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
•