23 a DELAWARE limited liability company, has been issued a Certificate of Authority and the company is currently authorized to transact business in Texas. IN TESTIMONY WHEREOF, I lzave hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on January 31, 2001. @002 ----.. ---v Corporations Section P.0.Box 13697 Austin , Texas 78711-369 7 ~Office of the Secretary of-State . .. ,., ~ ....•. , ...... ·\'. ';l .•... Roger WilUams Secretazy of St.ate The undersigned , as Secretary of·State ·ofT exa.{·d.ob her~by certify that on July 24, 2006, ONYX ENVIRONMENTAL SERVICES > L.L.C.,. u. DELAW~. USA, Foreign Limited Liability Company (LLC) (Filing# 704902623), changed its name to ··veoliii'ES Tcchriica l Solutions> L.L.C . ... ,·• .. : .. ~ ,,. , ,,,,;, In test imony whereof, I have hereunto signed my name .... officially and caused to be impressed hereon the Seal of . -·state at my office in Austin, Texa s on July 25 , 2006. . . ··: ·~:. :.:·. ··-··- ·,!; ···· .. ·.:' :···. ~ ...... .,.:;. ;. •. . . . . . , ; .. ~-... Roger Williams Secretary of State Com e visi t us on tl1e internet at http://mvw.so s.state.tx.us/ UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION 0 Registrant: HAZARDOUS MATERIALS CERTIFICATE OF REGISTRATION FOR REGISTRATION YEAR(S) 2010-2011 VEOLIA ES TECHNICAL SOLUTIONS LLC Attn: DENISE KROUS 1 EDEN LANE FLANDERS, NJ 07836 This certifies that the registrant is registered with the U.S . Department of Transportation as required by 49 CFR Part I 07, Subpart G. This certificate is issued under the authority of 49 U.S.C. 5108. It is unlawful to alter or falsify this document. Reg. No: 060710 002 020S Issued: 6/8/2010 Expires: 6/30/2011 Record Keeping Requirements for the Registration Program The following must be maintained at the principal place of business for a period of three years from the date of issuance of this Certificate of Registration: (I) A copy of the registration statement filed with PHM:SA; and (2) This Certificate of Registration Each person subject to the registration requirement must furnish that person 's Certificate of Registration (or a copy) and all other records and information pertaining to the information contained in the registration statement to an authorized representative or special agent of the U. S . Department of Transportation upon request. Each motor carrier (private or for-hire) and each vessel operator subject to the registration requirement must keep a copy of the current Certificate of Registration or another document bearing the registration number identified as the "U.S. DOT Hazmat Reg. No." in each truck and truck tractor or vessel (trailers and semi-trailers not included) used to transport hazardous materials subject to the registration requirement. The Certificate ofRegistration or document bearing the registration number must be made available, upon request, to enforcement personnel. For information, contact the Hazardous Materials Registration Manager, PHH-62, Pipeline and Hazardous Materials Safety Administration, U.S . Department of Transportation, 1200 New Jersey Avenue, SE,, Washington .DC 20590, telephone (202) 366-4109. Texas Commission on- Environmental Quality Austin, Texas PERMIT FOR INDUSTRIAL SOLID WASTE MANAGEMENT SITE issued under provisions ofTEXAS HEAL TH AND SAFETY CODE ANN. Chapter 361 (Vernon ) Name of Perrnittee: Site Owner: . Registered Agent for Service: Classification of Site : HAZARDOUS WASTE PERMIT NO . 50212 EPAID . NO. TXD000838896 ISWRNO . 50212 110oz v I .d3S Onyx Environmental Services, L.L.C. P.O . Box 2563 Port Arthur, TX 77643-2563 Onyx Environmental Services, L.L.C . P .O . Box 2563 Port Arthur, TX 77643-2563 C.T. Corporation System Republic National Banlc Building Dallas, TX 75201 Hazardous industrial solid waste storage , processing and disposal , on-site/off-site, commercial The perrnittee is authorized to manage wastes in accordance with 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 perrrrittee from compliance with the Texas Clean Air Act. This pennj,t will be valid until canceled , amended, modified or revoked by the Commission, except that the authorization to store , process and dispose of wastes shall expire midnight, 10 years after the date of renewal permit approval. This permit was originally issued on June 7, 1988. 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 the Hazardous and Solid Waste Amendments of 1984 (HSWA) for which the Texas Commission on Environmental Quality (TCEQ) has not been authorized . ISSUED AUG 2 0 2004 Fo r The Commission TCEQ-0080 (Re v. I0-09-03 ) ----------------. --... --- l(athleen Harlnett Whitt . Clwi n na n Lany R. Soward , Commi~sioner Glenn Sh ankl e, Executiue Directn r TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Pro/eclin.<1 Texa s h.11 Reducin.<J and /'reoenling Pollution Mr. Daniel J. Duncan Environmental, Health and Safety Manager Onyx Environmental Services, L.L.C. P.O. Box 2563 Par( Arthur, TX 776,13-256 3 August 1, 200(J Re: Transmittal of Class 1 Penn.it Modification 7004 2510 0003 9115 2617 CERTIFIED MAIL RETURN RECEIPT REQUESTED Ony x Environmental Services, L.L.C.-Port Arthur, Jefferson County Hazardou s Waste Permit No. 50212 Industrial Solid Wast e Registration No. 50212 EPA Identification No . TXD000838896 WWC 12005033-1 ; CN 600130835/RN 10259971 9 Dear Mr. Duncan: The Texas Commission on Environmental Quality has reviewed your application for a Class 1 modification submitted Jun e 22, 2006, and dated June 13, 2006, requesting to change the name of th e perm i ttee an d s ite owner from Onyx Environmental Services, L.L.C. to Veoli a ES Tech ni cal So lutions , L.L.C. Our evaluation indicate s that th e information pre se nted is s ufficient for a Class 1 permit modification . Transmitted herewith is the modification which is now part of your permi t and should be attached the re to . Pleas e not e tha t notice of thi s modification request must be made as per th e requirements of 30 TAC §39.403 and 305 .69(b )( 1 )(B) within 90 day s after the change is put into effect. Questions regarding thi s matter should be directed to me at 5 12/239 -6623. If responding by leller, pleas e include Mail Cod e MC 130 in th e mailin g address . Sincerely, ~lv.4/tfr Jame s W . Spiller, Jr., P.E. · Industria l and Hazardous Waste Permit s Section Waste Permit s Division JWS/fp Enclosures TEXAS COMMISSION ON ENVIRONMENTAL QUALITY CLASS l PERMIT MODIFICATION HAZARDOUS WASTE PERMIT NO. 50212 · ONYX ENVIRONMENT AL SERVICES, L.L.C. -PORT ARTHUR Permit No . 50212 is hereby modified a s follows : Sheet l of 68 is revi sed to reflect a facility name change : Name of Permittee : Veolia ES Technical Solution s , L.L.C. P .O . Box 2563 Port Arthur, Texas 77643 Site Owner: Veolia ES Technic al Solution s , L.L.C. P.O. Box 2563 Port Arthur, Texas 77643 Sheet 5 of 6 8 is revised to include the application date in Provision LB .: B . PERMIT SECTION I. -FACILITY DES C RIPTION IN C ORPORA TED APPLJ CATIO N MATERIALS Thi s permit is based on, and the permittee shall follow the Part A and Part B lndustrial and Hazardous Waste Applicat ion submittal s dated December 4 , 1997, and revised on March 4 , 1998 , November 12 , 199 8 , June 24 , 1999 , May 25 , 1999, January 31, 2000 , February l , 2000, February 23, 2000, December 20, 2000, February 23, 2001, June 7, 2002, July 29, 2002 , October 15, 2002, December 18, 2002 , February 17, 2003 , March 25, 2003, April 17 , 2003 , January 9, 2004 , March 2, 2004, and April i 4, 2004 , and with modifications dated August 25, 2004 , September 20, 2004, and September 28, 2004, (Class 1 1 Mod . -kiln shroud), and August 13, 2004 , and September 15 , 2004 , (Class 11 Mod . -Mercury feed rate limit change ), December 20. 2004, and January 5, 2005 , (Clas s l Mod . -add Kl 74-KJ78), January 13 , 2005 , (Clas s 1 1 .Mod . -testing ex-tension to September 30, 2005 ), Ma y 17 , 2005, (Class I Mod. -update to contingency plan), Jul y 27, 2005, (Class 11 Mod . - testing extension to March 30, 2006), March 7 , 2005 , Ju ly 11, 2005 , and S e pt e mber 15, 2005 , (Class l Mod. -quench sump expansion ), February 8 , 2006 , (Clas s 11 Mod . -special waste ), June J 3, 2006, (Class l Mod . -name change), and the application elements listed in "Attachment C", which are hereby approved subject to the terms of this permit and any other orders of the TCEQ. These materials are incorporated into this permit hy reference as if fully set out herein. Any and all revisions to these elements shall become conditions of lhis permit. upon the date of approval by the Commission . Thi s Class I Modification is pan of Permi t No . 50212 and should be attached th e re to. AUG 2 2 1397 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION 6 1445 ROSS AVENUE , SUITE 1200 DALLAS, TX 75202-2733 C.ERTIFIED MAIL -RETURN RECEIPT REQUESTED Mr. Jim Gary General Manager Chemical Waste Management, Inc. P.O. Box 2563 Port Arthur, TX 77643 Dear Mr. Gary: Pursuant to Section 6(e) of the Toxic Substances Control Act (TSCA), this letter and enclosed conditions grants approval to the Chemical Waste Management (CWM), Inc., Port Arthur facility, to store and dispose of liquid and solid polychlorinated biphenyls (PCBs). On May 31, 1996, CWM submitted its application for reauthorization of its PCB disposal approval issued on June 14, 1992. The proposed approval reauthorization was Public Noticed in the Beaumont Enterprise on May 31, 1997, which opened a 45-day comment period. The comment period closed on July 15, 1997. No comments were received during the comment period. This reauthorization is based on our determination that the facility has met all requirements of 40 CFR 761, subpart D. Violation of 40 CFR part 761, or any condition included as part of the approval, may subject CWM to enforcement action under TSCA and/or other applicable laws and regulations. Such action could result in a termination, revocation, or modification of the approval. This approval shall become effective on the date of th.i s letter, and shall expire at midnight, the same day and month, five years later. This approval shall supersede the Recycl~acyclabl• • Prtnted with Vegetable OU Based Inks on 100% Recycled Paper (40% PoSlconsumer) • existing CWM PCB storage and disposal approval issued on June 1, 1992, and extended to expire on September 30, 1997. Enclosure cc: Minor Hibbs Sincereiy yours, ,--...__ ~ ~ "---:j)OJ~,D Allyn M. Davis Director Multimedia Planning and Permitting Division Texas Natural Resource Conservation Commission e • AUG-22-2002 13:59 6P D EPA MULTIMEDIA 2146656762 P.01 /01 ' UNITED STATES ENVIRONMENTAL ~ROTECTION AGENCY ' ; REGION 6 . 1445 ROSS AVENUE , SUI 1200 DALLAS , TX 75202-27 3 Mr . Daniel J. Duncan : , I I • EnVIronmental, Health and Safety Manager · Onyx Environmental Services, V.L .C. : P. 0. Box 2563 ! · Port Arthur, Texas 77643 Dear Mr. Duncan : On November 28 , 2000, the Environmental Protection Agency 's (EPA 's) Region 6 Dallas , Texas office granted a transfer of ownership to Onyx Environmental Service, L.L .C. (OES) from Chemical Waste Management, Inc . (CWM) for its approval to commercially store and dispose of polychlorinated biphenyls (PCBs) by high ·temperature incineration pursuant to Section 6 (e) of the Toxic Substances Control Act (TSCA). On ecember 18 , 2001 , OBS applied for re-authorization of iii apprtival which expires on Au ust 22 , 2002 , It is EPA Re~on 6 polfoy to evaluate the resul~ o~risk ~urns before granting app vals or re-authorizations to PCB incineration facilities. A ri~k test burn was conducted by C in 1998 under the supervision of the Texas Na~ral Rescn.irce Conservation Cammi sion (TNRCC). The results of thi~ test ~e currently being revi+ed bf the TNRCC , and it has if dicated that the review will be , finished m the Fall . 1 J 1 I ; ! By this letter, the August ~2 , 2qo2 , PCB disposal and codunercial storage approval expiration date will be extended until EPA has made a final detefmination on the OES re- 1 I ' • authori2ation request . This will give EPA Region 6 time to reviqw the risk assessment conducted by the TNRCC to det~e if the PCB approval conditions should be modified to compensate for any potential risks identified in the assessmen t. If you have questions or comments, please contact Mr. James Sales, Region 6 PCB Disposal Approval Coordinator, at (214) 665-6796 . . . dlund, P .E. D~rector MWtimeclia Planning and I Piermitting Division , I cc: Mr . Wheatly , Texas Na~ral I(esour6e Conservation Com.mis ion I ' i l I , ' I : ! : lntemllt Address (UAL) -http://www.epa.gov/earth1 rff / Recycled/Aeeyelable -Printed wilh yagetab \e 0 11 eased Inks on Recycled Paper (M inimum 30% Postconsumer) i ' I ' TOTA L P.01 / '!,.· UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION 6 1445 ROSS AVENUE, SUITE 1200 DALLAS , TX 75202-2733 ~~) ~-:_:__-~ ___ _::_.~_:_~ .,...,• ,P ..3 c>. ..;:; • ...::- r -• (.~ t,-, .. c,,.i._:1v,, ,.{1,/,c <. \, JEC _ I G 1£m Mr . Howard R. Heim, Jr. Senior Environmental Manager Chemical Waste Management, Inc. P.O. Box 2563 Port Arthur, Texas 77643-2563 Re: Non-releasing units at Chemical Waste Management, Inc. 's Port Arthur facility now acceptable for CERCLA off-site waste Dear Mr. Heim: -----.. _,... _________________ . In a letter dated April 28, 1987, the U. S. Environmental Protection Agency (EPA) notified you that a determination had been made that the Chemical Waste Management, Inc., Port Arthur, Texas facility was not acceptable for the receipt of Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) wastes. This determination was based upon significant releases detected at the facility. The determination was prescribed by the requirements of CERCLA Section 121 ( d)(3), 42 U.S.C. § 9621( d)(3), and the original Off-Site Policy, 50 Fed. Reg. 45933 (November 5, 1985), and the subsequent revision entitled "Revised Procedures for Planning and Implementing Off-Site Response Actions" OSWER # 9834.11 (November 13, 1987). EPA has reviewed the amendment to Texas Natural Resource Conseivation Commission (1NRCC) Hazardous Waste Management Permit number HW50212-001, and the amendment to Compliance Plan number CP50212-001, which were approved on November 17, 1993 by the 1NRCC under the 1NRCC Hazardous Waste Management Regulations. 1NRCC Hazardous Waste Management Regulations have been authorized by EPA to operate in lieu ·of Federal Hazardous Waste Management Regulations promulgated under the Resource Conservation and Recovery Act (RCRA) and the Hazardous and Solid Waste Amendments (HSWA). EPA has determined that the 1NRCC Permit modification and corrective action plan contain a corrective action program, approved under Subtitle C of RCRA, which program controls the release of hazardous waste, hazardous constituents, or hazardous substances from all non-receiving units at the facility, which units are releasing, or which have released such materials. Therefore, EPA has determined under 40 CFR § 300.440 (58 Fed. Reg. 49200, 49215- 49218 (September 22, 1993)) that the non-releasing units at the facility are now {~ Printed on Re cy cled Paper -2- acceptable for the receipt of CERCLA waste. However, pursuant to 40 CFR § 300.440(b )(ii), CERCLA wastes may not be transferred to any unit at the facility which is releasing any hazardous waste , hazardous constituent, or hazardous substance into the ground water, surface water, soil , or air, including, but not limited to, those units at which releases are controlled by the corrective action program under the 1NRCC Permit. If you have any questions regarding this letter, please contact Ron Shannon of my staff at (214) 655-2282 . Sincerely yours, ( '----' ((.<A:.'-y-,<'\'\\ -S.._ '(. ,..:'-''" \ Allyn M. Davis, Director Hazardous Waste Management Division cc : Ms . Susan Ferguson, Director Industrial and Hazardous Waste Division Texas Natural Resource Conservation Commission l I Logistics Documentation Section 2.2.D D. Logistics The City of Fort Worth will be serviced by our Service Center located at: VeoliaES Technical Solutions , LLC 1800 Hwy 146 South Baytown, TX 77520 (281) 427-4099 -Office (281) 427-5367 -Fax a) Veolia ES Technical Solutions will provide a Customer Service Representative that will service as a single point of contact for scheduling all projects and pickups. Labor -For all routine site work and waste pick ups , only VES-TS personnel will be used . Sub-contractors will only be utilized in the case of large emergency response events or the identification of highly reactive, explosive or radio -active material. Transportation -In most cases, VES-TS will provide transportation services for drummed materials . Sub-contractors will be used for bulk transportation and for some full truckload drum shipments. Disposal -All drummed material will be received at our TSDF and Incineration complex located in Port Arthur , Texas. VES-TS will take title to the waste . Materials that are destined for treatment methods other than incineration will be shipped out to the final disposal or recycling facilities . A list of these disposal facilities can be found in Table 2.3-2 . Bulk materials that are not destined for incineration will be shipped directly to the disposal facility . Temporary Storage -YES-TS will not use any temporary storage facilities . b) VES-TS owns and operates the incineration and recycle facilities that are offered as a part of this contract. VES-TS will sub-contract with the landfill facilities . The City of Fort Worth will contact the customer service representative to schedule all site projects and pick ups . Drum Pickups -For routine drum and bulk shipments that do not require service work, the customer service representative will prepare all shipping paperwork and labels that are required for the pick up . These items can be sent with the truck or ahead of time . All drums will be shipped to the VES-TS 10-day facility/service center in Baytown , Texas . The service center will arrange delivery into the incinerator. Bulk Shipments -For bulk shipments , the customer service representative and project manager will pre-arrange any bulk shipments destined for third party or VES facilities . All shipping paperwork and placards wil l be provided and prepared by VES-TS. Service Jobs Our field service begins when we receive a work request or inventory for material removal. This information, acquired through communications with THE CITY OF FORT WORTH , a site visit , telephone request , email , etc ., will be handled by the service team . This team will discuss the request and may seek additional information such as a hazardous waste inventory ; accurate facility/site information or any other details needed to complete the service . If the service team feels it is necessary to do a pre-service site visit , we will set up a time and date . During this visit the Project Manager will inventory the material , sample drums (if required), acquire MSDS 's, fill out Waste Information Profile(s) (WIPs), and check the safety aspects of the job. Once the Project Manager has the inventory information, a Veolia Work Order is completed that connects to our main frame AS400 computer system . The Veolia Work Order provides the Veolia field crew necessary information to complete the project. It includes the necessary materials needed, waste streams for shipment , quantity for shipment , and manpower requirements . If inventories are not known at the time of order placement, project evaluation will be made at the beginning of the site project. On-Site Service The Veolia crew would arrive at your site at an agreed upon time that fits into your schedule . It is assumed that each THE CITY OF FORT WORTH site will allow for a suitable work area or waste storage area where our work can be performed. The Veolia Project Manager is the overall supervisor of all work completed in the field and may be on-site for all or part of the project duration. For project that require more than a simple drum shipment , the on-site team will complete a detailed Health And Safety Plan (HASP) that lists emergency procedures , equipment , and requires a job hazard assessment be performed prior to starting work . The most senior Veolia Environmental Specialist wil l be the supervisor for the project , will manage all Veolia employees and is your point of contact for the day or project. Veolia utilizes a laptop computer , portable printer and thermal labe l printer to prepare the documentation for the shipment. All items are typewritten for clarity and ease of review . The Veolia on-site crew will begin to segregate and characterize all lab chemicals for disposal. After the lab pack wastes have been properly characterized , they will be inventoried onto our packing slips and packaged with other compatible material using our proprietary Field Computer System. Waste codes and proper shipping names are assigned to lab pack containers based on information contained in the Veolia Chemical Database and other reference materials . Drummed materials will already be characterized based upon a completed Waste Information Profile. If a new waste stream is generated , the Technical Supervisor can prepare a new WIP on-site in order to ship that waste stream. Drum labels are prepared for each container with unique identification numbers and each container is properly labeled with the drum label and all appropriate shipping labels and markings . Highly Reactive Materials In addition to routine laboratory chemicals , Veolia has the capability to package , transport and dispose of highly reactive chemicals , such as picric acid , ethers , sodium metal , sodium azide , to name a few. Our Reactive Field Service Technicians (or approved sub-contractors) are specially trained to properly classify , segregate , package and transport reactive chemicals. Also, they will perform any stabilization procedures necessary for safe and legal transport . As is the case with the routine laboratory chemicals, all associated documents will be properly completed . Scheduling and coordinating the packaging and stabilization of highly reactive chemicals may involve a more comprehensive pre-service site visit. Preparing for the handling and stabilization of these materials generally includes a more detailed HASP that describes the specific scope of work , emergency procedures, and specific job hazard assessments . Once all items are finalized , the manifests, land disposal restriction forms and activity reports are printed via our field computer system and printers . While you review and sign all the shipping documentation , the Veolia field crew will load all waste materials onto our vehicle for transportation and clean the work area of any trash generated during our services . As a part of the services provided to THE CITY OF FORT WORTH, VES- TS will pack all highly reactive or high hazard materials in single-charge containers. This procedure minimizes handling of these dangerous compounds, therefore reducing the liability of managing such materials. Once the paperwork is signed, the Veolia field crew will depart your facility . Normally, there are no sub-contractors required for routine drum and lab chemical disposal projects ; therefore no coordination with any other sub-contractors is required. For shipments of Low Level Radioactive Waste, certain explosive wastes , and special reactive wastes, approved sub-contracted labor and transportation will be used. Unknown Materials It is realized that it is the generator's responsibility to properly identify the waste to be disposed . Each unknown will undergo an on-site "fingerprint " analysis . Upon completion of these tests , the unknown compound can be DOT/RCRA classified and Veolia personnel will work with the customer representative to complete the required profiles. This document is for internal use only and is an integral part of Veolia 's Part B permit covering our TSDFs . Each unknown sample will be logged with a dedicated ID number to be included on the container packing slip along with the physical description of the compound . A worksheet containing all analytical data compiled during the fingerprint of each individually numbered sample will also accompany the packing slip and manifest. THE CITY OF FORT WORTH will receive a copy off all documentation described above . Unknown chemicals can be very dangerous and command the highest level of safety when opening and sampling such compounds. All unknowns will be processed based on the following Standard Operating Procedure : • All containers will be inspected for any outward signs of peroxidation, corrosion or contamination that could render the material or the container unstable or unsafe to open . Glass and metal containers thought to contain solvent of the types can form explosive peroxides (i.e ., Ether, Tetrahydrofuran, p-Dioxane) will also be inspected for any signs of crystal formation around the cap or in the solvent itself • If any of the conditions above are present , a decision may be made to remote open the container in order to collect the sample . If the material is thought to be air or water reactive (i.e., sure-seal or poly coated glass bottle), it will be opened in a glove box under an inert Nitrogen atmosphere before the sample is taken . • Other field identification methods may be employed to determine if the unknown compound is organic or inorganic (i.e., char test). In order to determine if the unknown is a potential explosive , an ignition test will be conducted . Any additional field-testing methods needed to better characterize the unknown will be performed utilizing the HAZCAT chemical ID system . • VES-TS and its subcontractors will utilize the appropriate level of protection (Level A, B or C with or without proximity suit) as the situation warrants . VES-TS will upgrade to Self Contained Breathing Apparatus (SCBA) or other supplied breathing air in lieu of cartridge respirators as necessary . c) VES-TS will provide all shipping paperwork and labels based on inventories given when the project is scheduled . Should there be changes in piece counts or material available , the on-site environmental specialist or project manager make the necessary changes to the existing manifest(s) or generate a new manifest on site. Each field technician is equipped with a field system capable of generating new profiles , manifests , LDR 's and labels . Most profiles can be approved on site using a set of over 100 standard profiles. In the event that a material is identified that requires special handling or specific management methods, the field technician can get approval to move the material for the Technical Services Manager. There may be some cases, such as highly reactives , explosives , DOT incompatibilities that some material must be left behind . In those cases the project manager will arrange a follow up site project with appropriate personnel and equipment necessary to safely handle the material. d) The City of Fort Worth will communicate the project scope and inventories to the customer service representative. The CSR will generate shipping documents and labels based on these inventories . These items will be sent via Federal Express to insure timely delivery . If service work is required, the paperwork will be sent with the field technicians . As indicated above , the field technicians can generate additional paperwork or labels if necessary. e) The VES-TS CIMS (Computer Information Management System) offers the following features Online Profiles Online Invoicing Manifest Inquiry Certificates of Tracking Shipment Activity Database Downloads Management Reports Data Downloads Shipment Cost Report f) Documentation required under this section can be found at the end of this Section E. References - A list of References can be found at the end of this Section ENV I ROI\JM E NT.l\L 5Ef'.V I CE5 r LC f-H.;jl CAL SOLU r ,em s · Billing Inquiries -DIANA M. KUNZWEILE R at 1(281 ) 42 7-409 9 Cu stomer No . 54838 2 _ TO : CITY OF FORT WORTH 1000 THROCKMORTON FORT WORTH, TX 76102 DEREK SENTER 1FEST NUMBERS : ~ 000464178VES 160 EMPTY DRUMS . #: 00046417 8VES )160 EMPTY DRUMS . #: 000464 178VES 160 EMPTY DRUMS _D..#: 00 0464 17 8V ES 160 EMPTY DRUMS n. #: 000464 178VES Q21 DIRT . #: 000464 178VE S i908 OIL . #: 0004641 BOVES B 000464180VES .Fee NON-HAZARDOUS LIQU IDS/SOLIDS i908 OIL . #: 0004641 BOVES Fee NON-HAZARDOUS LIQUID S/SOLIDS i901 LABPAC K . #: 0004641 BOVES .Fee RCRA HAZARDOUS LIQU ID S A)01 L A BPACK . #: 0004641 BOV ES l.Fee RCRA HAZARDOUS LIQUIDS ?ri a l 551A2 -55 GAL OPEN HE A D (17 H) METAL LCH 551H2 LCH 301A1 LCH 201H2 LCH 551A1 LCH 551A2 PTA 851A2 TON PTA 851A1 TON PTA 141H2 T ON PTA 141H2 TON EACH JOB SITE : Page 1 of 2 CUSTOMER IN VOICE INVOI CE D AT E [ IN VO I CE NUMBER 05/17/20 10 l 01181 0 896 DUE DATE IS 10 DAYS FROM IN VOICE DATE Generator No . 548 3 9 3 CIT Y OF FT WORTH (ERG) 5000 MARTIN LUTHE R KING FO RT WORTH, T X 76109 ROGE R GRANTHAM 2.00 $40 .00 1.00 $40 .00 1.00 $40 .00 9.00 $40.00 2.00 $65 .00 1.00 $219 .68 0.10 $3.20 1.00 $219.39 0.19 $3.20 1.00 $64 .84 0.01 $16 .0 0 1.00 $64.84 0.01 $16 .00 $8 0.00 $40 .0 0 $40 .00 $360.0 0 $130.00 $219 .68 $0 .32 $219.39 $0.61 $64.84 $0 .16 $64 .84 $0 .16 20.00 $30.0 0 $600.00 ... c o nti n ued •• Veol ia ES Technical Solution s LLC is permitted fo r and has capacity to accept wast e listed above in containe r quantities. PAST DUE AMOUNT S WILL BEAR INTEREST AT 1.5% PER MONTH OR TH E MAXIMUM RAT E ALLOWED BY LAW, WHICHEVE R IS LESS . =ICE COPY PL EASE REMIT TO : PO BOX 73709, CHICAGO , IL 60673-7709 ~VEOLIA ENVIRONMENTAL SERV I CES T fCl-ll'lfU U '.<iOL.l.JTIONS · Billing Inquiries DI ANA M. KUNZWEILER at 1(281) 427-4099 Customer No . 548382 _ TO: CITY OF FORT WORTH 1000 THROCKMORTON FORT WORTH, TX 76102 DEREK SENTER FEST NUMBERS : J'-000464 178VES B 000464180VES erial 301A1 -30 GAL CLOSED HEAD (17E) METAL rial 301 H2 -30 GAL OPEN HEAD POLY DRUM terial 301H1 -30 GALLON CLOSED HEAD POLY (NATU erial 051 H2 -5 GAL WHITE POLY PAILS _opwr. PROJECT MANAGER 1pwr. T ECHNICAL ASSIST ANT r;UMENT NOTES FOR MANIFEST 000464178VES : JJECT #: SDK108289 EACH EACH EACH EACH HOUR HOUR Page 2 of 2 CUSTOMER INVOICE INVOICE DATE I INVOICE NUMBER 05/17/2010 I 011810896 DUE DATE IS 10 DAYS FROM INVOICE DATE Generator No . 548393 JOB SITE : CITY OF FT WORTH (ERC) 5000 MARTIN LUTHER KING FORT WORTH, TX 76109 ROGER GRANTHAM 20.00 $46.00 20.00 $42.00 20 .00 $35.00 25.00 $5.00 1.00@5.00 $55.00 1.00@5 .00 $45.00 TOTAL $920.00 $840.00 $700.00 $125.00 $275.00 $225.00 $4,9 05 .00 Veolia ES Technica l Sol utions LLC is permitted fo r and has capacity to accept waste listed above in container quantitie s. PAST DUE AMOUNT S WILL BEAR INTERES T AT 1.5% PER MONTH OR THE MAXIMUM RATE ALLOWED BY LAW , WHICHEVE R IS LESS . =1CE COPY PLEASE REMIT TO : PO BOX 73709 , CHICAGO , IL 60673-7709 V e o l i a I_I Recertification Veolia ES Location J~I Invoice Address E S T e c h n i c a 1 S o 1 u t i o n s WASTESTREAM INFORMATION PROFILE BA YTOWN TX BRANCH BAYTOWN OFFICE CITY L . L . C. TX ST Veolia ES TSDF requested ___ Technology requested _____ Generator No.5 708 66 Generator EPA ID No . 1. Generator Name ~C:..:I:.cTc.;Y:..__:O:..:F'------'F'---T"--'-.-W"O=R.,_T"H-------------------------Generator State No. Address 290 1 CRESTLINE State Wastestream No . City FT . WORTH State TX NAICS(SIC) Code 9 2 29 Source GO G Country US Origin l Form W8 01 ZIP 7 6 107 System Type Disposal Code /001 TXCESQG 2 . Waste Name ~AE=R,_,O,,S:..:O:..:L=-C=AN==-S--------------Lab or Waste Area -------- 3 . Process Generating Waste USED AERSOSOL CAN S 4 . Shipping Name WASTE AERO SOLS , FLAMMABL E , (EA CH NOT EXCEEDING Hazard Class 2.1 UN/NA No . UN 1950 PO l L CAPACITY) RQ amt O lb Waste: y PIH:~ IH : ~ DWW: ~ P: ~ 020 I RQ Des: 1.------------------------------- DOT Des : l ·------------------------------- 2 . _______________________________ _ 2. _______________________________ _ 5. Waste Codes~ Wastewater Mix : Sol : 6 . Physical and chemical properties : pH Specific Gravity Flash Point CF ) Solids a < 2 a <.8 a < 8 0 0 0 % s u spended 1 5 % ash b 2 -5 b ...L .8 -1. 0 b 8 0 -1 00 0 0 \ settleabl e 0 0 % wa t e r s olubi l i ty .c ...L 5 9 C 1. 0 C ...L 1 00 -14 0 0 0 % d issolved 5 0 0 -100 0 BTU /l b d 9 -1 2.5 d 1.0 1. 2 d 140 -2 0 0 e > 1 2 .5 e > 1. 2 e > 2 0 0 Free Liquid 0 0 % exa c t e xa ct f n o fl a sh ex act voe 0 0 % Physical State Hazardous Characteristics Odor X s solid a air react i v e r m sem i -solid w wa ter rea c t ive 6 1 l iquid C c y anide r eac t ive t p _ pumpable s em i -solid f s ulfide rea ctiv e m f flowable powder e explos ive n g gas 0 o x idizing a c id a 2__ a e rosol p pe rox ide former h r press urized liquid d debris per 40 CFR 268 .4 5 h sharps q __ pumpable liquid r adioactive or NR C regulat ed s hock sens i t ive t emp sens itive polymerization/monomer OSHA carcinogen i nfectious inhalation hazard Zo ne: a none b mi ld c s t rong describe Halogens Br __ ._o -__ ._o % Bromine Cl __ ._o -__ ._o % Chlorin e F __ ._o -__ ._o ~ Fluor in e __ ._o -__ ._o % Iodine ----------------------------------------------------------------------------------------------------------------------- Layers: / a multilayered : b bi -layered : c __ X single phase ----------------------------------------------------------------------------------- Toe Layer Second Layer Bot tom Layer Color Viscosity I high (syrup ) high(syrup ) high(syrup ) VAR by medium Co i l ) medium Coil ) medium Coil ) Layer: low(wa ter ) low (wa t e r ) low(water ) ...L s olid solid s ol id ----------------------------------------------------------------------------------------------------------------------- page 1 WIP NO . 8 4 6 2 76 Veolia E S T e c h n i c a 1 S o 1 u t i o n s L. L . C . WASTESTREAM INFORMATION PROFILE Used oil y/n _1!..._ HOC < 1000 ppm __ HOC > 1000 ppm __ 7 . Chemical Composition [M =Marine Pollutant, S=Sev ere Marine Pollut ant, O=Ozone Depleting Substance, U=Underlying Hazardous Cons tituent, B=Benzene NESHA P, T=TRI Chemical, C=OSHA Carc inogen] Constituents !PETROLEUM HYDR OCARBON S jSPENT AEROSOL CAN S jTCEQ# PTAAEROOl Other: 8. Is the wa stestream b eing imported into· the USA ? 9. Does the wa stestream contain PCBs regulated by 40CFR ? PCB Concentration ____ ._o_o ppm 10 . Is the wastestream subject to the Marine Pollutant Regulations? 11. Is the wa s testre am from an industry regula t ed under Benzene NE SHAP? I f ye s : I s the wa stestream subject t o Notification/Cont rol Requirements ? Benzene Concentration Does it contain >= 10\ wate r? What is the TAB at your facility? 12. Is the wastestream subject t o RCRA subpart CC control s? Vola tile Organic Concentration CC Approved Analytical Method? Generator Know ledge? 13. Is the wastestream from a CERCLA or state man dated cleanup ? 1 4. Container Information Packaging: Type /Si ze : Type /Size: Yes Ye s Ye s Yes Yes Ye s Yes Yes Yes Yes Ranges No~ No~ No X No~ 1 0.00 1 100.001 .001 .0 0 ppm No~ ___,_Q_Q Mg /Yr No2 .00 ppmw No~ No2 No ~ Units 10.001 100.001 1.00 1 Shipping Frequency : Units UOM .00 Per Day_ DESCRIPTION : Per We ek Per Mon th Per Qtr Per Year One Time 1 5. Additional Information GENERATOR CERTIFICATION t i %! ti I hereby certify that all information submitted in this and all attached documents contains tru e and accurate descr iption s of this wa ste . Any sample s ubmitted is representative as defined in 40 CFR 261 -Appendix I or b y u s ing an equivalent method . All relevant information r e garding known or s u spected hazards i n the possession of the generator ha s been disclosed. I a uthorize sampling o f any waste s~ipment for purposes of recertification. Name(Prin t o r Type ) Phone Date Siqnature on Fi.le Signature Title If approved for management, Veolia ES has all the necessary permits and licenses fo r the waste that has been characterized and identi fied by this profil e. page 2 WIP NO . 8 4 6276 ~ ··.·--· .· ... :._ CONV ERTED . · Please print or type. (Form dosignod fa uso ~, ~o (12-pildl} typowrlter.) ll f ~II IJl 111 fill/111/IIJI //I ///111/] £cc__,. Farm A.pprovod OMO No 2050-0039 '- UNIFORM HAZARDOUS 11. Ganoralor ID Nurrl:,i,r WASTE MANIFEST T X C: E S O G 1 1. Page I ,o/ j J. EmergenC)' fle:spot~ P11cnu /"· Ma"lfestlr.i.cklng Number . 2 ~877) 818-0067 . 0 0 0 4 6 4178 VE S 5. ualll!lrMOrs N.vne and Mall~ Marus r OF FT W'.)RTI-l.(ERC) Tdbo' THROCKMt\R1 ON FORT WORTH . TX 70'102 c.P1crr8f'W't~roW!f ~"'~~r 1m~ addrr.s) 5000 MARTIN LUTHE~ KING ""'1 Ga,,.ralcr• PhorJ I 7 3[l2-5"59'2 / 6. lrans~r 1 Ccmpl'ol1y Uarnr. F'='PT WORTH Tx 7f! 1 OP U!,. EPA ID Nul'llber I ''EOLIA ES TECHNICAL S~LUTlONS 7. lransporler 2 C:0111Parvt Nemo (llJ[J080fi:,136Q U.S . EPAID Numoer I B.DesisnDtod F;idllJytbmomd Si1eMJre'YEOUA ES TECHNICAL SOLUTIONS . U.S. EPA ID Numbe r L.L.C . H\NY 7~3 .5 Ml W TAYLORS GA YOU 4Q\l ?aM'.lfi PORT/1RTHUR, n< 77640 . Fodl~/s P.,,1~: 11 Y, c:, u () (l e ~ \; B {l (l ~~ Bb. U.S. DOT Oo!,a1ptnri ~nduilino Pn:pill Sh'Pp~g t,iame . Ha:zarrl Ckm, ID Numoor, 10. Con\ainm 11. lotal 12 . Unll Nil . lypc OuanHI)' W(J\lnl. 1J. 1Va'1D Code1 !ONE 1 tJM and :P.ac:ko, Oroup(il,m:,)) :e:: !---!Nm. ""'CJ.,..,t1~..,,-t<"".t:_"i3rr; U,.,..1..A...,-:r""'1::'"'..1Q:e-·~M..,.,l(T=E:::-:R:::-.lf...,...,J,...,_ P:::c:. E:::-:R:e-_ A-:-:.O.:-,S::-. __ -:-:49::-r::::-:JF:-:R=-. -------r----i----r---~---rt:==--r-----,- ~ -~ ,. Ulf--+---,------------------------t----t---t----;---:t,-:-,-=-""t---='-t--ffi ~JON-.REGUU\JED .IAA T.E.R14L PER 40 & 4P C:FR, (EMPTY C!l co~rr. f'.\NERS} ~ 0 2 1:_i F I · 0 { :(J 0 p Cb..t. i:::W. 3 97) IJO~JE .. [r 0 1 ) M .) OD 3 0 p ~~-5.~ ~c I, J 1 A1DJ\l·F?EGULA1EDUATERJA1 PER 40 &4P CFR , (EMPT'! Y)Ni M!1lERS) :0 0 1 1 F UD03D i1ofl.JE p e. r:: ~&3 :;,rl 1 NON-REGULA TED MA TERJAL PER 40 & 4P CFR , (EMPTY CON, A\MEP,S~ '.) 0 p . ti :M 1 D 4 t, D p 101\JE Ce-)C2 ~ o1 I ltsµocia l llundln g ln~lrutlr.in. i111dl\ddlll Dnill lnlommuDn 1) l/lf.950160 A:LCH8Q7Q74 A 2) W:P50160 A;LCH8D7974 8 3) W:95Dl50 A ; CHBQ79711 C 4) l/v:9501 BO A:LCH8Q7974 D -1-ER Ser1 1ioe Contracted by 1/ESTS PRO~IECT# SD K10S28Q/ WO# l 2327:6800(1 11. GEN!:RATOR"S.'OFfEROR 'S CERTIFICATION ; I lterCby d~ciatv lhbl the ~J11lonl:s r;I tJ1i~rortr.i1 rm1111l ~re lull)' ~II~ i,CQJrAICly cle,cnt>eO ~t,o,,~ by llto l)IOPC< shlppng narr,e, erd Ille dasstt)9(J, par:1;.ege<:l , m~rl<ed and labele(rplacarood , ood era in al ros~in proll<l r conduc.o fur tr1m.1pcr\ o=d<rg lo op,lit:llblo intem~lion:alnr>l n:1~cn:1I ijiM>1M111nllrt rngulslkm,. U ox~o011 SrAFfTJDnl and J ,un the Prirnury Exµoo,,. I cer1i ry-thet 1he oo,1onts o11h is ,coN;i~nmenl ronlonn to lho terms o1 U1B all.acned EPA/\ckro~ie¢ilrnonl o! C<-tl~ol'l\ J certtty .1h"1 lhew..s1e .minlm!z.alicm elatamenl ldemmoo in 40 CFR .262.27(a) n1 lam a la<110 quantity ponornlro) or lb} lill am ~all .ou.,nljly o~rnralc<) .i we . M!mlh Da:r ~DB' q 4 21 1 11 0 I.J H . ln1omau1X><11Shiimcnl, D ' I-lrrpor1 Jo U.S. 0-E>VC/1 lromU.S . flon-olenlr)'/exit : --------------·--- Dale lall'ling U.S .: ~ 1rnmlJ(Jr1ur .sf9,ih.ru (let oxi:orb 01olt): Mllll1n l.t.D)' Yoe r I 11 I 7-;..7J 1 ·0 Mun'11 -Day Ye,, I I 0Re&kluo 0 P,arlia'-Rajetbon U.S . EPA ID Numoor .. Please print or IYPe . (Fo/lll designed 10 : u~e .on elite (12-pitch) typel'lriler.J Form Approved . 0MB No . 20SO-OOJ9 ) UNIFORM HAZARDOUS WASTE MANIFE:ST I 21. Gona111.0r JD N11rnoor 1 (Conll11uat!011 Slll>llt) T X C E S Q G 1 22. f'~ge ~ of .2 1 23 , Manlrut lraatn~ Numbor 000464178VES 2~. Gernim1ora Name · C\I'{ Or F T \NORTH lE'RC) I 25 . lu1nspon cr __ (;(lmpany Name \ 26 . Trs,..,po.1er ·--~aoyNvmP l ' i .. @5 1-- 21~. 27b. U..S . DOT ~crlplU'l flncMir,g f>r,,pt.v Sht~rg 119'110, Hezard Clli.$, IO NJUIW, HM "r,.J=P~GtJ/lg (>'CW pl a'l)')) 5.11/0N REGULA TED MATERIAL , /DIRT) 26. Conllltncn; No Type [J/j 2 PM I I U.S. EPA ID tlcrnber U.S. EPA ID •tlurnber 29 . Totsl OuanU1 y :Y.l . Uni! WI.J\lol. 00800 p 31. l'l'Mlo Co!loa ,JOME a. ffi :zl--+--------------------------.-----1----;-----t---+---t---,----i ' ' uJ l!) 1 j 32. Specrnt Handt ~ tr.stru etions srolv.ldit.onellnlonnao on tl.J W. IN 1 U:t 1 A ;U;Hl:::IU tl;/Otl I:: 33 . T nm,r.o1o r AdmowledommLol RoOOTJI or Ma1"tiat, ~ Pnt,1ow1»'(itl Nllrn o g IA t ..) , ~-,- a. ~ :).I _ lrunspcnor ~ Prir"~odn~ 101!0 .... j ~ JS . Otiaopan::y 5 ~ I Signature I Month Opy ,-eo r I -</1 Z,'ZJ/o Monlh Day ¥oa r I I I @f,,.,.,...,....-,--.,....--,.-..,....--..,.,.,.-.,-;:--,--,---.-:---:---'7""'."--.----:-;-----;--;--.,-----.-=--------------------i r-36. HazJ1oos ~Vis{P liapcrt l.!<Yle~emerA IAeU1CO Cooes O.e., codl.'5 lar h11ZJ1rdcuL wosta 1reatmenl d!!po.a l..er,d ml)~f[JQ &yi;tem5) i 5. \L\,\..,-1 I . I I I I 1 I I I PA Farm 87r.0 -22A [Rev. 3-(15 ) Prnvlau s edllions arA rbsotel~. DESIGNATED FACJLITY TO DESTINATION STATE (IF REQUIRED) ·---~ -··· ·---:.-=---.--:.. .... .::--.------------ J J .J J 6 lr1~$ponr.r 1 C<J1fl'u11yNur11£J lc:O LJ A ES TECHNICAL SOLUTIONS U. Oosignstud Fedlur IIMT10 ():in Silo llddro\) EOUA ES TE CH (\JI CAL SOLUTIONS HJ'3HWAY73 3.5 MILES W. OF TAYLOR'S BAYOU f:idilt,', Phuro : 4C!Q 1'3.8-2>?,2 \ PORT ARTHUR, TX T/840 90 9b. U.S. oar fmcnptoo Jlndudlng Pttpor Slll?Plng Numa, Haurd Clm. ID Nl.l'1bo1. HM ond Paijjr,;i Grc,Jµ (n DO))) fORTV\DRTH . Tx 761Q[i U,!;, EPA ID Num bor f '1 J D O 8 0 El 3 1 3 6 g I U.S. EPA 10 !lumber U.S. EPA Ill Numbor 11.lct.!JI Ou:!.'lltily 12 . Un/I YliNol 1 J. Wa~o coo~ !I'. )( {%1 V:.JQ8, \.1\/ASTE FLAMMABLE IJQJJlDS, t\11.s ., 3, ll DOOi b 0 1 !P F 1 0 0 B 0 p 8 .~ ffi ,-x-r.tJ::-JJ:--:1:::K::::107, -:-:\A:":'.,/A.:-:::=.TF=-_-=r:,1J'"'."11J:-:~:-:-.L-::IR:::/-:-C-:A-:C:-:-:'JD:-.-=~=-=.c:-Jl.'"'."U-::TJ:=-O-:-:-:N-. f:=-·,'"'."JJ------+----t--+-~-+.--t,.....::::.:::::.:p ... C.es , ~ DC, b002 I t,./ (!) NON-REGULATED Mt..TERJAL PER •ID & 4P C:FR , (011., UJSF\(CAnWJ} ~ON-.P.fGLJlATED MATERIAL PER 40 B, 4P CFP., /DH., LUBR\Ct,,T\W3'} . b 0 1 0 D j 0 0 1 ID F l Ou B 0 p M 1 D 4 DD D 4 f; 0 p lf!...-e_• a 0 !'JI t-1 l 101'JE F' [!...e,5 ~ z.,t ,c;; / lONE p . 14,S~cts!Hor,:hr.g lnslru~l,on.s 8>'1j:\dctllL'm. lnlcnnaroo 13. \Jlf.955901 .l\:P'f ADCNND1 [l 2) V\f,955901 A:PTA.DCJ\JM01 C 3HV.[155Q08 A PTMDLS001 A 4J 1N9551:108 A:PTADLSOd ·1 8-l-ER SE.'rvlC{' Con:racte.d b•/ VEST S PRO.JECT# SD1<W82$0/WO# 123276131J01 15. GEliERATOR'SIOFFEROR'S CERTIFICATION : I herebyiJc,;t.Jru Viol ~1u Clln1Mll ol ihl$ oor~J,rmenure lu!ly ~nO'lltt.'.lralely descl'Olld aoo~o oy the propr,r mpoingnarne , art/ i!iD dn:..,i>«l, p.:nx.i~cd . maduxl .nil la'bclod/plJ::arood, ~·id om In ~I ~fle<.U n pro~, ro.1:lilion tor tr.!nspa~ ~ocordn~ 10 apr,11,:;it/e IMlmRlinrol end ~RD0011l 9CYtffM1Bnl>ll requln\c.m . II &port 6hlpmonl 911:J I am lho PMiar)· E,i;o1P.1. 1 cer1Jty111&11no cm1,nu; cl cni, ron•i;Jnmul'! corh:lnn to tilo room or !he sl\achod EP.4.A..-.m"'1e0i)nt.onl o1 Consen( 1 cmily U1a1 uv: 'l\.\l(6tnln~u.= &lnl~menl l:lenti~o in~O CFR "52 .Zlfa) (if I om,11.i~e quantity i,inrnitor) er (b) (ii l»lfl. ~I quantif y r,~eralO"),is bvc . I.Aonlil [J3 y \'oo r q ,; 21 2 11 0 la 16. lro.<r.1mnol Shipmems D 1--lrnp!:11 lnU.S ObponfromU.S J :?. T rtMpo1e 5igmluro flor nX11CJ1i$ ont)'I : ~ 17 . Trarr.paiJJr Aclmll'lllo;i!)IYlonl of Recap10U,lalenals 0: Tra1~r1 Pnn1e~odN3mu Ponc/enlr)•/exll : ----·-----·-·-·-----... ----- 0:l'Ai lnnvlngU.S.: / I -.~ //n., J / ), , I , ) V> ..,.j ~ 1 ransr,onor Z Pnnw"il1TyJJ9d Nem o ~ Slgna~ / C J I /'/~J Af."L u,nlh Ony Yee• I // 12? l/v Oay I 1 IB . 01v.rnpency ~ L-1_8"_DlS_ct-~p-R-nr/j-lna.-·'Ciltio_· n_S_po_-::_.,..o-o __ .Q_uo-nl-lty-------o-1_ype ______ _::\~!!::nn'Nt:,::·~R~:'..!1~:~~:'.!:l:r'.!:cen::;::o.i;:,.:. l.::,k;:::•m::;:~;;:,'·--o"i'is. 'P1i:i11f.W~' jjR;;":;::e<:;o«:;:;1;;-----L-)-1'-ul-l R-ej-edJ_co_-j U.S . EPA IO Num1>e 1 :§ 18b. Allamate Far:ilily (or Ger,ere1CJrj u ~ Udl::fs Phone · I -j3 !Cc. Slg.'18~ire of Alto.mltl Faci;ily IOI Generator) ~ ' ·~ 19. liazanJ~u~ waslo ilt"POrt Manopcrnurt Moll!o~ Code-. (i.o .. ro:Ju~ for l\i!l.rrt!OJS'AIIS".-O V~Rl11enl disr,osn l. ar,:1 recyding ~)Wmi) -·~ t Hi) (1,0 12 H g 4D It ttD L/'O \ 2(J, DoG tlnrii,;d f ,acllr/ 0t,n0, (Ir Qpcrbrn r: Cerlifu:aoon ol rr.r,iipt or hazardous m~tenals co,ere:J bylho ""'nHe,I El((.O,Pl a~ mterl In ll(lm Ula I 1/dllil Day YcJI A-rh'. I(\..> 11JS1 JO I/ D 'Orm 6700 -22 (Re•:. 3-05) Pril't'lolJS ed1bons aro o:x;olet e. DESIGNATED FACILITY TO DESTINATION STATE (fF REQUI R ED) ·-------------~~-------- L~ntl Disno~r~1 Rertrktinn Ceriiifkattion Yorn£ -Exm:rrtlf~t Ltt!iJ Pack ~ ~ EP . .u. Ir Nurnber TXCESQG L·larnle:r (1(1(1AGA 180VES Thi:. ncncf is ~,em;; pr,y,1cied m sccord1mce with 4 <'.:· •::'FF 26~'. 'i(a)(r;;, ... tc mtorr,, :,'OU chm tlus shipmen, ccm.aHi, "j !.T&~tt:=-.rf·~v··u:tftd frotr; jL~;.cl dispo:;,a ) by t1Jf1 lJ'Siil~.L: .. u;~dg·· tl1~· land .d1!.ipo.asi) r;;;,~rnctHJr; prog;ra.rl , TliL s,hip1"f?1i I COl1taln:. 131., J)f!.CK',, Ifla! 00 no~ ClilT/ W8.Slf COC!E',. !:SL'?(; I L 4 1> C.'.FJ=,. Dan) .. {/~ 1-'.p))E!l"!CtD: I'-•.: 'In~· rnefr,OCJ OT IrEc-.UU"f1ED ! f~t ~hesE 'NBSLeo. 1: mcmernt1or, Th':' comamer nwnber,. crnTespcmdm;:; L(J rl ;t md1v1dus.! iat·, pac.1c. an: 11::;i.eo be1ov,· a1Dl~·g lVltt, th~ .:1SJOC1S[.ed }'ilZ8J"dGtl~ H/a;iU:· i:od.:.=-.: r onrainer l·-JUrn!:iE!rTR-12'.:l27GGOO'l --003 (1/ 2) \;~ a::.u· r:'.m\':':.. ·Dw'.:_ '.~.o nta1r,er h!urnt,erTR-1232766001-{1(1.ij ('l/ 1) r,,,':::isr.~ C o0'.':':. D(JljJ Phast-II r~;ert1f1cauon : I cerufy ~-icier penalty of !a v;· r.ha!._ 1 personally h21..1':' e}:arf!.lned an d arfJ farnd1sr v~:r 1th thE 1P ~srr an d z:ha: the .t•1i-p8o~ t1D:?_1110! conu:ini St(, .. er t~fr~-\~/ .. '-151. =-1 d(:'!1r.1fu::-d w~·li.!:f '~1·:) C'Jlf_ p3r~ 26~: /J,._pp1::,r1di.;r .It 1 ] ::11':~ av,ar~· r.nar. tnerf-an, s1gmricell\ penames i o.1• SU1)rt11r.rn\; ists1:-cen1bcarrnn :c 11K 1uamr tnf pos::;1r1i"my of. tmE-o:· irt1pr1sorunent. Phas~ !1.l ,::::ert.1f1car.101; I cen1 fr uncier µenair.'.' of iav-, fr1a L l perscnaiiv hs1,1~ e:-:aJnine Ci an d an-1 J:9ff1li 1ar lNJth r.lk ·w.2st.~ snd r.b.i-u U:t~ lat p8c.ic ccx·it.::t1n:: ct;:1y 1(::-"8!1!.:'.S tL:s ! .h.91.1 -~· no.t .. ~; .. ~.e:;· ~!.'l~iuib·d w~d::r;· .,.;..;.-f ..... ;,..>:r .. di;{ I ~. 7 tD .4~:, C7FF. p.:L ... ! 2.{,t and t}J.f!! t1·11:, ·1a·r,. _t)HCJ:~ V".1.1 ) b~ :,enr. IO B cornuu:.uorA fscilJT._Y' 1r: corr1p11s.nc€· '!?Jt:C the aJ.t.erri3t >.u f.1.:o:~fH.[(1P.n! sr.andarci~ for ~ab pad::·, EE 4(. ··-~.'J1J : 2.6:~: 42'.c) ! arh £rwar~ tris: th er ~ aTE-s1:~~n1 f 1~:an:. pt:-r1aJue:. fo~-su·ort11r.cn1~ :~ fa lse ~=;v:,r, :s.:.;2:. 2;:~J;_;,:;u ,"' /E'-:J:.::.:L,1::.. :::· :i:,c ,:: ;;;-~:.,:·.~.::::.:;,.;;:;: {/~ ~·•?'.·,:.1~ur .:. _____ _L__ _______ _ Tn.i,- . r' ---.J ' ") '1 ,:,;. \.'"' ----___ _:::a _______________________ _ V T.•a:.'-U 1 ''> J I /) ·-·-----· J ... J·< .:::::= -1....I -·--· ' I G) VEOLIA HEAL TH AND SAFETY PLAN (HASP) I 1>IJ V H :f 11\JJ'Jt i:I\! l/:11 ~ ,t-:l l './/' .. 1 ' Thi s document institutes basic procedural and equipmenl requirements for worker protection . Thi s plan supplements the Corporate Health and Safety Program and implement s th e requirement s of 29 CFR 1910 .120 "Hazardou s Waste Operation s and Emergency Response" and company policy . Once operalions commence, change s to th e plan may be required to implement better procedure s and to correct any deficiencies in the plan that were not foreseen . All company site personnel, sit e contractor s and leased employees , and visitors are subjecl to thi s plan . Thi s form must be completed for routin e field services operation s including : lab packing , drum handling and managemenl, drum sampling , field fingerprinting , repack activities, container consolidation and household hazardou s wasle operation s. Any additional task(s ) mus! be discussed with the Safety Manage r o r designee . I. EMERGENCY PREPAREDNESS Customer Name C tT( t>-t'--ft. [/JtJflT/J Contacl Name : _j_( C.v , Y\ .to Alarm System : ~-------~-~~-- Nearest Hospital : _Ll--=~-~/.J~Lli~o~tl~L_E_· .._y __ _ In case of sit e emergency or evacuation , mee l al: mergency Phone Numbers Addres s : Telephone ti : Phon e Location : Telephone 'II : ·----rk__ v C L- Police : CJ// Fire : ___ 7_/-,..{ ____ _ Ambulance : lnterplant : -----------Veolia : Other : II. EMERGENCY EQUIPMENT AND LOCATION Fire Extinguisher Typ~ AG[ Localion : [/ZAJ (J<::, D Safety Shower Location : () N ,.... <;; /'f"r' D Firs! Aid Kit Location : D Eye Wash Location : '] Othe r: Location : II. CHEMICAL HAZARDS ~sive 0 Carcinogen D Toxic D J Compressed Ga s Flammable/Combustibl e D Reactive D l~HYSICAL HAZARDS Slippin g or Trippin g Hazard s D Head Hazards D Liquid Splash Hazard s D Fool Hazard s D Shar eJbj ecl Hazard s D Mechanical Hazard s D D Pressur e Buildup D onfined Spaces D Heav y Equipmen l Ha zard s D '] Excavation Hazards Material Handling D Static Electricit y D J other(s ) V. EQUIPMENT AND TOOL INSPECTION 1/J 11 Irritant Other(s): Thermal Stresses Electrical Hazard s Fall Hazards Noise Hazards J All equipment used on this projecl including hand toots and hoses received pre-use and pos t-use inspection to insure prope r operation . Equipmenl not operating properly is labeled "Out of Service" and is reported to a supervisor or manager . VI. ADDITIONAL HEAL TH AND SAFETY PROVISIONS For additional information refer to the HASP Guidance Documenl , which supplements this HASP and includes sections on Decontamination Procedures , Training , Medica l Requirements, Use of Contractor: and Leased Employees , and Industrial Hygiene Monitoring. Sigaa'""?C~ VII. HASP REVIEW AND APPROVAL 'repared By: A 1 ) Prinl Name : (_'<? )·{ j/v ;J J -Date: V-zz-/t./ teviewed and Certified By: ased on the information provided , thi s plan ha s been reviewed and certified in accordance with 29 CFR 1910 .120 "Hazardous Waste Operations and Emergency /i"on~J!29 CFR 1910.132 "Personal Protective _ Equipment" a 9 CF 1910 .1200 "Hazard Communication". )nnl Name : \ oJlqt 1iJu!C Signature· Date : ;f(/1) /@ VIII. ,ignature : Signature : Date : Signature : _.£.e.:__~~L,6~.G<:=:=:....-=aa-Date : Signature: Date : -;ignature : Date : Signature: Date : -------- 'ignature : -----------Date : Signature : -----------Date : G) VEOLIA HEAL TH AND SAFETY PLAN (HASP) I I: JIJ V ll-!()Nh/l i· 1\1] /\l . ~>t:HVIU.:~, PERSONAL PROTECTIVE EQUIPMENT SELECTION The lollowing personal protective equipment has been selected based on hazards identified . Work Task Descri tion : Protection Level : D Level B PPE Inner Garment: D Work Uniform D Tyvek Outer Garment: D Tychem QC D Tychem SL D Nitrile Gloves : D Butyl Rubber D Kevlar D Level C PPE D Nomex D Tychem F D Tychem CPF 1 D Tychem CPF 2 D Natural Rubber D Viton D Leather Boots: (Over Steel Toe) D Butyl Rubbe r D Neoprene D Disposable Bool C over Type : __ Head Protection: D Hard Hal D None Eye/Face Protection: D Safety Glasses wit h Rigid Sideshields Ear Protection : D Ear Plugs D Ear Muffs Respiratory Protection: D SCBA (FF ) D Airline (FF) Work Task Description : Protection Level: D Leve l B PPE Inner Garment: D Work Uniform D Tyvek Outer Garment: D Tychem QC D Tychem SL D Nitrile ·Gloves: D Butyl Rubber 0 Kevlar 0 Level C PPE D Nomex D Tychem F D Tychem CPF 1 D Tychem CPF 2 D Natural Rubber D Viton D Le ather Boots: (Over Steel Toe) 0 Butyl Rubber D Neoprene D Disposable Bool Cover Type: __ Head Protection: 0 Hard Hal D None Eye/Face Protection : D Safely Glasse s with Rigid S ideshields Ear Protection: D Ear Plugs D Ear Muffs Respiratory Protection: D SCBA (FF ) D Airline (FF) Nork Task Description : Protection Level : Inner Garment: Outer Garment: Gloves : Boots : (Over Stee l Toe) Head Protection : Eye/Face Protection : Ear Protection : Respiratory Protection: D Level B PPE D Level C PPE D Work Uniform D Nomex D Tyvek D Tychem F D Tychem QC D Tychem CPF 1 D Tychem SL D Tychem CPF 2 D Nitrile 0 Natural Rubber D Butyl Rubber D Viton D Kevla r D Leather D Buty l R ubbe r D . Neoprene D Disposable Bool Cover Type : __ D Hard Hat D None D Safely Glasses with Rigid Sideshields D Ear Plug s D Ear Muffs 0 SCBA (FF) 0 Airline (FF) D Tychem BR D Tychem CPF 3 D Tychem CPF 4 D Neoprene 0 PVA D Di -e lectri c D Di-electric D Other: D Other: D PVC D Silvershield/4H D Other: D Other: D Disposable Head Co ve r Type : __ D Chemical Goggles D Other: D Faceshield D Air purifying (FF) -Cartridges /Fitters : __ D Othe r: D Tychem BR D Tychem CPF 3 D Other: D Tychem CPF 4 D Neoprene D PVC D PVA D Si1vershield/4H D Di-electri c D Other: D Di-electric D Other: D Disposable Head Cover Type : __ D Chemical G oggles D Faceshield D Other: D Air purifying (FF) -Cartridges/Filters : __ D Leve l D PPE D Tychem BR D Tychem CPF 3 D Tychem CPF 4 D Neoprene 0 PVA D Di-electric D Di-electric D Other: D Other: 0 PVC D Silvershield/4H D Other: D Other: D Disposable Head Cover Type : __ D Chemical Goggles O Faceshield D Other: D Air purifying (FF) -Cartridges/Filters : __ i.lOTE : If additional work tasks are to be performed : thi s pag e ma y be duplicated as necessary. Please ensure document page numbers are updated if duplicated . RAvis:P.rl A11n11sl 200!1 WVEOLIA HEA L TH AND SA FETY P L A N (HA SP ) I d 'J\/I HC JI.J iv'/l-l'J 1/.\I ~,l:-.HVll : '.:. TRANSPORTATION CHECKLIST To b e completed before lea vin g customer s it e wit h Hazmal Segregation (ti "ye s" to any special procedures are required Contacl supe rvi sor fo r gu idance) / Are there ANY cla ss 1 exp lo s iv es ? Are there ANY cl ass 2.3 poisonou s ga s cylind ers? l Are there AN Y cla ss 6 PG I poisonous by inh alalion li q uid s? ' A re !here ANY cya nide conlaining materials? 1 Are there AN Y class 4.2 sponlaneously combustible materials? Are there ANY ·lemperature sensitive materials? Load Securement (If "No" to any problem must be correcled before leavin g customer site) Are load securemenl devices (i.e. -load bars, sl raps , etc) in good work ing order and of an adeq uate amount needed to properly secur e lhe cargo? Are all packages sec ur ed again sl movemenl in any direclion ? Ha ve l he load sec uremenl device s been positioned al appropriate heighl(s) l o secure all level s ot packages loaded within lhe ehicle? Is shrinkwr ap pulled as lighlly as possible around th e entire palletized unit so lhal ii will nol loosen during tran sportation ? ..I-Jave all vo id spaces between palletized un ils been fill ed lo prevenl movemen t in an y direction ? Are cubic yard bo xes secured lo the pallel with nail s or s trap s? -lave all individual non-palletized non-bulk package s been secured againsl movemenl ? ave all slacked IB C's been tes te d and marked by the manufacturer with th e slack lest load in kil ogram s? (Marking would appe ar atter th e nam e of the manufaclurer in the UN specificat ion . If the figure "O" appears , the IBC is no l s uitable for '>lacki ng.) _,,ave all non-hazma l cargo item s been secured ag ainst movemen t in lhe v~hicl e? (tools. equipment, carts , pallet jacks, etc .) l _oad Security If "N "t bl 0 o any , pro em mus t b l db f ·1 ) e correc e e ore eav mg cus orn e r s1 e. ..... All packages properly ma rked , labeled , and no susp icio us or un identified packages ? 'iece coun l performed with shipping manifest? ~naulhorized acces s to the vehicle by non-Veolia personnel prohibited ? r:a rgo area secured wit h Jock if left una tt ended? o tes : c{l. Vl s O 11J jt.\ rt ,..J A ( i ,j Prin lfType Name IL ~ .• ~ Yes No ,,...v ./ .... v t./ J .--/ ,-/ .... v / v 1........--- Yes ./ No ~ ....-· / - / v / V ___,/ V / / ~"' ......,,.-- v--·· .....--- Y es/ No / ~v / -.... /.,.v / Time ·Gef!, ~<>. EPAID · Generator·· · City , rxcEscic; Cl1YOF FTWORTH (ERC) 548393 FORT WORTH 549240 TXCESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH 549240 TXCESOG CITY OF FT WORTH BRENNAN SERVI FORT WORTH 549240 TXCESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH 549240 TXCESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH 549414 TXCESQG CITY OF FT WORTH VILLAGE CREEK ARLINGTON 572981 TXCESQG CITY OF FT WORTH -2.BOAZ/ATHL FORT WORTH 572981 TXCESQG CITY OF FT WORTH -Z.BOAZ/ATHL FORT WORTH 572981 TXCESQG CITY OF FT WORTH -Z.BOAZIATHL FORT WORTH 572982 TXCESQG CITY OF FT WORTH-FORESTRY FORT WORTH 572982 TXCESQG CITY OF FT WORTH-FORESTRY FORT WORTH 572984 TXCESQG CITY OF FT WORTH-POLICE CRIME FORT WORTH ·~ ST ' TX TX TX TX TX TX TX TX TX TX TX ·TX TX TX TX TX TX CITY OF FORT WORTH QUARTERLY REPORT 08/01/2010 -10/31/2010 Manifest Number ~anif~st Oest!nation · State ~ ··---... 000446684VES VEOLIA ES TECHNICAL SOLUTIONS, TX 000446680VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446680VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446679VES VEOLIA ES TECHNICAL SOLUTIONS , TX 000446679VES VEOLI A ES TECHNICAL SOLUTIONS, TX 000446681VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446686VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446686VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446686VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446686VES VEOLIA ES TECHNIC AL SOLUTIONS TX 000446678VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446677VES VEOLIA ES TECHNICAL SOLUTIONS , TX 000446677VES VEOLIA ES TECHNICAL SOLUTIONS, TX 000446677VES VEOLIA ES TECHNIC AL SOLUTIONS, TX 000446685VES VEOLIA ES TECHNICAL SOLUTIONS TX 000446685VES VEOLI A ES TECHNIC AL SOLUTIONS TX 000446682VES VEOLIA ES TECHNICAL SOLUTIONS, TX Date Shipped C~nt'.'if!er · Tyf)e \'JJ!' 'PSH ~()prova ! Coda ~eight ,uoM 9/14/2010 551A2 OM 847377 LCHBQ7962 400 p 9/14/2010 301H2 OF 847371 VGCPTAVES005 45 p 9/14/2010 551H2 OF 847371 VGCPTAVES005 200 p 9/14/2010 301H2 OF 847375 TEL090058681 200 p 9/14/2010 301A2 OM 955850 LCH807959 240 p 9/14 /2010 551H2 OF 42555 VGCPTAVES051 100 p 9/14/2010 551 H2 OF 42555 VGCPTAVES051 180 p 9/14/2010 351H1 OF 966193 PTAOLN001 200 p 9/14/2010 351H1 OF 966193 PTAOLN001 140 p 9/14/2010 551A1 OM 966193 PTAOLN001 400 p 9/14/2010 CYBXNR CF 803797 PTALOP001 2000 p ·911412010 CYBXNR CF 847325 LCHBQ7958 2000 p 9/14/2010 CYBXNR CF 847325 LCHBQ7 958 1000 p 9/14/2010 051H2 OF 847324 LCHB07959 15 p - 9/14 /2010 551H2 OF 847588 VGCPTAVES005 400 p 9/14/2010 551A2 OM 847589 VGCPTAVES051 400 p f--- 9/14/2010 301G OF 847373 LCHBQ7961 60 p CITY OF FORT WORTH ANNUAL REPORT 11/01/2009 -10/31/2010 Gen . No. 548384 '·-~P~1q -·-·.~ ·_9~~7~!?r :··, -~ City : ! · · ~T ' . · r::,,anif~st !'!limber t.Aanifest ~estinatio~ State TX ·• D!!le . r C~ntai~e~ · T¥Jle TXC ESQG CITY OF FT WORTH WATER FIELD FORT WORTH TX 000467116VES VEOLIA ES TECHNICAL SOLUTIONS 3/2212010 551A2 DM 548384 TXCESQG CITY OF FT WORTH WATER FIELD FORT WORTH T X 000464177VES VEOLIA ES TECHNIC AL SOLUTIONS T X 4/21/2010 551A1 DM 548384 TXCESQG CITY OF FT WORTH WATER FIELD FORT WORTH T X 000464177VES VEOLIA ES TECHNICAL SOLUTIONS TX 4/21/2010 551A2 DM 548386 TXCESQG CITY OF FT WORTH CONVENTION FORT WORTH TX 000339939VES VEOLIA ES TE CHNICAL SOLUTIONS T X 12129/2009 141G DF 548386 TXCESQG CITY OF FT WORTH CONVENTION FORT WORTH TX 000339939VES VEOLIA ES TECHNICAL SOLUTIONS TX 12/29/2009 301A1 DM 548386 TXCESQG CITY OF FT WORTH CONVENTION FORT WORTH TX 000339939VES VEOLIA ES TECHNICAL SOLUTIONS T X 12/29/2009 551A2 DM 548386 TXCESQG CITY OF FT WORTH CONVENTION FORT WORTH T X 000339939VES VEOLIA ES TECHNICAL SOLUTIONS T X 12/29/2009 551A2 DM 548386 TXC ESQG CITY OF FT WORTH CONVENTION FORT WORTH TX 000339939VES VEOLIA ES TECHNICAL SOLUTIONS T X 12129/2009 551A1 DM WIP Approv~I Code Weight 1UOM 965040 PT A965040 400 P 965040 PT A965040 400 P 834480 VGCPTAVES039 400 P 959718 PTA959718 40 P 959195 PTA959195 240 P 966921 PTA966921 400 P 959194 VGCPTAVES043 400 P 959194 VGCPTAVES043 400 P -----------t----t-----t-----t---;----1-------t----t-- 548389 T XC ESQG CITY OF FT WORTH ROLLING HILLS FORT WORTH T X 000339940VES VEOLIA ES TECHNICAL SOLUTIONS T X 12129/2009 051A1 DM 959721 PTA959721 40 P 5.48389 T XC ESQG CITY OF FT WORTH ROLLING HILLS FORT WORTH TX 000339940VES VEOLIA ES TECHNICAL SOLUTIONS TX 12129/2009 051H1 DF 959720 PTA959720 40 P t--54_8_3_89_t-T_X...:C...:E...:S...:Q:..:G'+C:..:l.:..TY..;....:O.:..F...:F_T_Wc..:..:0.:..R...:Tc..H:..:Rc..O:..:L::.:L::.:IN.:..G=.:...H::.:IL:.:L..:.S-+F-'O:..:R.:..T'-'-W:..:O:..:.R.c.cT.:..H.:+---'T-'-'X'-l..:.00:..;0:.:3:..:3.::.99:...4:.:0.:..V.=E..:.S--+-'-V=EO=Llc..A:..:E:.:S:...T.:..:E:..;C:..:H.:.:N.:.:1.::C.:..:A:::.L . .=S..::O.::L..:.U.:..T:.:10:..:.N.:.:S: .... +-T:..:.X..:__+..:.1=2/..:.29.:.:/.::.20:..:0:..:9+55:..1.:..H...:1_~1.;:D.:..F_t-'9-'-59-'-7...:1...:.9+P.:..TA:..:9'-5:..:9.:..7c.1.9'----+-400 P 548391 T XCESQG CITY OF FT WORTH GRAFFITI ABAT FORT WORTH TX 000467406VES VEOLIA ES TECHNICAL SOLUTIONS TX 6/22/2010 CYD11G CF 951589 VGCPTAVES050 1000 P 1_5,,..4....,8_39_3_1-T_X_C_E_S_O_G-t-C_ITY __ O_F_F_T_W_.c.O.:..R...:.T_H_,(=E:..:R..:.C!..} ----+F...:O:..:R.:..T:...Wc..:..:O:..:.R.:.:T.:..H.:+.......:.TX.:..::...-l-=-00:..:0:..:3..:.3:..:99:...4:..:4.:..V:cE.::.S-i.V.:..E=.O.::.L::.;l:..;A_:E:..:S:...T:..:E:..:C:..:H.:.:N.:.:l..:.C:...:A=.L ...::S...::O...::LU.::.Tc..1:..:0.:..N:.:S"-, -l--T:..:.X..:__;........12::./.::.29:..:./.::.20:..:0..:.9+5.:...5:...:1_A..:.2_--1..:.D-'-M-'--+-3'--5...:.2.:..22c._+-'LC.:..H.:..B_Q...:.7_9_6.:..8·_B __ +--4-00_ P 548393 TXC ESQG CITY OF FT WO RTH (ERC} FORT WORTH TX 000339944VES VEOLIA ES TECHNICAL SOLUTIONS, TX 12/29/2009 551A2 DM 950160 LCHBQ7974 39 ~ 548393 T XC ESQG CITY OF FT WORTH (ERC} FORT WORTH TX 000339945VES VEOLIA ES TECHNICAL SOLUTIONS TX 12129/2009 301A1 DM 955908 PTADLS001 240 P t---c-54_8_3-93-1-T-X_C_E_S_Q_G-t-C-I_TY_O_F_FT_W_O_R_T_H_,(.:..E.:..R..:.C!..} ___ -+F-O:..:R.:..T;....c..W:...:O:..:.Rc..;T.:..H.:+.......:.T.:..:X--1..:.00:..:0:.:3..:.3.::.99:...4:..:5..:.V.=E..:.S_,.:..V:cEO~Ll-'-A-=E:.:S:...T.:.:E:..:C:..:H.:.:N.:.:1..:.C:..:A.::.L ...::S...::O...::L.::.Uc..T :..:10.:..N.:.:S:...+-T:..:.X..:__;........1::.2/.::.29:..:./.::.200:..:.:..:9+.:...14:..1.:..G:.....__--!-'D-'-F-+-9-55-8-5-9-t-P-TA-9'-5-5:....8_59-'---l---60 ~ 548393 TXCESQG CITY OF FT WORTH (ERC} FORT WORTH T X 000339943VES VEOLIA ES TECHNICAL SOLUTIONS TX 12129/2009 851A2 DM 959722 PTA959722 450 P 548393 T XC ESQG CITY OF FT WORTH (ERC} FORT WORTH T X 000339943VES VEOLIA ES TE CHN IC AL SOLUTIONS T X 12/29/2009 551A2 DM 955908 PTADLS001 400 P 548393 TXC ESQG CITY OF FT WORTH (ERC} FORT WORTH TX 000339943VES VEOLIA ES TECHNICAL SOLUTIONS T X 12129/2009 551A1 OM 955908 PTADL S001 400 P 548393 TXC ESQG CITY OF FT WORTH (ERC) FORT WORTH TX 000339943VES VEOLIA ES TECHNICAL SOLUTIONS TX 12/29/2009 551H1 DF 955858 PTA955858 400 P 548393 TXC ESQG CITY OF FT WORTH (ERC} FORT WORTH T X 000339371VES VEOLI A ES TECHNICAL SOLUTIONS, TX 3/18/2010 20YDRO CM 36222 TEL90049137 20 Y 548393 TXC ESQG CITY OF FT WORTH (ERC} FORT WORTH T X 000467118VES VEOLIA ES TECHNICAL SOLUTIONS , TX 3/2212010 551H2 DF 840487 LCHBQ7959 200 P 548393 T XC ESQG CITY OF FT WORTH (ERC) FORT WORTH T X 000467118VES VEOLIA ES TECHNICAL SOLUTIONS , TX 3/22/2010 551A2 DM 841021 LCHBQ7958 400 P 548393 TXCESQG CITY OF FT WORTH (ERC) FORT WORTH TX 000464178VES VEOLIA ES TECHNIC A L SOLUTIONS, TX 4/21/2010 551H2 DF 950160 LCHBQ7974 50 P 548393 TXCESQG CITY OF FT WORTH (ERC} FORT WORTH TX 000464178VES VEOLIA ES TECHNICAL SOLUTIONS, T X 4/21/2010 301A1 DM 950160 LCHBQ7974 30 P 548393 T XC ESQG CITY OF FT WORTH (ERC} FORT WORTH T X 000464178VES VEOLIA ES TE CHNICAL SOLUTIONS, TX 4/21/2010 201H2 DF 950160 LCHBQ7974 30 P 548393 TXCESQG CITY OF FT WORTH (ERC) FORT WORTH T X 000464178VES V EOLIA ES TECHNICAL SOLUTIONS, T X 4/21/2010 551A1 DM 950160 LCHBQ7974 50 P 548393 TXC ESQG CITY OF FT WORTH (ERC) FORT WORTH T X 000464178VES VEOLIA ES TECHNI CAL SOLUTIONS , TX 4/2 1/2010 551A2 DM 841021 LCHBQ7958 400 P 548393 TXC ESQG CITY OF FT WORTH (ERC) FORT WORTH TX 000464180VES VEOLIA ES TECHNICAL SOLUTIONS TX 4/22/2010 141H2 DF 955901 PTA_D_C_N_N_0_1 _ __, __ 6_0,.__P_ 548393 T XC ESQG CITY OF FT WORTH (ERC} FORT WORTH TX 000464180VES VEOLI A ES TECHNICAL SOLUTIONS T X 4/22/2010 141H2 DF 955901 PTADCNN01 60 P 548393 TXCESQG C ITY OF FT WO RTH (ERC) FORT WORTH TX 000464180VES VEOLIA ES TECHNICAL SOLUTIONS TX 4/22/2010 551A1 DM 955908 PTADLS001 400 P 548393 T XC ESQG CITY OF FT WORTH (ERC} FORT WORTH TX 000464180VES V EOLI A ES TECHNIC AL SOLUTIONS TX 4/22/2010 851A1 DM 955908 PT AO LS001 450 P 548393 TXC ESQG CITY OF FT WORTH (ERC) FORT WO RTH T X 000468225VES VEOLIA ES TECHNICAL SOLUTIONS , T X 5/11/2010 CY011G CF 945771 PTALO P001 2000 P 548393 T XC ESQG CITY OF FT WO RTH (ERC) FORT WORTH T X 000467395VES V EOLIA ES TE CHN IC A L SOLUTIONS TX 6/22/2010 551A1 DM 846274 VGCPTAVES102 400P l--;:-54::8:::3:::93,,.......1::T::-X:-:C:::E:-:S:::Q'-::G,+.C::.:l::cTYc:-::0:-::Fc-:F=:T:cW-:':::0:-::R'::T:'-H-'('=E=R..::C.<...} ___ -+Fc-'O::.:Rc:.T'=--'cW:.::O:.:RccTc:.H.:+-,:T,:..:X'-l.::0:..;00:...4..:.6.:.74.:.:0:.:5.:..V,:::E.::S--+:'-V.::EO.:::::Ll::...A:...:E:.:S:.:T,:,.:E::.:C:..:H.:.:N.:.:l.::C:..:A..:.L..::S..::O..:.L;:U=T c.::IO:.:.N~S:.c,-1--...,T=X..:__+-=6::.:/2:.:2/:c:2:.:0...:.170+· 755::.;1c,A2=---+.:D,C:M-'-+--::3'::6'=-2:=.:22"::-TEL90049137 400 P 548393 T XC ESQG CITY OF FT WO RTH (ERC) FORT WORTH TX 000467405VES V EOLI A ES TE CHN ICAL SOLUTIONS, TX 6/22/2010 551A1 OM 950160 LCHBQ7974 50 P 548393 T XCESQG CITY OF FT WORTH (ERC} FORT WORTH TX 000467405VES VEOLIA ES TECHNICAL SOLUTIONS, TX 6/22/20 10 551A2 DM 841021 LCHBQ7958 400 P 548393 T XC ESQG CITY OF FT WORTH (ERC) FORT WORTH TX 000446684VES V EOLI A ES TECHNICAL SOLUTIONS, TX 9/14/2010 551A2 OM 847377 LCHBQ7962 400 P 549238 TXC ESQG CITY OF FT WORTH CENTRAL WATEI FORT WORTH TX 000183801VES VEOLIA ES TECHNIC AL SOLUTIONS, T X 12/29/2009 551H1 OF 951585 SLM189222 250 P 549238 T XC ESQG CITY OF FT WORTH C ENTRAL WATE FORT WORTH TX 000183802VES VEOLIA ES TECHNIC A L SOLUTIONS T X 12/29/2009 301 H2 OF 959190 PTA959190 150 P 549238 TXCESQG CITY OF FT WORTH CENTRAL WATE FORT WORTH TX 000467401VES VEOLIA ES TECHNICAL SOLUTIONS TX 6/22/2010 161 H2 OF 959190 PTA959 190 60 ·p 549238 TXCESQG CITY OFFT WORTH CENTRAL WATE FORT WORTH TX 000467401VES VEOLIA ES TECHNICAL SOL UTI ONS T X 6/22/2010 301 H2 DF 959190 PTA959 190 65 P 549239 T XC ESQG CITY OF FT WORTH POLICE CRIME FORT WORTH TX 000339947VES VEOLIA ES TECHNICAL SOLUTIONS TX 12/29/2009 141G DF 951587 PTADCNN01 35 P 549239 TXCESQG CITY OF FT WORTH POLICE CRIME FORT WORTH 549239 TXC ESQG CITY OF FT WORTH POLICE CRIME FORT WORTH TX 00033994 7VES VEOLIA ES TECHNIC.:..A=L-=S-=O:.::L...::U_T~:...:IO:..:.Nc.:Sc._+-T-'-'X-'-+-1=2/..:.2.:c9/..:.20.:...0:...:9-t-14.:..1...:G:.....__-+-D-'F-+-9_5_15_8_7-t-P_T_A_D_C_N_N_01 __ -t-__ 35-t--,p,- TX 000464176VES V EOLIA ES TECHNICAL SOLUTIONS, T X 4 /21/20 10 551H2 DF 834479 LCHBQ7968-B 400 P City of Fort Worth Annual Report 11 /01 /2 009 -10/31/2010 Page 1 Ge_n. t-Jo . · !=!'~ fl) 549240 TXCESQG 549240 TXCESQG _ · · G~ner.it9.r .. : . . · ' ·. _ City it CITY OF FT WORTH BRENNAN SERVI FORT WORTH 549240 TXC ESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH CITY OF FORT WORTH ANNUAL REPORT 11/01/2009 -10/31/2010 ST ~anifest N.umber Manif~st Destinatio~ State · · ()ate • ~ontainer Type · -·w1p ·f,pprciv~I Code Weight uorv TX 000339946VES VEO LI A ES TECHNICAL SOLUTIONS, TX 12/29/2009 551H2 DF 955851 LCHBQ7968 400 p TX 000339946VES VEOLIA ES TE CHN ICA L SOLUTIONS, T X 12/29/2009 301H2 DF 955851 LCH BQ7968 240 p 549240 TXC ESQG CITY OF FT WORTH BRENN AN SERVI FORT WORTH T X 000467115VES VEO LIA ES TECHNI CA L SOLUTIONS, TX 03/22/2010 551A2 DM 955851 LCHBQ7968 150 P CITY OF FT WORTH BRENNAN SERVI FORT WORTH TX 000339946VES VEOLIA ES TECHNIC AL SOLUTIONS, T X 12/29/2009 551A2 DM 955851 LCHBQ7968 400 P 549240 TXC ESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH TX 000467115VES VEOLIA ES TE CHN ICA L SOLUTIONS, T X 03/22/2010 551A2 DM 955851 LCHBQ7968 75 P 549240 TXCESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH T X 000464171VES VEOLIA ES TECHNICAL SOLUTIONS, T X 4/21/2010 551A2 DM 955851 LCHBQ7968 400 P 549240 TXC ESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH TX 000464171VES V EOLI A ES TECHNI CAL SOLUTI ONS, T X 4/21/2010 301H2 DF 955851 LCHBQ7968 240 P 1---=-54.:..:9:.::24-"0'---l-'-T.:..:X_::_CE:::S::.:Q:::G=-+-=-C:..:ITY_:___:O:..:,F,.cF.:..:T,-eW:..:..::O.:..:R.::TH:..:...::B.:..:R=-EN:..:N:..:A.:..:N_::__::_S=-ER:..:V.:..:l,.:F.:..:O:::R.::T.:..:W:..:..::O.:..:R_:_T:..:H--1--_T:_:.X::__~0-=-00:_4:__:4.:::66::8:.::0_.:_VE:::S:::_+:V:.::E::.::O:::L:::IA.:..:E:::S:'....:..:TE:::C:::H.::N:.:_l.:::CA:..:L:-.-S:::O:::L::.::U:.:T:..:10::::N:..:S::__i_T:..:X_:__-i-::9.:..:i1_:_4i:.::2.::01:..::0:_i.::3:.::0.:..:1H_::2:..__.:D:.:.F_i--::8_:_47:..:3_:_7_:__1 +V:.:G:::C:::P__:T_:__A:.:V=-ES:::0::0:.::5-+---4:.::5 _I:_ 549240 TXC ESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH TX 000446680VES VEOLIA ES TECHNICAL SOLUTIONS TX 9/14/2010 551H2 DF 847371 VGCPTAVES005 200 p 549240 TXCESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH T X 000464172VES V EOLI A ES TECHNI CA L SOLUTIONS TX 4/21/2010 551A2 DM 955904 PTA955904 400 P ._5_4_9_24.:..:0--+-'-TX_C;:_E:_:S:.cQ:_:G=-+C.:cl..cTY__:O_F-'-F-'-T_W-'-O"-R_T.:..:H_:_;:_BR;_;_E:::N_cN_::_A_::_N.:c:::SE:::R..c.V.:..:l.cF.:..:O:.:.R.:..:T-'W'-'-=-O.:..:R.::TH'-'-+--'T-'-X'---1:.::00.:..:0:_:4_:_46.:..:6:.:.7_.:_9V.:..:E:::S:.._1-,:V:.::E:.::O:.::L.::_IA.:..:E:::S:_T.:..:E:::C:.:.H:.:.N:.:.IC:::A.:..:L:_:S::_:O:.:L::U.:..:T_:.:IO:::N_:.:S'-'-, -l---T:.:.X_;__i-::.9/:_:1_::4/-=2=-01:.:0-1-=3_::_01.:.:H.:..:2:.._--J DF a47375 TEL090058681 200 P 549240 TXC ESQG CITY OF FT WORTH BRENNAN SERVI FORT WORTH TX 000446679VES VEOLIA ES TE CHNICAL SOLUTIONS, TX 9/14/2010 30 1A2 DM 955850 LCHBQ7959 240 P 549241 TXC ESQG CITY OF FT WO RTH JAMES AVE CEN FORT WORTH T X Oci0183800VES VEOLIA ES TE CHN ICA L SOLUTIONS TX 12/29/2009 551A2 DM 42561 PT ADLN001 400 P 549241 TXC ESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH T X 000183800VES VEOLIA ES TE CHN ICAL SOLUTIONS TX 12/29/2009 551A1 DM 945336 PT AD LN001 400 P 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH T X 000183800VES V EOLIA ES TE CHN ICAL SOLUTIONS TX 12/29/2009 CYD11G CF 965687 PT ALO P001 2000 P 549241 TXC ESQG CITY OF FT WORTH JAMES AV E CEN FORT WORTH TX 000183800VES VEOLIA ES TE CHN ICAL SOLUTIONS TX 12/29/2009 551A2 DM 42559 PTADLN001 400 P 549241 TXC ESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH TX 000183800VES V EOLIA ES TE CHN IC AL SOLUTIONS TX 12/29/2009 551A1 DM 42559 PTADL N001 400 P t--::54-::9,::2-:-4~ 1 +:T::-X:-::C:-::E:-::S:-::Q~G:-+C::-:l-=:TY:':--:O:-::F:-:F::::T:-:W-:-:-::Oc::R:::Tc-Hc-'J:'cAM"'-:'=Ec:S'-'A,,-V.:..:E=-=-C=-EN.:..:+Fc-'O:.:R,cT;,_:_-W:.,:O:::R.::T:,:.H.:+___:T_:.:X'---l.:::0.::_00::_:4:_:6_:_7_:.:12::2:..:V:.::E:.::cS-+-=-V:.::E:.::0.::_Ll::._:_A ES TE CHN ICAL SOLUTIONS, TX 03/22/2010 551 A2 DM 840310 LCHBQ7959 400 P 549241 TXC ESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH TX 000467109VES VEOLIA ES TE CHNICAL SOLUTIONS TX 03/22/2010 551A2 DM 965687 PTALOP001 400 P 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH TX 000183800VES V EOLIA ES TE CHN ICA L SOLUTIONS TX 12/29/2009 551A1 DM 966193 PT ADLN00 1 400 P 1--=-54.:..:9:=2_:_41'-l-'Tc'-X:.::C:=E:.::Sc::O:.::G:+C:::l_:_TY_:__::O:.:.F.:..:F.:..:T~W:..:..::Oc:.:R:..:T.:..:H.:..:J::_:AM=E:.::S:__:A_:.:V:.::E:-.-C:::E:::N~F.:..:O:::R.:._T:__:.:W:.::O:::R.:..:T_:_H:_j__-!T:=X-1::_00:::0'..:4'.::4:::66::8:.::6..:.V_::E:::S-1-_.:_V_::EO=Ll:=A~E:::S:_T:.:E::.::C:::H.::N:.:_l:::CA::::::_L::_S:::O_::_LU:::T.:..:l:.::O_:_N:::S4 ---'T:..:X::__i--::9.:..:l1:.:4:.:l2:::0.:._104 5:::5::1.:..:H:.::2_'---IC::D:.:.F_t-4:.:2:.::5.::_55:_l..:.V:::G:.::C.:_P_:.:TA-'-V.:..:E:::S:::0:::5_:_1-l----"18:::0 _I:_ 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH T X 000446686VES VEOLIA ES TECHNICAL SOLUTIONS TX 9/14/2010 351 H1 DF 966193 PT ADLN001 200 P 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH TX 000446681VES VEOLIA ES TECHNIC AL SOLUTIONS T X 9/14/2010 551H2 DF 42555 VGCPTAVES051 100 P 549241 TXCESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH TX 000446686VES VEOLIA ES TE CHN ICAL SOLUTIONS TX 9/14/2010 351H1 DF 966193 PTADLN001 140 P 549241 TXC ESQG CITY OF FT WORTH JAMES AVE CEN FORT WORTH TX 000446686VES VEOLIA ES TE CHNICAL SOLUTIONS TX 9/14 /2010 551 A 1 DM 966193 PT ADLN00 1 400 P 549413 TXC ESQG CITY OF FT WORTH SOUTH SIDE SE FORT WORTH TX 000339941VES VEOLIA ES TE CHN ICA L SOLUTIONS TX 12/29/2009 551H1 DF 945338 PT ADLN00 1 400 P 549 413 TXCES QG CITY OF FT WORT H SOUTH SIDE SE FORT WORTH TX 000339941 VES VEOLIA ES TECHNIC AL SOL UTI ONS TX 12/29/2 009 551A1 DM 965223 PTA965223 400 P 549414 TXC ESQG CITY OF FT WORTH VILLAGE CR EEK ARLINGTON T X 000467117VES VEOLIA ES TECHNICAL SOLUTIONS , TX 03/22/2010 551A2 DM 955853 LCHBQ7968 200 P 549414 TXCESQG CITY OF FT WORTH VILLAG E CREEK A RLINGTON TX 00046711 NES . VEOLIA ES TECHNIC AL SOLUTIONS , TX 03 /22/2010 551A2 DM 955853 LCHBQ7968 150 P l--=54C::9'"'4 7 14~+:T::-X:-:Cc=Ec::Sc::Q'-::G:-+C::-:l=TY:'-:--':O:-::F:'::F::'T:-:WC,:.,::O,::R':=T:'-H:'::V:..:.l:::LLA::.,:-:G::E:..:C=-R-'-E=-E::;Kc:.+A-"R-"LC:l:..:Nc::G_:_T:::.O:..:N_t--'T-=-x'---l-=o-=-00=4:.:5_:_4 _:__17:.:4_:v:.::E-=S-+-=-v=-E-=o -=-L1c:.A:.:E:::S:_T.:.:E:::C:::H..::N_::l.::C.:..:A.::_Lc::S.::O.::L:::.U_:_T:.:IO:..:.N:..:S:..:.,-1---T:..:.X.:__+-=-4::;/2:::.1:::/2-=-0::..1:..:0+:-05::_:1::_Hc::2'---l.:DccF.:__-t--=8'-=3-=-44::.:8:.:1+:S=-LM,.:=.22-=2c::0.:..:25_:_ __ +--'40 P l---:~-:-:--i-:c:-=~'-f-::'.~-::-::-=-:':;:;:,~~~~~:'..'...J.!:.::;:~~.:_+--~~=:.'...'.:=:=__~=~~====.!.'.::'..~+--~-+~~~~.:;--t ,--+~~:-F~'==-=-==--t--=--549414 TXC ESQG CITY OF FT WORTH VILLAG E CREEK ARLINGTO N TX 000464175VES VEO LI A ES TE CHNICAL SO LUTI ONS T X 4/21 /2010 551H2 DF 803797 VGCPTAVES050 400 P t--::54C-:9:C:4-:-14-,---t:T::-X:-::C:-::E;-;:S,::Q~G:-+C::cl=TY:':--:O:-::F::cF::::T:-:W-:-:-::Oc::R:::T:'-H:-7VC.:l:::LLA::,.:-:G:.:.E:..:c-=-"'R=-EE=-K.:..:+A.,::R,,::L:::l:..:.N-=::GccT-=::O.:..:N_t--'T""x'-l.:Co-=-oo=-4:.:5:..:.7_:_40:.:4:..:.v-=E-=s-+-=-v.;E.::O.::L::_IA.:..:E:::S:_Tc:,:E:::C:::H..::N..::l.::C.:cA:::.L.;:S.::O:.::L:::.U=T:..:IO:.:.N.:..:S:_,-1-...,T=x-'-+-,6::C/2:-2C.:/2:.:.0:..:.1.:..0+,-55=-1:.:.A-=2'---I ~D"'M-,----t--=9c:5-;:58:-:5:-::3+.L-c'C:-,H::-B-=:Q::-79:-:6:-::8--j-100 P 549414 TXCESQG CITY OF FT WORTH VILLAGE CREEK AR LINGTON T X 000446678VES VEOLIA ES TE CHNICAL SOLUTIONS TX 9/14/2010 CYBXNR CF 803797 PTALOP001 2000 P l--:5750::-:8:-:3-:-4-+T:c'X-"Cc'=E::..:S:.:.Q::.:G:-+C-=-:,:ITY_:__:O:..:F~Fc_O::_:Rc:_T.:__W.:..:O:::R_:_T_:_Hc:,:A:..:.U:::Tc:.:O:::-=-P.::O:..:U:.:.N:::D+-FO:::c:_R_:__T _:W~:0::::R_:_T:..:H..:.+---'T:..:X::__.::0:.::0:::03::3::9::,93:::8:::V:.::E:::S~l-'.:V.::E:::O:_::L:::_IA.:..:E:::S~T::.EC:::H:__:N=IC::_A:::L:..:S:::O:::L:::U:..:T.:.:IO:::.:N=-S-l---'T'--'X--+_1:..:2/c.:2:..:.9:..:./2:..:.0.:..09'-l-5-'-5-"1A2--'-----+-DM-'--+-.c.80_3..:.7_92-+P_T_A_8_0_37_9-'2---f-·-4_0-:-0 _I:_ 550834 TXC ESQG CITY OF FORT WO RTH AUTO POUND FOR T WORTH TX 000339938VES VEOLIA ES TE CHNICAL SOLUTIONS TX 12/29/2009 551H2 DF 803711 PT A803 711 400 P 550834 TXCES QG CITY OF FORT WORTH A UTO POUND FORT WORTH T X ,000339938VES VEOLIA ES TE CHNICAL SOLUTIONS TX 12/29/2009 301 H2 DF 803710 VGCPTAVES005 60 P 550834 TXCESQG CITY OF FORT WORTH AUTO POUND FORT WORTH TX 000339938VES VEO LI A ES TE CHNICAL SOLUTIONS TX 12/29/2009 551H1 DF 959193 PTA959 193 400 P 550834 TXC ESQG CITY OF FORT WORTH AUTO POUND FORT WORTH TX 000339938VES VEOLIA ES TE CHN ICAL SOLUTIONS TX 12729/2009 551A2 DM 803712 VGCPTAVES043 400 P 550834 TXC ESQG CITY OF FORT WORTH AUTO POUN D FORT WORTH TX 000339938VES VEOLIA ES TE CHNIC AL SOLUTIONS T X 12/29/2009 551A1 DM 803712 VGC PT AV ES043 400 P 550834 TXCESQG CITY OF FOR T WORTH AUTO POUND FORT WORTH TX 000467112VES V EOLI A ES TE CHN ICA L SOL UTI ONS TX 03/22/2010 55 1A2 DM 803710 VGCPTAVES005 400 P 550834 TXCESQG CITY OF FORT WORTH AUTO POUND FOR T WORTH T X 000467112VES V EOLI A ES TECHNICAL SOLUTIONS TX 03/22/2010 551A1 DM 959193 PT A959193 400 P 550834 TXC ESQG CITY OF FOR T WO RTH AU TO POUND FORT WORTH TX 000467 112 VES V EOLI A ES TECHNICAL SOLUT IONS TX 03/22/20 10 551A1 DM 803712 VGCPTAVES043 400 P 550834 TXCESQG CITY OF FORT WO RTH AUTO POUND FORT WORTH TX 000464170VES V EOLIA ES TECHNIC AL SOLUTIONS TX 4/2 1/2010 551A1 DM 803792 PT A803792 200 P 550834 TXC ESQG CITY OF FOR T WORTH AUTO POUND FORT WORTH TX 000464 170VES VEO LI A ES TECHNIC AL SOLUTIONS T X 4/21 /2010 551A2 DM 803710 PTAAERB01 250 P 550834 TXCESQG CITY OF FORT WORTH AUTO POUND FOR T WORTH TX 000464 170V ES VEOLIA ES TE CHNICAL SOLUTIONS TX 4/2 1/2010 551H 2 DF 803710 PTAAERB01 200 P 550834 TXCESQG CITY OF FORT WORTH AUTO POUND FORT WORTH TX 000467408VES VEOLIA ES TE CHNICAL SOLUTIONS TX 6/22/2010 551A2 DM 803711 · VGCPTAVES035 200 P 550834 TXCESQG CITY OF FORT WORTH AUTO POUND FORT WORTH T X 000467408VES VEOLIA ES TE CHNI CAL SOLUTIONS TX 6/22/2010 551H2 DF 845203 VGCPTAVES050 250 P 550834 TXCESQG CITY OF FOR T WORTH AUTO POUND FORT WORTH T X 000467408VES VEOLIA ES TECHNI CAL SOLUTIONS T X 6/22/2010 551A1 DM 803712 VGC PT AV ES043 400 P City of Fort Worth Annual Report 11 10 112 009 -1013 1/2 01 O Page 2 Gen . l'Jo . EPAID -,. ·.-Generator ·.•·I·_..;. City ·;r-_-. --· ··- 550836 TXCESQG CITY OF FORT WORTH WILL ROGER! FORT WORTH 557199 TXCESQG CITY OF FT WORTH TPW STREET FORT WORTH 557199 T XCESQG CITY OF FT W ORTH TPW STREET FORT WORTH 557199 T XCESQG CITY OF FT WORTH TPW STREET FORT WORTH 557199 TXCESQG CITY OF FT WORTH TPW STREET FORT W ORTH 558111 TXCESQG CITY OF FT WORTH -FWRPC FORT WORTH 558343 TXCESQG CITY OF FT WORTH MUNICIPAL COM FORT WORTH 561056 T XCESQG CITY OF FT WORTH-HOLLY WATER FORT WORTH 561056 T XCESQG CITY OF FT WORTH-HOLLY WATER FORT WORTH 561056. TXCESQG CITY OF FT WORTH -HOLLY W ATER FORT W O RTH 561056 T XCESQG CITY OF FT WORTH-HOLLY W ATER FORT WORTH 56 3624 TXCESQG CITY OF FT W ORTH -ROLLING HILLS FT . WORTH 56 3624 T XCESQG CITY OF FT WORTH-ROLLING HILLS FT . WORTH 56 3624 TXCESQG CITY OF FT WORTH -ROLLING HILLS FT . WORTH 563624 T XCESQG CITY OF FT WORTH-ROLLING HILLS FT . WORTH 56 3624 T XCESQG CITY OF FT WORTH-ROLLING HILLS FT . WORTH 563624 TXCESQG CITY OF FT WORTH-ROLLING HILLS FT . WORTH 563626 TXCESQG CITY OF FT WORTH-FIRE STN #2 FT. WORTH 570866 T XCESQG CITY OF FT . WORTH FT . WORTH 57 0867 TXC ESQG CITY OF FT W ORTH FT . WORTH 57 08 67 TXCESQG CITY OF FT WORTH FT . WORTH 57 0867 T XCESQG CITY OF FT W ORTH FT . WO RTH 57 08 67 T XCESQG CITY OF FT W ORTH FT . WORTH 572981 T XCESQG CITY OF FT W ORTH -Z BOAZ/ATHL FORT WORTH 572981 TXC ESQG CITY OF FT WORTH -Z.BOAZ/ATHL FORT WORTH 572981 T XCESQG CITY OF FT W ORTH -Z .BOAZ/ATHL FORT WORTH 57 2982 TXCESQG CITY OF FT WORTH-FORESTRY FORT WORTH 572982 T XCESQG CITY OF FT W ORTH -FORESTRY FORT WORTH 572984 TXC ESQG CITY OF FT WORTH-POLICE CR IME FORT WORTH City of Fort Worth Annual Report 11/01/2009 -10/31/2010 ST .. T X T X T X T X T X TX TX T X T X TX T X TX T X TX T X TX TX T X TX T X T X TX TX TX T X T X T X T X T X CITY OF FORT WORTH ANNUAL REPORT 11/01/2009 -10/31/2010 · ·r,,,anifest Number Manifest De stination 000467396VES VE O LI A ES TECHNI CAL SOLUTI ONS 000467121VES V EOLI A ES TE CHNI CAL SOLUTIONS 000464173VES VEOLI A ES TECHN ICAL SOLUTIONS 000464173VES V EOLI A ES TE CHNIC AL SOLUTIONS 000464173VES VEOLI A ES TE CHNI CAL SOLUTI ONS 000467113VES VEOLIA ES TE CHNI CAL SOLUTIONS 000467398VES VEOLI A ES TE CHNI CAL SOLUTIONS . 000183803VES VEOLIA ES TE CHNI CAL SOLUTIONS 000183803VES VEOLI A ES TE CHNI CAL SOLUTI ONS 000467119VES VEOLI A ES TE CHNICAL SOLUTI ONS , 000467397VES VE O LI A ES TE CHNI CAL SOLUTIONS 000467108VES V EOLI A ES TE CHNI CAL SOLUTIONS , 000467123VES VEOLI A ES TE CHNI CAL SOLUTIONS 000467123V ES VEOLI A ES TECHNI CAL SOLUTIONS 00046711 lVES VEOLIA ES TE CHNIC AL SOLUTIONS 000467111VES VEOLI A ES TECHNI CAL SOLUTIONS 000464179VES VEOLI A ES TE CHNI CAL SOLUTI ONS , 000467114VES VEOLI A ES TECHNI CAL SOLUTIONS , 000467 400V ES VEOLI A ES TECHNI CAL SOLUTIONS 000467399VES VEOLI A ES TE CHNI CA L SOLUTI ONS, 000467403VES V EOLI A ES TECHNI CAL SOLUTI ONS 000467 403V ES VEOLI A ES TE CHNICAL SOLUTI ONS 000467 403VES V EOLI A ES TECHNI CA L SOLUTIONS 000446677VES VEOLI A ES TE CHNI CAL SOLUTI ONS , 000446677VES VEOLI A ES TE CHN ICAL SOL UTIONS , 000446677VES VEOLI A ES TE CHNI CA L SOLUTI ONS. 000446685VES VEOLI A ES TECHNI CAL SOLUTI O NS 000446685VES V EOLI A ES TECHNI CA L SOLUTIONS 000446682VES V EOLI A ES TE CHNI CAL SOLUTIONS , State Date " Container -Type · w1p · ' f>,ppro~al Code Weigh\ l:JOM . - T X 6/23/2010 551A1 DM 945172 PTADLN001 400 p TX 03 /22/2010 CYD11G CF 964977 PTA964977 2000 p TX 4/21/2010 551A2 OM 964976 PT AA ERCJ01 200 p TX 4/21/2010 551A2 OM 964977 PTA964977 400 p T X 4/21/2010 551H2 OF 964977 PTA964977 400 p TX 03/22/2010 551H1 OF 71729 PT A071729 150 p T X 6/23/2010 551A1 OM 846277 LCHB07962 400 p -- T X 12/29/2009 551H2 OF 959191 PTAAERB01 100 p T X 12/29/2009 551H1 OF 959192 PT A959192 400 p Tx· 03 /22/2010 551H1 DF ·841020 TEL090058681 400· p T X 6/23/2010 551H2 OF 959191 VGCPT AVESOOS 100 p T X 03/22/2010 301H2 OF 803926 SLM189222 150 p TX 03/22/2010 141H2 OF 803927 PTADCNN01 60 p TX 03/22/2010 141H2 OF 803927 PTADCNN01 60 p TX 03/22/2010 301H1 OF 803928 PTADLS001 240 p TX 03/22/2010 141G OF 840311 VGC PT AVES045 60 p T X 4/22/2010 651H2 OF 834482 LCHBQ7959 400 p T X 03 /22/2010 551A2 OM 840313 LCHB07959 400 p TX 6/22/2010 301H2 OF 846276 VGCPTAVES005 65 p TX 6/22/2010 551 A 1 OM 845976 LCHB07959 400 p T X 6/22/2010 551H2 OF 845975 VGCPTAVES005 100 p T X 6/22/2010 551 A2 OM 845974 PTA845974 400 p TX 6122/2010 551A1 OM 846275 VGCPT AV ES102 400 p TX 9/14/2010 CYBXNR CF 847325 LCHBQ7958 2000 p TX 9/14 /2010 CYBXNR CF 847325 LCHBQ7958 1000 p TX 9/14/2010 051H2 OF 847324 LCHBQ7959 15 p T X 9/14/2010 551H2 OF 847588 VGCPTAVES005 400 p T X 9/14/2010 551 A2 OM 847589 VG CPTAVES051 400 p TX 9/14/2010 301G OF 847373 LCHB07961 60 p Page 3 r:\ w VE 0 1llA l:NVIRONM.ENTAL S1:ERVIC€S Veolia ES Technical Solutions , L.L.C. Federal EP A ID : TXD00D838B 9 State EP A ID : 5021 2-DD Highway 73 , 3.5 miles W. of Taylor's Bayou Bridg Port Arthur , TX 77643 (409 ) 736-28 2 1 CERTf/'.=fC ATE OF DESTRUCTION Veolia ES Technica l Solutions , L.L.C . has received waste ma terial from on 1/25/200 7 as described on [State Man ifes t or Uniform ] Hazardous Waste Manifest numbe r 0008 462JJK. Ve olia ES Technica l Solutions , L.L.C . hereby certifies th at the ab ove described materia l was Inci nerated , and thereby destroyed , in accordance wit h the 40 CFR , part 761 , as it pertains to the incine ra tion of Poly- Chlorinated Bipheny l contaminated materials . Sequenc e 3 Profil e Numbe r: 015376 Veolia Tracking ID : 598685-03 Process Veolia Uni t ID Treatmen t Date Generato r # Date CD Was Issued INCINERATION 2 3/15/2007 U101743 6.3 3/16/2007 INCINERATION 1 3/15/2 007 U1017477 .2 3/16/2007 INCINERATION 3 3/15/2007 U1D1758 7.6 3/16/2 007 Sequence 5 Profil e Number: BW101B Veolia Tracking ID: 598685-05 Proces s Veo lia Unit ID Treatment Date Generato r # Date CD Was Issued INCINERATION 1 3/15/2007 U1 02D405 .2 3/16/2007 Sequence6 Profile Number: CB1606 Veolia Tracking ID: 59868 5-06 Process Veolia Uni t ID Treatmen t Date Generato r # Date CD Was Issued INCINER ATION 4/23/200 7 U1020167.2 4 /2412007 Sequence7 Profile Number: CB160 7 Veolia Tracking ID : 598685-07 Process Veolia Uni t ID Tr eatmen t Date Generato r # Date CD Was Issued INCINERATION 1 3/15/2007 U1D17435.3 3/16/2007 INCINERATION 2 3/15/200 7 U1020250.2 3/16/2007 Under civil and crimina l penaltie s of law for the making or submission of false or fraudulent statements or representations (18 U.S .C. 100 1 and 15 U.S .C. 2615), I certify that the information contained in or accompanying this dooumen t is true, accurate, and complete . As to the Identified section(s) of this document fur which I canno t personc11ly verify truth and accuracy , I certify as the company officia l having supervisory responsibili ty tor the persons who, acting under my direc t instructions, made the verification that this informatio n is true, accurate, and complete . Pau l V. Conrad Materia l Se,vices Manage WM .. WAS TE MANAGEMENT VEOLIA ES TECHNICAL SLTN LL C ATTN : CUSTOMER SERVICE TXD000838896 HWY 73 3.5 MI W TAYLORS BAYOU PORT ARTHUR TX 77640 CERTIFICATE OF DISPOSAL Chemical Wast e Management , Inc . has received waste material from VEOLIA ES TECHNICAL SLTN LLC on 0 9/08 /0 6 as described on [State Manifest or Uniform) Hazardous Wast e Manifest number 000091012VES Sequence numbe r 03 . Profile Number : BQ795 9 CWM Tracking ID : 5 5122 80 3 Disposal Date: 09 /2 0/0 6 CWM Unit :/1 : l * 0 I certify, on behalf of the above listed treatment facility, that to the best o f my knowledge, the above-described was te was managed in compliance wic h all applicable regclacY}~:;;; ~e FACILITY SERVICES REPRESENATIVE Certificate :/1 3 7088 10/11 /06 -l - laws, listed above. CWM -LAl<E CHARLE S 71 70 John Brannon Road Sulphur, LA 70665 (33 7) 583-2 169 (3 3 7 ) 583-2858 Fax Fr om every da y coll ection to environm en t a l protectio n, Th ink Green ~· Thin k Wa ste Man agem en t . · G)veOUA ENVIRONMENTAL SERVICES Customer: TECHNICAL SOLUTIONS NORTH AMERICA VEOL1A ES TECHNJCAL SOLUTIONS, L.L.C. l 800 S. HWY 146 BAYTOWN, TX 77520 Generator: VEOLIA ES TECHNICAL SOLUTJONS, L.L.C. HIGHWAY73 3.5 MJLES WEST OFT AYLOR BA YOU PORT ARTHUR, TX 77640 308714 D22Sl76 Veolia ES Technical Solutions, L.L.C. AZ0000337360 Certificate of Receipt Manifest!BOL Number: 000091033VES ~ Quantity Recycle/lncineraticn -PCB Ballas t 112 Recycle -Large Non-PCB Capacitors 314 Recycle -Large Non-PCB Capacitors 484 Recycle -Large Non-PCB Capacitors 388 Recycle -Large Non _-PCB Capacitors 194 Recycle -Large Non-PCB Capacitors 138 Recycle/lncineratiori/LandfiJJ -Oil FJllcd Transformers , 50-499 PPM 1582 Recyclel.Incineration/Landfill -Oil Filled Transformers, 50-499 PPM 270 Recycle/lncineration/Landfill -Oil Filled Transformers, 50-499 PPM 1112 Recycle/Incineration/Landfill -Oil Filled Transformers, 50-499 PPM 645 !.)njt QfMeasure Serial Number p 0726628999-004-0J-O p NIA p NIA p NIA p NIA p NIA p E459875-62P p E94821-78 p E948500-63P p 6548041 By this document, Veolia ES Technical Solutions, L.L. C certifies that the above listed items/wastes, as described on the shipping paper listed above, were received for recycling/processing on the below listed date. By accepting the items/wastes listed above, Veolia ES Technical Solutions, L.L. C. certifies to the generator that the transportation, receipt , Storage, and processing methods employed ar.e in accordance with Veolia ES permit parameters, the Toxic Subst ance Control Act, the Resource Conservation and Recovery Act, the Hazardous Materials Transportation Act, the Occupational Hiallh and Safety Act and all applicable federal, state and local laws. Upon receipt of the final certificates of disposal from the ultimate disposal facility, Veolia ES Technical Solutions, L.L.C. will provide a tracking report for the materials received and copies of the.final Certificates of Disposal.. I certify that the information contained in or accompanying this document is true, accurate and complete. General Manager VeoOa ES Technical Solutions, LLC. 5736 W Jefferson Street, Phoenix, AJ. 85043 tel: 602 233 2955 · t.ix: 602 4153030 www .VeoliaES.com Date Received: 1 DI 19/2006 Section 2.14 .12 The following statement is included in all quotation documents for waste materials managed by Veolia ES Technical Solutions : "Veolia warrants that it is qualified to handle the waste described in this Waste Approval and Quotation Form , that it has secured all necessary permits for handling the waste described on the Waste Approval and Quotation Form, and that it will transport, store, treat and dispose of the described waste in full compliance with all applicable laws and regulations." Section 2.2.E References 2.2.E BUSINESS REFERENCES Company Name Contact Telephone Project Length of Background of and Address Description Relationship Project University of Texas Patrick 512-499-Management Since 08/07 Broad spectrum of 201 W . ?'h Street Durbin 4746 of Regulated waste management Material on including Austin , TX 78701 On-Site Incineration, Fuel Projects Blending , Lab Packs , Pyrophorics , Mercury , Cylinders , Universal Waste Recycling , Unknowns , On site project work LSU Mike 225-578-Management Since 07/06 Broad spectrum of 2719 Gourrier St. Hooks 5640 of Regulated waste management Material on including Lab Baton Rouge , LA On-Site Packs , Pyrophorics , 70808 Projects Mercury , Universal Waste Recycling , Unknowns , On site project work City of Austin-Solid Donald 512-974-City Haz Since 11/09 Weekly pickups of Waste Division Hardee 4345 Waste and HHW Collection PO Box 1088 HHW Pick Points . Various Ups waste produced by Austin, TX 78767 the city and in city clean up activities. Alcon Labs David 817-551-Field 17 Years Lab Packs , Drums 6201 South Smat 4843 Services Waste Freeway Management Services , Ft. Worth , TX Transportation , 76134 PCB 's Southeast Texas Mike 409-899-HHW 2 Years Household Regional Planning Foster 8444 Hazardous Waste Commission Day Coordination , 2210 Eastex Disposal and Freeway Transportation Beaumont , TX 77703 Section 2 .3 SubcontractorfTSDF Information and Qualifications Table 2 .3 .1 Subcontractor Information Table 2.3.2 Proposed Disposal Facilities TSDF Qualifications City of Fort Worth Invitation to Bid 2.3 SUBCONTRACTOR/fSD FACILITY INFORMATION AND QUALIFICATIONS For each subcontractor and TSO facility to be used for services under this contract, provide the information requested in the Table 2.3-1 and 2 .3-2 and include qualifications and capabilities (as detailed in Section 2 .2 A , 8, and C of this solicitation) pertinent to the services to be provided under the contract. Include a brief description of tasks that will be performed by the subcontractor/TSO facility. DEM 1 0-11 : HAZ October 6, 2010 Remainder of this page intentionally left blank 2-8 City of Fort Worth Inv itation to Bid Table 2.3-1: Subcontractor Information Providers shall complete the following information and submit it with the Qualifications Documents to permit the City of Fort Worth to more fully evaluate the submittal 's quality prior to awarding the contract. Subcontractor's Subcontractor's Subcontractor's Subcontractor's Proposed Tasks Name Address Telephone No. FAX Number on the Project Triad Transport , Inc. 1630 Dies e l Ave . (800) 324-1139 (918) 426-4770 Hazardous and Non Hazardous Transportation McAlester, OK 74502 Coal City Cob 402 Powell Street (972) 627-3634 (972) 627-3270 Hazardous and Non Hazardous Transportation Avalon . TX 76623 Action Resources , Inc. 355 County Road 513 (256) 352-2689 (256) 352-2587 Hazardous and Non Hazardous Transportation Hanceville , AL 35077 BCS Resource , LLC 4903-B Shank Rd. (281) 802-1973 (281) 802-1978 Hazardous and Non Hazardous Transportation Pearland , TX 77581 IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS . INCLUDE A COPY OF THE SUBCONTRACTOR QUALIFICATIONS FOLLOWING THIS PAGE BOUND WITHIN THE BID PACKAGE DEM 10-11 : HAZ October 6, 2010 2-9 City of Fort Worth Ta bl e 2.3-2 : Propo se d Di sposal Fac ili ties List all TSDs to be used for this project. Facility Name , Owner, Phone Number Primary Contact Person And Address Veolia ES Te chni cal (409) 736-2821 Terry Melancon Solutions , LLC -Hwy . 73 Port Arthur , TX 77643 Veolia ES Technical (602) 233 -2955 Heath Hildebrand Solutions LLC 5736 W. Jefferson Phoeni x , AZ 8504 3 Veolia ES Technica l (618) 271-2804 'Christie Narez Solutions, LLC 7 Mobile Ave Sauget, IL 62201 Chem ical Waste Mgmt., Inc. (337) 583-2169 Chu ck Grant 7170 John Brannon Rd. Sulphur, LA 70665 Chemical Waste Mgmt., Inc. (205) 652-9721 Vanessa Lewis Hwy . 15 , Mile Marker 153 Emelle , AL 35 459 Invitation to Bid Type of Disposal EPA and State ID Numbers Incineration , Energy Recovery EPA ID TXD000838896 through sec STATE ID 50212 Storage/Transship & Trans. Re cycling of Mercury, EPA ID AZ0000337360 Batteries and PCB Waste TSCA Permit AZD983473539 Incineration EPAIDILD098642424 RCRA Landfill , Direct Disposal EPA ID LAD000777201 Solidification Neutralization , Stabilization RCRA/TSCA Landfill , Direct EPA ID ALD000622464 Disposal , So lidification Neutralization , Stabilization IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS. INC LU DE A COPY OF THE T SO QUALIFICATI ONS FOLLOWING THIS PAGE BOUND W IT HIN TH E B ID PAC KA GE DEM 10-11 : HAZ October 6 , 2010 2-10 City of Fort Worth Invitation to Bid Table 2.3-2 : Proposed Disposal Facilities · List all TSDs to be used for this project. Facility Name, Owner, Phone Number Primary Contact Person Type of Disposal EPA and State ID Numbers And Address US Ecology Texas (361) 387-3518 Nicole Anderson RCRA Landfill , Treatment of EPA ID TXD069542340 Petronila Road acids, caustics, oxidizers and STATE ID 50052 Robstown , TX 78380 heavy metal bearing wastes Veolia Solid Waste -Taylor (478) 862-2504 Roy Walton Subtitled Landfill , Solid Waste Permit not required County Landfill , County Rd Disposal , Liquid Solidification 33 , Stewart Rd ., Mauk, GA 31058 Waste Management -(936) 441 -2722 Cathy Brown Subtitle D Landfill STATE ID 39001 Con ro e Landfill , 2525 Loop 336 East, Conroe , TX 77301 IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS. INCLUDE A COPY OF THE TSO QUALIFICATIONS FOLLOW ING THIS PAGE BOUND WITHIN THE BID PACKAGE DEM 10-11 : HAZ October 6 , 2010 2 -10 2.3.-2 TSD Facility Capabilities -Contractor Owned VES-TS -Port Arthur Facility Veolia ES Technical Solutions , LLC Hwy 73 , 3.5 Miles West of Taylor 's Bayou Port Arthur , TX 77640 TXD000838896 State : 50212 The Veolia ES Technical Solutions , LLC incineration unit has been in operation since 1989 , when the facility completed construction of a rotary kiln incinerator that is capable of destroying RCRA and TSCA bulk solids , sludges , bulk liquids, combustible containers, and steel drums that meet specifications. The facility received CERCLA status in December 1993 . The incinerator is permitted for up to 57 , 198 lbs/hr of waste throughput of RCRA and TSCA waste and auxil iary fue l with hourly constraints on individua l feed devices , feed concentrations , and heat releases . The rotary kiln is 16 feet in outer diameter, 60 feet long and lined internally with 12 inches of refractory brick . The residence time of solids in the kiln is approximately 30 to 90 minutes and five to ten seconds for gases . Gas phase residence time in the SCC is two to five seconds . As the waste is heated in the kiln , organics will be destroyed in place o r volatilized and subsequently destroyed in the SCC . A minimum of 99.99% (typically 99 .9999%) Destruction Remova l Efficiency (DRE ) fo r RCRA and >99 .9999% for TSCA is achieved . Storage The following is a listing of permitted tank capacities for the inc inerator. Permitted 4 8 4 8 storage 1 1 Constructed 4 5 2 8 1 1 Volume (gals) Type/Function 103,000 Above-grade, carbon steel, liquid holding tanks, Tanks 521-524 17,700 Above-grade, carbon steel, liquid storage tanks, Tanks 509, 510, 511 512,513 ,551,552,553. 25,000 Above-grade, carbon steel , liquid storage tanks, Tanks 514, 515, 516, 550. 10,200 Above-grade, carbon steel, 5,500 5,200 tanks, Tanks 501-508. Above-grade , carbon steel, truck wash storage tank, Tank 535. Above-grade, carbon steel, truck wash recycle tank, Tank 536. Total storage volume of all tanks constructed 642,800 gallons. TSDF Contractor Owned -YES-Port Arthur The incinerator facility has a total permitted container storage capacity of 1959 cubic yards of authorized RCRA and TSCA wastes . Drum container storage buildings and storage capacities : Container Storage Building Ash Storage Building Stabilization Building 2040 -55 gallon drums 747 -55 gallon drums 4406 -55 gallon drums Bulk container storage buildings and storage capacities : ADA Building 720 -cubic yards Building 46 2500 -cubic yards Deepwell Storage Building 120 -cubic yards (RCRA only) ANALYTICAL CAPABILITIES The Facility 's Analytical Laboratory provides all incoming receipt and process analyses for the Port Arthur incinerator and injection well. The laboratory also conducts annua l customer waste recertification analysis and may complete preacceptance analysis as well . Page 2 The lab is a 9,000 square foot facility housing several individual laboratories instruments and research areas. The building is divided into three primary instrument labs -organics , metals , and wet chemistry , with associated prep areas for each . The Organics Lab is equipped with: Two GCs with automatic samplers for PCB One GC/MS capable of detecting all SW-846 volatile compounds and sem i- volatile compounds The Metals Lab is equipped with : Two Cold Vapor Atomic Absorption Spectrometers for Mercury analysis Three Inductively Coupled Argon Plasma (ICAP) units with auto samplers for SW846 metal determinations The Wet Chemistry Lab is equipped with : Three Dionex Ion Chromatographs with auto samplers for anion analysis (bromine, chlorine , fluorine, iodine , nitrates , sulfates and phosphates) Three Parr Adiabatic Calorimeters for BTU determination One Dohrman Total Organic Carbon (TOC) Analyzer One Shimadzu Total Organic Carbon (TOC) Analyzer Two AquaStar Titrators for H20 determination Two Herzog Automatic Pensky-Martens Closed Cup Flash testers Various pH meters Brookfield Viscometer 2.3-2 TSO Facility Qualification's -Contractor Owned Veolia ES Technical Solutions, Electronics Recycling Center The Electronics Recycling Center will receive material remanifested by the Gulf Coast Treatment Center in Port Arthur, Texas .. Company Information Local Office : VeoliaES Technical Solutions , LLC 5736 West Jefferson Street Phoenix , AZ 85043 (602) 233-2955 -Office (602) 415-3030 -Fax EPAID:AZ0000337360 TSCA Perm it AZD983473539 Tasks that will be performed directly by Veolia ES Technical Solutions, LLC - Electronics Recycling Facility • Lamp and Ballast Recycling • Battery Recycling • Computer CPU , CRT and Electronics Recycling • Mercury Extracting and Recycling • PCB and Non-PCB Electrical Equ ipmen t Management 2.3-2 TSO Facility Qualification's -Contractor Owned Veolia ES Technica l Solutions , Sauget , IL 7 Mobile Avenue Sauget , IL 62201 (618) 271-2804 -Voice (618) 271-2128 -Fax US EPA ID : ILD098642424 The Veolia ES Technical Solutions-Trade Waste Incineration (Veolia-TWI) Sauget, Illinois facility is a 35 -acre site , of which 25 -acres are used for active hazardous waste management. Veolia-TWI is located in Sauget , Illinois , near St. Louis , Missouri . Veolia- TWI operates two fixed hearth , dual chamber , multi-type feed incinerators and one rotary kiln incinerator. Combined , they are capable of totaling 86 million BTU/hr. The facility currently includes 1 O container storage units , 2 tank farms, 3 material processing areas and a drum decant area , as well as a complete analytical laboratory performing all analytical testing required by Veolia-TWl 's permit. Veolia-TWl's RCRA Part B permit renewal application was submitted in November, 1997 and was issued an application completeness letter in April , 1998. In 1995 , Veolia-TWI gained eligibility to accept wastes from CERCLA (Superfund) sites . Veolia-TWI can receive waste in drums , hoppers , roll-off boxes , lugger boxes, or cubic yard boxes . Veolia-TWI can provide disposal services , which include : • Lab Packs • Repacking of Waste • Water Reactive Chemicals • Oxidizers/Organic Peroxides • Pyrophoric Compounds • Irritating , Poisonous , Malodorous Material • Propellants & Explosives • Inorganic Wastes • Halogenated Solvents • Non-Halogenated Solvents • Organic Acids 2.3-2 TSO Facility Qualification's -Contractor Owned Veolia Solid Waste -Taylor County Landfill County Road 33 , Stewart Road Mauk , GA 31058 , US Manager: Customer Service Dept. (478) 862-2610 (478) 862 -2888 Permit Not Required Services Offered: • Construction and Demolition Debris • Landfill Operations • Liquid So lidification • Solid Waste Disposal • Special Waste Disposal • Yard Waste 2.3-2 Sub-Contractor I TSD Facility Qualification's TSDF Sub Contractor -Waste Management, Inc. Lake Charles, LA and Emelle, AL The Chemica l Waste Management, Inc . landfills will receive material remanifested by the Gulf Coast Treatment Center in Port Arthur , Texas .. Company Information Loca l Office : Chemica l Waste Management, Inc. 7170 John Brannon ·Road Sulphur , LA 70665 (337 ) 583-3735 -Office (337 ) 583-3763 -Fax LAD000777201 Corporate Headquarters Waste Management , Inc. 1001 Fannin Suite 4000 Houston , TX 77002 (7 13) 512-6200 -Office (713 ) 512-6299-Fax Chemical Waste Management, Inc. Hwy 15 , Mile Marker 153 Emelle , AL 35459 205-652 -9721 -Office 205-652-8080 -Fax ALD000622464 Tasks that will be performed directly by Chemical Waste Management, Inc. Disposal Services for: Emelle -(Hazardous Waste Facility) (Hazardous Waste Facility) offers the following nonhazardous waste disposal services : • Asbestos-Friable • Asbestos-Nonfriable • Auto Shredder Fluff • Biosolids • Construction & Demolition Debris • Drum Management-Liquids • Drum Management-Solids • E&P Wastes -• Industrial & Special Waste • Liquifix (Solidifcation Services) • NORM (Naturally Occurring Radioactive Material ) Sub-Contractor TSDF -Waste Management Page 2 Hazardous Disposal Services for: Emelle (Hazardous Waste Facility) (Hazardous Waste Facility) offers the following hazardous waste disposal services: • Asbestos • Drum Management-Liquids • Drum Management-Solids • Fuels Blending • Hazardous Waste Transportation • Macroencapsulation • Metals Stabilization • Microencapsulation • PCB Landfill (TSCA) • PCB Transformer/Electrical Services • RCRA Landfill • Stabilization • Storage and Transfer for Recycling • Wastewater Treatment Hazardous Disposal Services for: Lake Charles, LA (Hazardous Waste Facility) offers the following hazardous waste disposal services: • Asbestos • Bioremediation of Soils .. Drum Management-Liquids • Drum Management-Solids • Hazardous Waste Transportation • Macroencapsulation • Metals Stabilizatior:, • Microencapsulation • RCRA Landfill • Stabilization Statement of Qualifications Hazardous wastes require handling and disposal by proven experts . Waste Management's hazardous waste services lead the industry in safety , reliability and technical sophistication while maintaining full compliance with all local , state and federal environmental regulations . Waste Management's excellent track record allows it to offer hazardous waste generators the industry's best indemnification package coupled with the economies of scale that come from working with North America 's largest solid waste services company . Waste Management's Hazardous Waste Services include : MICROENCAPSULATION Sub-Contractor TSDF -Waste Management Page 3 Microencapsulation involves coating hazardous debris with a custom-tailored mixture of proprietary sealing agents , thus preventing them from interacting chemically with the surround ing env ironmen t. Most hazardous debris qualifies for this process . Microencapsulation is the preferred treatment fo r debris that can be fully coated on all surfaces , both exterior and interior. MACROENCAPSULATION Macroencapsulation is the process of p lacing hazardous debris in a special one-piece containment unit made from high -strength HOPE specially formulated to resist contaminants and leachate. A pozzolanic , flowable solid material such as fly ash or cement kiln dust seals the debris and fills any remaining voids inside the unit. After the lid is welded shut, the treated debris is placed in a Subtitle "C " landfill for safe , permanent disposal. Macroencapsulation is appropriate for virtually any hazardous debris tha t fits in a 20-cubic-yard roll-off bo x. BIOREMEDIA TION Bioremediation is the treatment of organic chemicals with microorganisms (bacteria, fungi and yeast) to break them down into less toxic or non-toxic materials . Waste Management has severa l bioremediat ion services available , depending on the nature and size of the hazardous waste . Bioremediation services include: • The BioSiteSM System for the off-site remediation of petrochemical-contaminated soils •, TOSSSM (Two-Step Static System) for the off-site treatment of soils contaminated with explosives • Bio-ln-A-BoxSM for the off-site decontamination of all types of contaminated soils in drums or in bulk Superior Handling of Hazardous Waste From contaminated soils to industrial waste drums, Waste Management's Landfill and Industrial Services team has the knowledge, training, equipment and expertise to handle virtually any type and volume of hazardous waste. Waste Management's trained and experienced equipment operators ensure the safe handling, processing and disposal of hazardous waste. management. Hazardous Waste Services SUBTITLE "C " SECURE LANDFILL SERVICES Waste Management is currently operating five state-of-the-art facilities specially designed and permitted for hazardous waste processing and secure landfill disposal: STABILIZATION Stabilization is the chemical treatmen t of wastes containing leachable metals prior to landfilling . Wastes that may require stabilization treatment include wastewate r treatment residues , contaminated soils and incinerator ash. Hazardous wastes stabilized by Waste Management are often rendered non-hazardous and may be sent to a conventiona l Subtitle "D " landfill for permanen t disposa l. AQUEOUS TREATMENT Sub-Contractor TSDF -Waste Management Page 4 Water-based wastes received from customers and leachate pumped from landfills are treated through Waste Management's Aqueous Treatment System . The system consists of a series of treatment steps designed to remove metals and small amounts of organics from the liquids , after which the liquids can be solidified for permanent disposal. PCB DISPOSAL Waste Management operates facilities permitted for the treatment and disposal of manufactured materials , soil , sediment and debris contaminated with polychlorinated biphenyls (PCBs). Services may include sampling and analysis , excavation , transport , secure landfill disposal or third-party incineration . Waste Management, Conroe Landfill 2525 Loop 336 East Conroe, TX 77301 TCEQ State Permit: 39001 Services Conroe Landfill offers the following non-hazardous waste disposal services : Asbestos-Friable Asbestos-Non-Friable Auto Shredder Fluff Biosolids Construction & Demolition Debris Drum Management-Liquids Drum Management-Solids E&P Wastes Industrial & Special Waste Liquifix (Solidification Services) 2.3-2 TSD Facility Qualifications TSDF Subcontracted -U. S. Ecology Texas, Robstown, Texas U. S . Ecology Texas will receive material remanifested by the Gulf Coast Treatment Center in Port Arthur , Texas .. Company Information Local Office : US . Ecology Texas PO Box 307 Petronila Road Robbstown , TX 78380 Phone : 361-387-3518 Fax : 361-387-0794 TXD069452340 Texas : 50052 Corporate Headquarters Amer ican Ecology Corporation 300 E Mallard Dr., Suite 300 Boise , ID 83706 Phone : 1.800 .590 .5220 Fax : 1.208 .331.7900 Tasks that will be performed directly by U.S. Ecology. • Stabilization and treatmen t of waste tha t can be treated to meet Land Disposal Restriction Standards • Direct Land Disposal of materials meeting the Land Disposal Restriction Standards. • Disposa l of Texas Class 1, 2 & # Non-Hazardous Material • Oxidizer Treatment Statement of Qualification US Ecology Texas (USET), located approximately four miles south of Robstown , treats and disposes hazardous waste and industrial waste and certain naturally occurring and NRG-exempt radioactive materials . The facility is located on excellent geology in open farm country west of Corpus Christi. Combined with a state of the art multi-layer landfill liner system , the Robstown facil ity minimizes environmental liability. The facility supports a wide range of industries producing refined products , petrochemicals , agricultural chemicals , and pharmaceuticals . In August , 2006 the facility was named an OSHA Voluntary Protection Program (VPP ) "Star" site . The Robstown facility accepts both bulk solids and containerized waste (including lab packs) and maintains an on-site laboratory to perform required analytical analyses , including TCLP tests , pretreatment recipe formulation and waste treatment verification . Section 2.4 Preferred Disposal Options Table 2.4 .1 Preferred Waste Disposal Options City of Fort Worth Invitation to Bid 2.4 PREFERRED WASTE DISPOSAL OPTIONS For each waste listed in Table 2.4-1 please indicate your preference of waste disposal by placing the appropriate number in each box with number "1" being the most preferred method followed by number "2 " and so on . If a method is not used place "NA" in the box as appropriate . The method indicated as preferred is the method assumed to be priced . If primary method is fuel blending, incineration must be indicated as a method as well and both methods must be priced. Table 2.4-1: Preferred waste disposal options . Aerosols NA 1 NA NA NA NA NA INCIN AERO Oil Based Paint NA 1 NA NA NA NA NA INCINL-HI Latex Based Paint 1 2 NA NA NA NA NA LANDFILL NH LIQ IN CI N LI Solvents & Thinners NA 1 NA NA NA NA NA INCINL-HI Adhesives NA 1 NA NA NA NA NA INCIN SHRED Used Oil NA 1 NA NA NA NA NA INCINL-HI Solid Pesticides NA 1 NA NA NA NA NA INCIN SHRED Liquid Pesticides NA 1 NA NA NA NA NA INCIN LIQ Liquid Herbicides NA 1 NA NA NA NA NA IN C IN LIQ DEM 10-11 : HAZ October 6, 2 010 2-11 City of Fort Worth Invitation to Bid Table 2.4-1 : Preferred waste disposal options -continued. ' Petroleum based NA 1 NA NA NA NA NA INCIN DM products Corrosive Materials NA 2 1 NA NA NA NA TREATMENT IN CINL -HI Reactive Materials NA 1 NA NA NA NA NA INCIN SP Poisons NA 1 NA NA NA NA NA INCIN SP Oxidizers 1 2 NA NA NA NA NA LANDFILL HAZ I NC I N SP Low BTU Flammable NA 1 NA NA NA NA NA INCIN LIQ High BTU -Flammable NA 1 NA NA NA NA NA INCINL-HI Mercury contaminated NA NA NA 1 NA NA NA RECYCLE Hg materials and water RETORT Mercury containing NA NA NA 1 NA NA NA RECYCLE Hg equipment RETORT Mercury containing NA NA NA 1 NA NA NA RE CYCLE Hg chemicals RETORT PCB Containing 2 NA NA 1 NA NA NA RECYCLE PCB Equipment LANDFILL PCB DEM 10 -11 : HAZ 2-12 October 6, 2010 City of Fort Worth Invitation to Bid Table 2.4-1 : Preferred waste disposal options -continued. PCB Containing NA 1 NA NA NA NA NA INCIN OM Chemicals Lead Acid NA NA NA 1 NA NA NA RECYCLE METAL Lead Acid Batteries NA NA NA 1 NA NA NA REC Y CLE MET AL Ni-Cad Batteries NA NA NA 1 NA NA NA RECYCLE METAL Lithium Batteries NA NA NA 1 NA NA NA RECYCLE METAL Alkaline Batteries NA NA NA 1 NA NA NA RECY C LE METAL Nickel-Hydride NA NA NA 1 NA NA NA RECY C LE META L Batteries Material contaminated with paint and paint NA 1 NA NA NA NA NA INCINL-HI related materials Lead Contaminated 2 NA NA 1 NA NA NA RECYCLE METAL Materials and Debris LAN DFILL STAB Sulfuric Chloroform NA 1 NA NA NA NA NA INCIN OM Mix RCRA Empty 1 NA NA NA NA NA NA LANDFILL NH Containers DEM 10 -11 : HAZ 2-13 October 6 , 2010 City of Fort Worth Table 2.4-1 : Preferred waste disposal options -continued . Soil Cuttings (non-Haz) Purge / Decon Water (Non-Haz) Fuels Oils Antifreeze Fuel & Oil Filters Acid impacted materials Refrigerants Oils Alcohols Cylinders DEM 10-11 : HAZ October 6 , 2 01 O 1 NA 1 NA NA 1 NA 1 NA 1 NA 1 1 NA NA 1 NA 1 NA 1 NA NA NA NA NA NA NA NA NA NA Invitation to Bid NA NA NA NA LANDFILL NH NA NA NA NA LANDFILL NH LIQ NA NA NA NA INCINL-HI NA NA NA NA INCi NL-Hi NA NA NA NA INCINL -HI NA NA NA NA INCIN SHRED NA NA NA NA LANDFILL HAZ NA NA NA NA INCINL -HI NA NA NA NA INCINL -HI NA NA NA NA CYLINDER IN CIN 2 -14 Section 2 .5 Cost Table 2 .5.1 Cost for Disposal of Waste Packed In Pails , Drums , Boxes or Pallets Table 2 .5 .2 Cost for Bulk Disposal Solids in Roll Off Boxes Table 2.5 .3 Cost for bulk disposa l of liquids Table 2 .5.4 Cost for DOT Packaging Table 2.5.5 Cost for Supplies and Rentals Table 2 .5.6 Cost fo r Labor Description of Company Waste Codes Cylinder Pricing City of Fort Worth Invitation to Bid 2.5 COST The following tables identify various types of materials that may require disposal and other supplies and services that may be required . Contractor shall provide a cost for each item included on the Tables. If a container size is not applicable please identify as such with "NIA". If a normal process container size is not identified , please write in the container size . The contractor shall provide a list and description of the waste disposal codes used for billing and tracking purposes within the company . Costs provided for waste disposal shall be "turn-key" costs and include preparation of required shipping documentation, loading, labeling, transportation, all additional fees, and disposal costs (no additional costs, such as fuel surcharges or mileage are to be attached to the unit price at invoicing). Packaging will be limited to lab-packs . The City will present only DOT approved containers for shipment of other materials . If the method of disposal is fuel blending for incinerators please show a price for incineration with and without fuel blending . If one price is given , the City will assume the price is for incineration without fuel blending . Fuel Blending and Incineration for and in Cement Kilns will not be allowed under this contract. Waste Shipments will be scheduled and responded to within seven (7) calendar days after receipt of shipment notice. The additional cost for responding within one (1) calendar day after receipt is $ N/C and the additional cost for responding same day after receipt is $ 1,000 . In addition to the items listed in the tables: DEM 10 -11 : HAZ October 6 , 2010 • Pricing for cylinders is requested . The majority of cylinders collected from this contract are abandoned ; therefore , there is no standard disposal list. Please include a listing of the types and of cylinders handled and cylindered materials handled . From time to time we do receive improperly packaged cylinders , for example, anhydrous ammonia packaged in a propane cylinder. Please include any explanation for additional costs to handle this type of waste . • Provide pricing for available training • Contractor shall attach their Standard Price List at the end of this section along with any applicable discount rate (percentage off standard) that applies to the City of Fort Worth projects . Remainder of this page intentionally left blank 2-15 City of Fort Worth Table 2.5-1 : Costs for disposal of wastes packed in pails, drums, boxes, or pallets. 1. Used oil, single packaging 2. Used Antifreeze 3. Waste Gasoline 4. Waste Gasoline with water 5. Waste Diesel 6. Waste Diesel with water 7. Waste Diesel / Gasoline Mix 8. Used oil filters 9. Used Diesel Filters 10. Gasoline Fuel Filters 11. Aerosols 12. Latex-based paint (non- RCRA) single packaging universal waste DEM 10-11 : HAZ October 6 , 2010 ; •AT ']f2\~ 14,-15 : ..•.. ,,.,.,. ,. .· ~~''lfml:. :_ 'c· .I . .. $75 .00 $75 .00 $75.00 $75 .00 $75 .00 $75 .00 $75 .00 $75.00 $75 .00 $75 .00 $75 .00 $75.00 $75.00 $75 .00 $75 .00 $75 .00 $75 .00 $75 .00 $75 .00 $75.00 $75 .00 $75 .00 $65 .00 $65 .00 .. . -. ~~L :., .30 ·. 55 : (ga'lion} (~aii~n} .--(g ~IIQn} ;, •• ,, ... ~:' l . ,. ....... \,. $105 .00 $125.00 $145 .00 $105 .00 $125 .00 $145 .00 $105 .00 $125 .00 $145 .00 $105 .00 $125 .00 $145 .00 $105 .00 $125 .00 $145.00 $105 .00 $125.00 $145 .00 $105 .00 $125 .00 $145 .00 $235.00 $245 .00 $255.00 $235 .00 $245.00 $255.00 $235.00 $245 .00 $255 .00 $145 .00 $170 .00 $195.00 $65.00 $65 .00 $65.00 / Invitation to Bid '" . r,::,:·:-r -·,-.7? •f;. -~ '. Gubtc ·, ·.;,Box or ... ....... ~ -~ ,.,~ ~ ,YeaTiei ; Yard , :t· (ci(; · ·ci>e.-·1tif ~ •.. "; .. !~ ,;~:<'. $220 .00 NA NA INCi NL-Hi INCINERATE $220 .00 NA NA INCi NL-Hi INCINERATE $220.00 NA NA INCi NL-Hi INCINERATE $220 .00 NA NA INCi NL-Hi INCINERATE $220 .00 NA NA INCINL-H I INCINERATE $220 .00 NA NA INCi NL-Hi INCINERATE $220 .00 NA NA INCINL-HI INCINERATE NA INCIN $355 .00 NA SHRED INCINERATE IN $355 .00 NA NA SHRED INCINERATE $355.00 NA NA INCIN INCINERATE SHRED $220 .00 NA NA INCIN INCINERATE AERO $105 .00 NA NA LANDFILL LANDFILL NH LIQ 2-16 City of Fort Worth Table 2.5-1 : Costs for disposal of wastes packed in pails, drums , boxes , or pallets -continued . 13. Latex-based paint (non- RCRA) in cans, combination packaging universal Waste 14. Oil-based paint (RCRA) single packaging universal waste 15. Oil-based paint (RCRA) in cans, combination packaging (universal waste 16. Paint Related Wastes (universal waste) 17. Paint Related Waste Solids (universal waste) 18. Non-RCRA, solid, single packaging 19. Non-RCRA, Liquid, Single packaging 20. Non-RCRA, solid, combination packaging 21. Non-RCRA, liquid, combination packaging 22. RCRA solids, single packaging, incineration 23. RCRA solids, single packaging, landfill DEM 10-11: HAZ October 6 , 2010 I ·~f ;?.~:J:.. __ " ____ .Jr ~·~-tr .. ,--t' 4-'""-h·~ ,. .-ti ~ : ~~ / ;~~ ~ '.-; .. ·, -~\ .(1~-15 .; ·., 20 . ;·,: -"Callon) :·, ·--·~ ·,-f ;, (ga11"o'nj . ~-· -, ~~.t ·~~--<:..~ . .! :<,. d £i~I cfn l:,, :z:·\·<~-::.: i~:·~ \f '{i}:ti ?~ 1:-:" .: .. ·~ -] t:· ~ . ' $65 .00 $65 .00 $65.00 $75 .00 $75.00 $105 .00 $75 .00 $75 .00 $235 .00 $75 .00 $7 5 .00 $105 .00 $75 .00 $75 .00 $235 .00 $65 .00 $65 .00 $65 .00 $65 .00 $65 .00 $65 .00 $75 .00 $75 .00 $2 35 .00 $7 5 .00 $75 .00 $235.00 $75 .00 $75 .00 $235 .00 $1 7 5 .00 $175 .00 $17 5 .00 . . 4,..., '.'.c J :fs '.!_·_: ;: ~-~ 1 t :·, ~H ~? ,-(~~iPnf - · (g~l!~n) '. {~~!!~rl . _;-':gf...: .. .. " .. ~!!rt ~~~- $65 .00 $65 .00 $105 .00 $1 2 5 .00 $145.00 $220 .00 $245 .00 $2 55 .00 $355 .00 $1 2 5.00 $145.00 $220 .00 $245 .00 $2 55 .00 $355 .00 $65 .00 $65 .00 $105 .00 $65 .0 0 $195 .00 $240 .00 $2 45 .0 0 $2 5 5.00 $355 .00 $245 .00 $2 55 .00 $355 .00 $245 .00 $2 55 .00 $355 .00 $175.00 $17 5 .00 $240 .00 Invitation to Bid $2 85.00 $0 .106 LANDFILL LANDFILL NH LIQ NA NA INCi NL-Hi INCINERATE IN CI N $560 .00 $0.71 SHRE D INCINERATE NA NA INCi NL-Hi INCINERATE $560 .00 $0 .71 IN CI N INCINERATE SHRED $2 85 .00 $0 .106 LAND FILL LANDFILL NH NA NA LA NDFI LL LANDFILL NH LIQ $560 .00 $0.71 I NCIN INCINERATE SHRE D $560 .00 $0.71 IN CIN INCINERATE SHR ED $560 .00 $0.71 IN CIN SH RE D INCINERATE $505 .00 $0 .276 l.:A NDFILL LANDFILL STAB 2-17 City of Fort Worth Invitation to Bid Table 2.5-1: Costs for disposal of wastes packed in pails, drums, boxes, or pallets -continued. 24. RCRA solids, Combination packaging, incineration 25. RCRA Solids, Combination packaging, landfill 26. RCRA liquids, single packaging, incineration 27. High BTU -RCRA liquids, single packaging 28. RCRA liquids, combination packaging, incineration 29. RCRA Liquids for stabilization and landfill 30. RCRA Liquids for treatment and disposal 31. RCRA oxidizer liquid, single packaging 32. RCRA empty drums 33. RCRA Lab Packs (Corrosive) 34. RCRA Lab Packs (Reactive) 35. RCRA Lab Packs (Poisons) DEM 10-11 : HAZ October 6 , 2010 $75 .00 $75 .00 $235.00 $245.00 $255.00 $355 .00 $560.00 $75.00 $75.00 $235 .00 $245.00 $255.00 $355.00 $560 .00 $75.00 $75.00 $115.00 $140 .00 $165 .00 $225 .00 NA $75 .00 $75 .00 $105.00 $125.00 $145 .00 $220.00 NA $75 .00 $75 .00 $235 .00 $245 .00 $255.00 $355.00 $560.00 INCIN $0.71 SHRED $0 _71 INCIN SHRED INCINERATE INCINERATE NA INCINLIQ INCINERATE NA INCi NL-Hi INCINERATE $0 .71 INCIN INCINERATE SHRED $175.00 $175.00 $175.00 $175.00 $175 .00 NA NA NA LANDFILL LANDFILL $50 .00 $50 .00 $150.00 $175 .00 $225 .00 $3.96/LB $3 .96/LB $3.96/LB $3 .96/LB $3 .96/LB $40 .00 $40 .00 $40.00 $40 .00 $40 .00 $50 .00 $65 .00 $90.00 $123.00 $180.00 $50.00 $65 .00 $90.00 $123.00 $180.00 $50.00 $65.00 $90.00 $123 .00 $180.00 STAB NA NA NA REATMENT TREATMENT $3 .96/LB $3.96/# $3 . 96 / # $3.96/# REATMENT TREATMENT INCIN SP IN CINERATE $40.00 $275.00 NA NA NA NA NA NA $0 .141 LANDFILL NH LANDFILL NA INCINLP INCINERATE NA INCINLP INCINERATE NA INCINLP INCINERATE 2-18 City of Fort Worth Table 2.5-1 : Costs for disposal of wastes packed in pails , drums, boxes , or pallets -continued. 37. RCRA Lab Packs (Flammable) 38. RCRA Loose Packs (Corrosive) 39. RCRA Loose Packs (Reactive) 40. RCRA Loose Packs (Poisons) 41. RCRA Loose Packs (Oxidizer) 42. RCRA Loose Packs (Flammable) 43. Elemental mercury 44. Mercury compounds 45. Mercury spill clean-up debris 46. Mercury contained in manufactured articles (thermometers, switches, etc.) universal waste $3.96/LB $3 .96/LB $3 .96/LB $3 .96/LB $50 .00 $65.00 $90 .00 $123 .00 $50 .00 $65 .00 $90 .00 $123 .00 $50.00 $65.00 $90 .00 $123 .00 $50 .00 $65 .00 $90 .00 $123 .00 $3 .96/LB $3 .96/LB $3 .96/LB $3.96/LB $50 .00 $65 .00 $90 .00 $123.00 $332 .00 $463 .00 $505 .00 $545 .00 $332 .00 $463 .00 $505 .00 $545 .00 $332 .00 $463 .00 $505 .00 $545.00 $332.00 $463 .00 $505 .00 $545 .00 $3.96/# $3.96/LB $3 .96/LB $3 .96/# $3. 96/ # $180 .00 NA NA NA $180.00 NA NA NA $180 .00 NA NA NA $180 .00 NA NA NA $3.96/# $3 .96/LB $3.96/LB $3 .96/# $3.96/# $180.00 NA NA NA $1045 .00 $1274 .00 $3980 .0 NA $1045.00 $1274 .00 $3980 .0 NA $1045 .00 $1274 .00 $3980 .0 NA $1045.00 $1274.00 $3980 .0 NA Invitation to Bid INCINLP IN C INERATE IN C INLLP INCINERATE INCINLP INCINERATE INCINLP INCINERATE REATMENT TREATMENT NCIN SP IN CINERATE INCINLP INCINERATE RECYCLE Hg RETOR RECYCLE RECYCLE RECYCLE Hg RETOR RECY CLE RECYCLE Hg RETOR RE CYCLE Hg RETOR RECYCLE 47. Alkaline batteries "common size" universal waste $0.56/LB $0 .56/LB $0 .56/LB $0 .56/LB $0 .56/LB $0.56/LB $0 .56/# $0 .56/# RECYCLE RECYCLE DEM 10-11 : HAZ October 6 , 2010 METAL 2-19 City of Fort Worth Table 2.5-1 : Costs for disposal of wastes packed in pails , drums, boxes , or pallets -continued . 48. Ni-cad batteries "common size" universal waste 49. Nickel-hydride batteries "common size" universal waste SO . Lithium batteries "common size" universal waste 51. Lead-acid batteries "common size" universal waste 52. Electronic Waste (Incl. CRT & LCD monitors, computers, and other electronic e ui ment 53. PCB containing equipment (ballasts, ca acitors etc. 54. PCB contaminated soils (<50ppm) 55. PCB contaminated soils (50ppm-499ppm) 56. PCB contaminated soils (>500ppm) 57. PCB contaminated oils {<50ppm) 58. PCB contaminated oils (50ppm-499ppm) DEM 10-11 : HAZ October 6 , 2010 $0 .71/LB $0 .71/LB $3 .96/LB $0 .56 /LB $0.71/LB $0 .79/LB $115 .00 $115.00 $115 .00 $50 .00 $75 .00 $0 .71/LB $0 .71/LB $0 .71/LB $0 .71/LB $0 .71/LB $0.71/LB $0 .71/LB $0 .71/LB $0 .71/LB $0 .71/LB $3 .96/LB $3 .96/LB $3 .96/LB $3.96/LB $3 .96/LB $0 .56/LB $0 .56/LB $0 .56/LB $0 .56/LB $0.56/LB $0 .71/LB $0 .71/LB $0 .71/LB $0 .71/LB $0 .71/LB $0 .79/LB $0 .79/LB $0 .79/LB $0 .79/LB $0 .79/LB $140 .00 $160 .00 $160 .00 $160.00 $220.00 $140 .00 $160 .00 $160.00 $160 .00 $220 .00 $140 .00 $160.00 $160 .00 $160.00 $220 .00 $50 .00 $60.00 $80 .00 $100 .00 $175 .00 $7 5 .00 $105 .00 $125.00 $145 .00 $220 .00 Invitation to Bid $0.71/# $0.71/# RECYCLE RECYCLE METAL $0 .71/# $0 .71# RECYCLE RECYCLE METAL $3 .96/# $3 .96/# INCINSP IN C IN ERATE $0 .56/# $0 .56/# RECYCLE RECYCLE METAL $0.71/# $0 .71/# RECYCLE RECYCLE ME TAL $0.79/# $0 .79/# RECYCLE RECYCLE $560 .00 $0 .29/# LA NDFI LL LANDFILL PCB $0 .29/# LANDFILL $560 .00 PCB LANDFILL $560 .00 $0 .29/# LANDFILL LANDFILL PCB NA NA INCINL-HI INCINERATE NA NA INCi NL-Hi IN CINERATE 2-20 City of Fort Worth Table 2.5-1: Costs for disposal of wastes packed in pails , drums , boxes , or pallets -continued. 59. PCB contaminated oils (>SOOppm) 60. PCB contaminated PPE $75 .00 $75 .00 $75 .00 $105 .00 $125.00 $145 .00 $220.00 $75 .00 $105 .00 $125 .00 $145 .00 $220.00 Table 2.5-2 : Costs for bulk disposal of solids in roll -off boxes . DEM 10-11 : HAZ October 6 , 2010 61. Class 1 Non-Hazardous Solids (roll-off) 62. Class 2 non-Hazardous Solids (roll-off) 63. Hazardous Solids - Benzene (roll-off) 64. Hazardous Solids -Lead (roll-off) $150.00 LANDFILLNH $86 .0 0 LANDFILLNH $700 .00 INCIN BULK SOLID $390 .00 LANDFILL HAZ STABILIZATIO Invitation to Bid NA NA INCi NL-Hi INCINERATE NA NA INCINL-HI IN CINERATE LANDFILL LANDFILL INCINERATE LANDFILL 2-2 1 - . City of Fort Worth Invitation to Bid Table 2.5-3 : Costs for bulk disposal of liquids . 65. Class 1 Non-Hazardous $1 .60 LANDFILLNH LANDFILL Liquid LI 66. Class 2 Non-Hazardous $1 .60 ~DFILLNH LANDFILL Liquid 67. Hazardous Liquid $1 .60 LANDFILL HAZ LANDFILL STABILIZATIO $1 .35 I NCIN BULK I NCINERATE 67. " " LOW BTU LIQ Table 2.5-4 : Costs for DOT packaging . 68. 1A2 Steel open top w/ $6.25 N/A N/A $46 .00 $50.00 $129 .00 Bungs 69 . 1A1 N/A N/A N/A $46 .00 $50 .00 N/A Steel closed top 70. 1H2 $5.00 $28 .00 N/A $50 .00 $65 .00 N/A Poly open top 71. 1H1 $5 .00 N/A N/A $35.00 $40.00 N/A Poly closed top 72. 1G $10.00 $15.00 $15 .00 $20 .00 N/A N/A Fiber 73. Cubic yard box with liner and pallet $70 .00 (each) 7 4. 20 yard roll-off liner $56 .00 (each) All containers must meet, at a minimum , DOT packing group II specifications . DEM 10-11: HAZ Octobe r 6, 2010 2-22 City of Fort Worth Invitation to Bid Table 2.5-5 : Costs for supplies and rentals . , 75. Vermiculite (per bag) 76. Drop fee for Roll-offs and Tanks (Rentals only) 77. Vacuum truck rental (per hour) 78. Field HAZCAT of unknown material 79. 20 yard open top roll-off box rental 80. 30 yard open top roll -off box rental 81. 500 bbl Frac Tank rental Table 2.5-6 : Costs fo r labor. 82. Field Technician -hourly rate 83. Field Chemist -hourly rate $10 .00 $1,695 .00 per trip , Can deli ve r 2 boxes eac h tri $85 .00 $25 .00EA $12 .00 $84 .00 $360 .00 $12 .00 $84.00 $360 .00 $56.00 $392 .00 $1680 .00 See co mm e nt s or additional h a rges associ ted with Frac Tank Delivery and Set Up $45 .00 $55.00 Remainder of this page intentionally left blank DEM 10-11 : HAZ October 6 , 2010 2-23 ADDITIONAL CHARGES FOR FRACTANKDELIVERY & SETUP 12 ' X 50' Berm Rental (if required) Mobilization Demobilization Protective Ground Mat $ 38 .00 per day $ 1,950.00 $ 1,950 .00 $ 188.00 each RECYCLE-METAL RECYCLE Hg RETORT RECYCLE INCINLIQ INCIN L HI INCIN SHRED INCIN AERO LANDFILL NH LANDFILL NH LIQ LANDFILL PCB LANDFILL STAB INCIN SP INCINLP TREATMENT FACILITY PROCESS CODES Recycle/Retort Metals -H01 O Mercury Retort -H01 O Metal Treatment and Recycle Incineration Drummed Liquids -H040 Incineration Energetic Liquids -H040 Incineration Shreddable Solids -H040 Incineration Aerosols -H040 Direct Landfill Solids - H 132 Solidification/Landfill - H 132 Landfill at TSCA Permitted Landfill Stabilization/Landfill - H132 Incineration Specials (Oxidizers/Reactives) Incineration Lab Packs Treatment Prior to Landfill Disposal -H132 LINE ITEM IT EM DESCRIPTI ON 1.086 Thin-Walled Cylinders for Incineration 1.087 Thin-Walled Cylinders for Treatment 1.088 Co mpressed G as Cylinder Disposal (L ecture Bottle s) 3" X 12" 1.089 Compressed Gas· Cylinder Disposal (Lecture Bottles ) 4" X 24 " Liquid Cylinders Class 1 (N o n-Flammable) Liquid Cylinders C lass 2 (Flammable) Liquid Cylinde rs Class 3 (Poisons ) Liquid Cylinders Class 4 (Corrosives ) Liquid Cylinders Class 5 (Special)) Liquid Cylinders Cl ass 6 (Freons ) Liquid Cylinders Class 7 (Air/Water Reactive or Pyrophorics) Liquid Cylinders Cl ass 8 (Toxics) Liquid Cylind e rs Cla ss 9 (Oxidizers ) 1.090 Co mpressed Gas Cylind e r Disposal (C ontractor provide other cylinder cat eg ories by size a nd type of g as) Group A -Compressed Inert and Calibrati o ns Gases) Veolia ES Technical Solutions , LLC Cylinder Pricing T REAT MEN T CONTAINER UN IT M ETH OD 5 gallon drum Each Incineration 5 gallon drum Ea c h Incineration Cyl. Incineration Cyl. See Lis t below Cyl. Incineration Cyl. Incineration Cyl. Incineration Cyl. Incineration Cyl. Incineration Cyl. Incineration Cyl. Incineration Cyl. Incineration Cyl. Incineration Cyl. See List below up to 4"Dx24"L Cyl. Incineration PROPOSED TSDF(s) T URNKEY RATE VES-TS-PTA $ 125.00 VES -TS-PTA $ 125.00 VES-TS-PTA $ 363 .00 VES-TS-PTA $ 112 .00 VES-TS-PTA $ 170.00 VES-TS-PTA $ 363 .00 VES-TS-PTA $ 308 .00 VES-TS-PTA $ 750 .00 VES-TS-PTA $ 275 .00 VES-TS -PTA $ 585.00 VES-TS -PTA $ 585 .00 VES-TS-PTA $ 585 .00 VES-TS-PTA $ 112.00 LI NE ITEM ITEM DES CRIPTION Group B -Halogenated Gases , freon , halon ) ' Group C -Flammable and Liquified Gases ) Veolia ES Technical Solutions , LLC Cylinder Pricing TREATMENT CONTAINER UNIT METHOD up to 12"Dx36"L Cyl. Incineration up to 16"Dx56"L Cy!. Incineration up to 20"Dx83"L Cyl. Incineration 1/2 Ton (30"x52" Cyl. Incineration or 20"x83") up to 4"Dx24"L Cyl. Incineration up to 12 "Dx36"L Cyl. Incineration up to 16"Dx56"L Cy l. Incineration up to 20"Dx83"L Cy l. Incine ration 1/2 Ton (30 "x52" Cyl. Incineration or 20"x83") up to 4"Dx24"L Cyl. Incineration up to 12"Dx36"L Cyl. Incineration up to 16"Dx56"L Cyl. Incineration up to 20"Dx83"L Cyl. Incineration 1/2 Ton (30"x52" Cyl. Incineration or 20 "x83") P ROPO S ED TSDF(s) TURNKEY RATE VES-TS-PTA $ 160 .00 VES-TS-PTA $ 160 .00 VES-TS -PTA $ 160.00 VES-TS-PTA $ 1 ,235 .00 VES-TS-PTA $ 275 .00 VES-TS-PTA $ 515 .00 VES-TS-PTA $ 860 .00 VES-TS-PTA $ 1 ,270 .00 VES-TS-PTA $ 1 ,680 .00 VES-TS-PTA $ 170.00 VES-TS-PTA $ 380 .00 VES-TS-PTA $ 515 .00 VES-TS-PTA $ 995.00 VES -TS-PTA y LI NE ITEM ITEM DE SCRIPTION Group D -Flammable, Toxic , Liquified gases , Amines , Odorous ) Group E -Oxidizing and/?rToxics Gases) Group F -Corrosive , Ammonia Ga ses ) Veolia ES Technical Solutions , LLC Cylinder Pricing TREATMENT CONTA INER UNIT METHOD up to 4"Dx24"L Cy !. Inc ineration up to 12"Dx36"L Cy!. Incineration up to 16"Dx56"L Cy!. Incineration up to 20"Dx83"L Cy!. Incineration 1/2 Ton (30"x52" Cy!. Incineration or 20"x83") up to 4"Dx24"L Cyl. Incineration up to 12"Dx36"L Cyl. Incineration up to 16"Dx56"L Cy l. Incineration up to 20"Dx83"L Cy l. Incineration 1/2 Ton (30"x52" Cy l. Incineration or 20"x83") up to 4"Dx24"L Cy l. Incineration up to 12"Dx36"L Cy l. Incineration up to 16"Dx56"L Cyl. Incineration up to 20"Dx83"L Cyl. Incineration 1/2 Ton (30 "x52" Cyl. Incineration or 20"x83 ") PROPOSE D TSDF(s) TURNKEY RATE VES-TS-PTA $ 365 .00 VES-TS-PTA $ 720 .00 VES-TS-PTA $ 1 ,135 .00 VES-TS -PTA $ 1 ,270 .00 VES-TS-PTA $ 1 ,680 .00 VES-TS-PTA $ 308 .00 VES-TS -PTA $ 515 .00 VES-TS-PTA $ 720 .00 VES-TS-PTA $ 930.0 0 VES-TS-PTA $ 1 ,070.00 VES-TS-PTA $ 240 .0 0 VES-TS-PTA $ 515 .00 VES-TS -PTA $ 720 .00 VES -TS-PTA $ 930.00 VES-TS-PTA $ 1,070 .00 LIN E ITEM ITEM DE SCRI PTION Group G -~ighly Toxic Gases Group H -Oxygen Group I -Acid Gases Group J -Acetylene Group K -Ev a luate and Ship Veolia ES Technica l Solutions , LLC Cylinder Pricing TRE AT M ENT CONTAINER UN IT METHOD up to 4"Dx24"L Cy l. Incineration up to 12"Dx36"L Cyl. Incineration up to 16"Dx56"L Cy l. Incineration up to 20 "Dx83"L Cy l. Incineration 1/2 Ton (30"x52 " Cyl. Incineration or 20"x83") up to 4"Dx24"L Cyl. Incineration up to 12"Dx36"L Cyl. Incineration up to 16"Dx56"L Cyl. Incineration up to 20"Dx83"L Cyl. Incineration 1/2 Ton (30 "x52" Cy l. Incineration or 20"x83") up to 4"Dx24"L Cy l. Incineration up to 12"Dx36 "L Cyl. Incineration up to 16"Dx56"L Cy l. Incineration up to 20"Dx83"L Cyl. Incineration 1/2 T o n (30"x52" Cy l. Incineration or 20"x83") up to 4"D x24"L Cyl. Incineration up to 12"Dx36"L Cyl. Incineration -- up to 16"Dx56"L Cyl. Incineration up to 20 "Dx83"L Cyl. Inc ineration 1/2 Ton (30 "x52" Cyl. Incineration or 20"x83") up to 4"Dx24"L Cyl. Incineration PRO PO SE D T SD F(s) TURNKEY RATE VES-TS-PTA $ 585.00 VES-TS-PTA $ 1,135.00 VES-TS-PTA $ 1,960 .00 VES-TS-PTA $ 2 ,440.00 VES-TS-PTA $ 3 ,060 .00 VES-TS-PTA $ 160 .0 0 VES-TS-PTA $ 160.00 VES-TS-PTA $ 160 .00 VES-TS-PTA $ 160 .00 VES-TS -PTA $ 1 ,235 .00 VES-TS-PTA $ 205 .00 VES-TS-PTA $ 380 .00 VES-TS-PTA $ 515 .00 VES-TS-PTA $ 995 .00 VES-TS-PTA $ 1,560 .00 VES-TS-PTA $ 205 .00 VES-TS-PTA $ 380 .00 VES-TS-PTA $ 515.00 VES-TS-PTA $ 995 .00 VES-TS-PTA $ 1,560.00 VES-TS-PTA $ 750 .00 LINE ITEM ITEM DESCRIPTION Veolia ES Technical Solutions , LLC Cylinder Pricing TREATMENT CONTAINER UNIT METHOD up to 12"Dx36"L Cyl. Incineration up to 16"Dx56"L Cyl. Incineration up to 20"Dx83"L Cyl. Incineration 1/2 Ton (30"x52" Cyl. Incineration or 20"x83") PROPOSED TSDF(s) TURNKEY RA TE VES -TS-PTA $ 1,400.00 VES-TS-PTA $ 1,960.00 VES-TS-PTA $ 2,440.00 VES-TS-PTA $ 3 ,060 .00 Section 2.6 Bid Bond November 4, 201 0 City of Fort Worth Environmental Services Division 1000 Throckmorton Fori Worth, TX 7 6102 To Whom It May Concern : EVERGREEN FLEXIBLE BONDING SO LUTIONS RECEIVE D NO V 1 201 0 Veollo F.nvlron m ento l Ser vices Veolia ES Technical Solu tions, L.L.C. We have reviewed the Proposal of Veolia ES Technical Solutions, L.L.C . For the contract: Project DEM 10-11 :HAZ -Transportation, Disposal and Packaging of Hazardous, Special an d Solid Waste We understand that Proposals will be received on November 4 ,2010 for the above project , and should this Proposal be accepted and the Contract awarded to Veolia ES Technical Solutions, L.L.C., Evergreen National Indemnity Company will provide the required bond or bonds for the term of the contract. Evergreen National Indemnity Company is a 570 Circular Treasury Listed company , with an A-A.M. Best Rating and duly licensed to do business in the State of Texas. By: Evergreen National Indemnity Company c/ d:-~ ,{ 11/ ~ x ~ ~ ~ Lawrence Rhodes, Attorney -In -Fact 6140 Parkland Blvd . Suite 300 • Mayfield Hts , OH 44124 • P: (440) 995-5100 • F: (440) 995-5101 EVERGREEN NATIONAL INDEMNITY COMPANY MAYFIELD HEIGHTS, OH POWER OF ATTORNEY POWER NO . Bid Consent KNOW ALL MEN BY THESE PRESENTS : That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby nominate, constitute and appoint: *** LAWRENCE RHODES *** its true and lawful Attorney(s )-ln-Fact to make , execute, attest, seal and deliver for and on its behalf, as Surety , and as its act and deed , where required , any and all bonds , undertakings , recognizances and written obligations in the nature thereof. This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of July, 2004 : "RESOLVED. That an y two officers of the Company have the authority to make , execute and deliver a Power of Attorney constituting as Attorney(s )-in-fact such persons , firms , or corporations as ma y be selected from time to time . FURTHER RESOLVED , that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile ; and an y such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company; and any such powers so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached ." IN WITNESS WHEREOF , the Evergreen National Indemnit y Company has caused its corporate seal to be affixed hereunto , and these presents to be signed by its duly authorized officers this 1st day of June, 2009 . Notary Public) State of Ohio ) SS : EVERGREEN NATIONAL INDEMNITY COMPANY CLCJ-hL-~. By : _________ _ Charle s D. Hamm .Jr , Pre sident By -_I:::>----t GJ ---- David A Ca nzo ne , CFO On this 1st day of June , 2009 , before the subscriber , a Notary fo r the State of Ohio , duly commissioned and qualified , personally came Charles D. Hamm , J r. and David A. Canzone of the Evergreen Nationa l Indemnity Company , to me personally known to be the individuals and officers described herein , and who executed the preceding instrument and acknowledged the execution of the-same and being by me duly sworn , deposed and said that they are the officers of said Company aforesaid , and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the resolution of said Company , referred to tn the preceding instrument , is now in force . IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed my official seal at Columbus, Ohio, the day and year above written . State of Ohio ) SS : PENNY M . BURN S NOTARY PUBLI C STATE OF OHIO co mm . Exp ir es Aprll 04. 2 01 2 Penn y M . Burn s, Notary Publi c My Co mmi ss ion Ex pire s April 4, 20 I 2 I, the undersigned , Secretary of the Evergreen National Indemnity Company , a stock corporation of the State of Ohio, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked ; and furthermore that the Resolution of the Board of Directors, set forth herein above , is now in force . Signed and sealed in Mayfield Hts , Ohio this 4th day of November 201 O Wan C. Co llier, Secretary Bond No . 853431 Bid Bond KNOW ALL MEN BY THESE PRESENTS that we Veolia ES Technica l Solutions, L.L .C., 1800 South Highway 146 , Baytown , TX 77520 , the Principa l, and , Evergreen National Indemnity Company, 6140 Parkland Boulevard, Suite 321 , Mayfield Heights , Ohio 44124 , the Surety , are hereby bound unto the City of Fort Worth , Environmental Services Division , 1000 Throckmorton, Fort Worth TX 76102 , the Obligee , in the penal sum of FIVE PERCENT OF THE TOTAL AMOUNT BID (5% of TAB), the payment of which we bind ourselves , our heirs , executors , administrators , successors , and assigns , jointly and severally , by these presents . WHEREAS, the Principal is herewith submitting a bid or proposal for Project DEM 10- 11 :HAZ -Transportation, Disposal and Packaging of Hazardous , Special and Solid Waste. NOW, THEREFORE , the condition of this obligation is that if the Principal shall be awarded the cont ract and the Obligee shall so notify the Surety , and if within the period specified in the contract , or if no period be specified , within twenty (20 ) days after the Principal 's receipt of notice of award , the Principal enters into a contract and gives bond for the faithful performance of the contract, then this obligation shall be null and void ; otherwise , the Principal and the Surety will pay to the Obligee the difference between the Principal 's bid and the next lowest bid ; or in the event the Obligee does not award the contract and resubmit the project for bidding , the Principal and the Surety will pay the Obligee an amount equal to the costs of the resubmission including the printing of new contract documents , and advertising , printing , and mailing notices to prospective bidders ; but in no event shall the liability hereunder exceed the penal sum hereof; no shall the Surety be obligated to give bond for performance . If the Obligee makes no award within (90 ) days of the execution date hereof, then this bond shall be null and void unless extended by written consent of Surety . No liability of the Surety shall arise hereunder unless and unti l the Obligee delivers written notice of a claim to the Surety . Said notification must be sent within fifteen (15) days after the alleged breach giving rise to such claim ; and no suit under this bond by or for the benefit of the Obligee may be instituted sooner than thirty (30) days or later than ninety (90) days after the Surety receives such notice . Failure to act in accordance with this paragraph shall nullify and void this bond and Surety's obligations hereunder. Signed , sealed and executed this 4t h day of November 2010 . \ Veolia ES Technical Solutions , L.L.C . Principal By :J/& ~-~ _· __ \l__.(_c;Jv._* -~-h-· - Title Evergreen National Indemnity Company Surety Lawrence Rhodes , Attorney-In-Fact Witness. rJ~ ;. :AJ~itne~ilirp Sandra D. Cikraji EVERGREEN NATIONAL INDEMNITY COMPANY MAYFIELD HEIGHTS, OH POWER OF ATTORNEY POWER NO . 853431 KNOW ALL MEN BY THESE PRESENTS : That the Evergreen National Indemnity Company , a corpo ration in the State of Ohio does hereb y nominate , constitute and appoint: *** LAWRENCE RHODES *** its true and lawful Attorney (s)-ln-Fact to ma ke , execute , attest, seal and del ive r fo r and on its behalf, as Surety , and as its act and deed , where required , an y and all bonds , undertakings , recognizances and written obligation s in the nature thereof. This Power of Attorney is granted and is s igned b y facsimile pursuan t to the following Resolution adopted b y its Board of Directors on th e 23 rd day of July , 2004 "RESOLVED , That any two officers of the Compan y have the authority to make, execute and deliver a Powe r of Attorney constitut ing as Attorney {s)-in-fact suc h persons , firms , or corporations as ma y be selected from time to time . FURTHER RESOLVED , tha t the signatures of such officers and the Seal of the Compan y may be affixed to any such Powe r or Attorne y or an y certificate relating thereto by facsimile ; and an y such Power of Attorne y or certificate bearing such facsimil e signature s or facsimile seal shall be valid and binding upon the Company ; and an y such powers so executed and certified by facsimile signature s and fac simile seal shall be valid and binding upon the Compan y in the future with respect to any bond or undertaking to wh ich it is attached ." IN W ITN ESS WHER EO F, the Evergree n Nationa l Indemnity Compan y ha s caused its corporate seal to be affixed hereunto , and th es e presents to be signed by its dul y authoriz ed officers this 1st day of June , 2009 . Notary Publi c) St ate of Oh io) SS : EVE RGREEN NATIONAL INDEMNITY COMPAN Y CLG>-hL~. By: __________ _ By Cha rl es D. Hamm Jr , Pres i de nt -:z::::,-l CJ---- Da vi d A. C anzo ne, CFO O n this 1st da y of June , 200 9, before the subscriber, a Notary for the State of O hi o, dul y commissioned and qua l ified , pers onall y came Charles D. Hamm , Jr. and David A. Canzone of the Evergreen Nationa l Indemnity Company , to me personally k nown to be the individuals and officers described herein , and who executed the preceding instrument and acknowledged the execution of the sam e and being by me dul y sworn , deposed and said that they are the officers of said Company aforesaid , and that the seal affi xed to the preceding instrument is the Corporate Seal of sa id Company , and the sa id Corporate Sea l and signatures as officers were dul y affixed and subscribed to the said instrument b y the authority and direction of said Corporation , and that the resolution of sa id Company , referred to in the preceding instrument , is now in forc e. IN TESTIMONY WHEREOF , I have hereunto se t my hand and affixed my official sea l at Columbus , Ohio , the day and year above writte n . (?:11'.'.~~) '~i~tf .:¥f..[j ... ,.,,,,,,~!~,,?.ru ,~~,,,,,, ... Penn y M . B ums, Notary P.u b li c M y Commissi on Ex pires A pri l 4, 2012 State of Ohio ) SS : I, the undersigned , Secretary of the Evergreen National Indemnity Company, a stock corporation of the State of Ohio , DO HEREB Y CERTIFY tha t the foregoing Power of Attorney remains in full force and has no t been revoked ; and furthermore that the Resolution of the Board of Directors, se t forth herein above , is now in force . S igned and sealed in Mayfield Hts , Ohio th is 4TH da y of Novembe r 2010 Wan C. Colli er, Se cre ta ry EVERGREEN NATIONAL INDEMNITY COMPANY MAYFIELD HEIGHTS , OH POWER OF ATTORNEY POWER NO. 853431 KNOW ALL MEN BY THESE PRESENTS : That the Evergreen National Indemnity Company , a ,corporation in the State of Ohio does hereby nominate , constitute and appo int: *** LAWRENCE RHODES*** its true and lawful Attorney(s )-ln-Fact to make , execute , attest , seal and deliver for and on its behal f, as Surety, and as its act and deed, where required, any and all bonds , undertakings, recognizances and written obl igations in the nature thereof. This Power o f Attorne y is granted and is signed by facsimile pursuan t to the following Resolution adopted by its Board of Directors on the 23rd day of July , 2004 : "RESOLVED , Tha t an y two officers of the Company have the authority to make , execute and deliver a Power of Attorney constituting as Attorney(s)-in-fact such persons , firms , or corporations as may be selected from time to time . FURTHER RESOLVED , that the signatures of such officers and the Seal of the Company may be affi xed to any such Power of Attorney or any .certificate relating thereto by facsimile; and any such Power of Attorne y or certificate bearing such facsimile signatures or facsimile sea l shall be valid and binding upon the Company; and any such powers so executed and certified by facsimile signatures and facsimile sea l shall be valid and binding upon the Company in the future with respect to any bond or underta ki ng to which it is attached." IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and these presents to be signed by its duly authorized officers this 1st da y o f June , 2009 . Notary Public) State of Ohio ) ss EVERGREEN NATIONAL INDEMNITY COMPANY CL~-M-~. By : ________ _ By Charles D. Hamm Jr , President ~-\ CJ--- David A . Canzone, C PO On this 1st da y of June , 2009, before th e subscriber , a Notary for the State of Ohio , dul y commissioned and qualified , personally came Charles D. Hamm, Jr. and David A Canzone of the Evergreen National Indemnity Company , to me personally known to be the individuals and officers described herein , and who executed the preceding instrument and acknowledged the execution of the sam e and being by me dul y sworn , deposed and said that the y are the officers of said Company aforesaid , and that the seal affixed to the preceding instrument is the Corporate Seal of sa id Company, and the said Corporate Sea l and signatures as officers were dul y affixed and subscribed to the said instrument by th e authority and direction of said Corporation , and that the resolution of said Company, referred to in the preceding instrument , is now in force. IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed my official seal at Columbus , Ohio , th e day and year above written . State of Ohio ) SS: PENNY M . BURN S NOTARY P U BLIC SlAH OF OHIO co mm . Explfes Aprll 04. 201 2 Penny M . Burn s, Notary P-ublic My Com mission Exp ire s April 4, 2012 I, the undersigned , Secretary of the Evergreen National Indemnity Company , a stock corporation of the State of Ohio , DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked ; and furthermore that the Resolution of the Board of Directors , set forth herein above , is now in force . Signed and sealed in Mayfield Hts, Ohio th is 4TH day of November 2010 Wan C. Co llie r, Sec retary Texas Department of Insurance Certificate No . 11142 Company No. 08-006062 Certificate of Authority THIS JS TO CERTfFY THAT EVERGREEN NATIONAL INDEMNITY COMPANY COLUMBUS, OHIO t1a, complied with lhc Jaws of the Stale of Texas applicable thereto and is hereby authorized to rransact the business of Fire; Allied Coverages; Inland Marine; Autornobile--Liabil:Lty & Physical Damage; Liability other than Automobile; Fidelity & surety; Burglary & Theft; Boiler & Machinery and Reinsurance on a l l l ines authorized to be written on a direct basis insurance within the stale of Texas . This Certificate of Authority shall be in full force and effect until it is revoked, canceled or suspended according to law . I '•, •' • '.' '·,.~·· •'•I IN TESTIMONY WHEREOF, witness my hand and seal of office at Austin, Texas. this 26th day of Apri 1 A.O . 1996 ELTON BOMER COMMISSJONER OF INSURANCE BYM;~\~ Kathy A. Wilcox Director Insurer Services Evergreen Natjonal Inde1nnity Co1npany Certificate 2009 The following financi al information was excerpted from the Statutory Annual Statement filed by Evergreen National lndemnity Company with the Ohio Department ofinsurance . Direct Written Premium Reinsurance Assumed Reinsurance Ceded Net Written Premium Change in Unearned Net Earned Premium Loses & LAE Incurred Net Commission Expense Other Expenses Underwriting Gain / (Loss) Investmen t Gain Other Income/ (Expense) Income Befo re FJT Federal 1ncome Tax Net Income Assets Invested Assets Agent's Balances (net of Reins.) Reinsurance Recoverable Other Assets Totnl Assets Liabilities & Surplus Unearned Premium Reserve Loss & LAE Reserves Other Liabilities Total Liabilities Surplus STATEMENT OF INCOME BALANCE SHEET $32,720,809 3,171,452 (25,499,903) 10,392 ,35 8 201,148 10 ,593,506 195,964 4,433,569 3,320,91 I 2,643,062 531,366 I95 ,256 3,369 ,684 1,360 ,133 2,009,551 45,541,976 2,134,978 302,414 903,377 48,882,745 4,412 ,137 3,759,499 7,81 7,2 I 6 15,988,852 32,893,893 l hereby certify tha t the above information is that contained in the Statutory Annual Statement filed by Evergreen National Indemnit y Company with the Ohio Department of Insurance for the year ending Decembe r 3 1, 2009 . Section 2.7 Certificates of Insurance G)veouA ENVIRONMENTAL SERVICES A Summary of Property, Liability, and Casualty Insurance Protection for Veolia and its Subsidiaries 2010 -2011 Policy Period We know that a company 's philosophy relating to managing unforeseen risks potentially possible in an operation such as the environmental industry can be quite indicative of the caliber and capabilities of the firm that manages them. That is certainly the case with Veolia Environmental Services. Veolia remains diligent in understanding the risks inherent to our line of work and we properly address them in the form of risk management, insurance training, and education of our internal staffs, partnering with experienced brokers in the environmental insurance arena , and selecting insurers who are both financially sound and offer comprehensive protection programs . Workers Compensation/Employers Liability The WC/EL policy provides coverage tha t conforms to the statutory requirements for each state in which employees of Veolia Environmenta l Services perform operations. The policy is further endorsed t o prov ide coverage for the United States Longshoremen and Harborworkers Act and fo r Maritime Employers Liabi li t y including Transportation , Wages , and Cu r e . Commercial Motor Vehicle liability Providing limits of a $5 ,000,000 combined single limit, this policy protects Veolia Environmenta l Services for claims from third party for bodily injury and property damage arising out the use of any owned , non-owned , or hired motor vehicle . Where hazardous waste r equirements are present, the policy has been endorsed to address such areas with the MCS 90 endorsement mandated by the Motor Carrier Act of 1980 and protects us from pollution liability resulting from the use of motor vehicles . Commercial General Liability (CGL) The CGL policy provides occurrence-based coverage fo r bodily injury, property damage and personal injury of third parties arising from the negligence of Veolia Environmental Services facilities , premises, operations, and products . A primary limit of liability of $5,000,000 per occurrence/$5 ,000,000 aggregate is provided, and can be further supplemented by Excess/Umbrella coverage. Pollution Legal Liability Pollution Legal Liability (PLL ) insurance is an essential asset management tool for businesses that have environmenta l exposures. Whether hazardous or not, sudden or gradua l, practically an y substance can cause pollution , given the right circumstances . It includes coverage for third party claims of off-site bodily injury and property damage including legal defense costs and the cost of cleaning up the off-site contamination. A limit of liability of $50,000,000 per occurrence and in aggregate is provided and includes coverage for such exposures to on-site third party bodily injury, and pollution related transportation risk exposures at Veolia 's fixed facilities. Contractors Operations & Professional Services (COPS) The COPS program meets the needs of the "hands-on" operations and professional services contracting arm of Veolia. It insures against pollution claims that may arise from working at others'. sites or claims that may arise out of acts, errors or omissions in rendering professional services. Limits of coverage are $25,000,000 each occurrence/total all claims. Umbrella Liability (Excess Liability) This policy substantially extends the limits of the primary General Liability, Motor Vehicle Liability, and Employers Liability to $50,000,000 per occurence/$50,000,000 aggregate. This coverage also supplements the Pollution Legal Liability for claims that are sudden and accidental and are discovered and reported within policy parameters. Coverage is designed for environmental risks and specific limits of insurance coverage will be addressed on an as needed basis or may be noted on a certificate of insurance. Property Our property program provides Veolia with over $380,000,000 of all risk property coverage. The program contains boile r and machinery, business interruption, and earthquake/flood coverages. Veolia continues to dedicate significant resources to the proper implementation and administration of its high quality insurance program. Where applicable and within the parameters of the insurance contracts, coverage can be extended to Veolia Environmental Services customers as may be required by various contracts. Veolia has established a record of providing exemplary insurance coverage and risk management practices, which offer the comfort of stable and long-term relationships with its clients, customers and vendors. ***** -... ... ····---·-·-- . ADDITIONAL INFORMATION HOU-00119337 1-0B DATE (MM/DDNY) 07/07/2010 PRODUCER Marsh USA Inc. 1000 Main Stree t, Suite 3000 Houston, TX 77002 Attn : Houston.Certs@marsh.com; 212-948-0509 010056-Veoli-COP/-10/1 1 LOMB INSURED VEOLIA ES TECHNICAL SOLUTIONS, L LC 700 E BUTTERFIELD ROAD SUITE201 LOMBARD , IL 60148 TEXT WORKER'S COMPENSATION : CARRIER: INSURANCE CO. OF THE STATE OF PA LIMITS : EL EACH ACCIDENT: $1,000,000 ILLINOIS NATIONAL INSURANCE CO. LIMITS : E L EACH ACC IDENT: $1,000,000 CERTI F ICATE HOLDER VEOLIA ES TECHNICAL SOLUTIONS, LLC 700 EAST BUTTERFIELD ROAD , SUITE 201 LOMBARD , IL 60148 No INSURERS AFFORDING COVERAGE NAIC# INSURER F: N/A INSURER G: NIA INSURER H: N/A INSURER I: POLICY NUMBER: WC 4883563 (OR) EL DISEASE-POLICY LIMIT: $1,000,000 WC488356 1 (TX) EL DISEASE-POLICY LIMIT: $1 ,000,000 AUTHORIZED REPRESENTATIVE or Marsh USA Inc. Barry N. Sm ith Page :a POLICY TERM : 7/1/10 -7/1/11 NIA NIA NIA EL DISEASE-EACH EMPLOYEE: $1,000,000. 7/1/1 D -7/1/11 EL DISEASE-EACH EMPLOYEE: $1 ,000,000. ~ Section 2.8 Legal Compliance History City of Fort Worth Invitation to Bid Certification of Provider'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 provider's , provider's officers , provider's employees , and provider '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 . PROVIDER : ----,--------------------------(Company Name ) BY : --------------(signature) (type name of signatory) (title ) (date ) Certification of NO Legal Action I certify under penalty of law that the lega l and compliance history of provider, provide r's officers , provider's employees , and provide r'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 hereby certify that no legal action relating to the protection of the environment was brough t against provider , provider's officers , provider's employees , or provider'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 . PROVIDER: Veolia ES Technical Solutions , LLC (Company Name) General Manager -Sales & Service (title) DEM 10-11: HAZ October 6, 2010 Skyler Kerby (type name of signatory) 11/2/10 (date) 2-31 •