Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20172063.tiff
&tact lb 4 iLio Memorandum TO: Julie A. Cozad, Chair Board of County Commissioners FROM: Mark E. Wallace, MD, MPH Executive Director Department of Public Health & Environment DATE: September 21, 2017 SUBJECT: Agreement for Household Hazardous Waste Pickup and Disposal Services with Clean Harbors Environmental Services, Inc. — BID B1700114 Enclosed is the agreement for household hazardous waste pickup and disposal services with Clean Harbors Environmental Services, Inc. - BID #B1700114 for the Board's approval and signature. 6yvaml-Cigaute,, io-a-ate» /0- O az — /7 4.t &/,e'/c/c) 0?o/7-aD&3 HLOOy9 AGREEMENT FOR HOUSEHOLD HAZARDOUS WASTE PICKUP AND DISPOSAL SERVICES - BID B1700114 THIS AGREEMENT is made and entered into this 31St day of August, 2017, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1 150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Clean Harbors Environmental Services, Inc., a corporation, whose address is 42 Longwater Drive, Norwell, Massachusetts 02061, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid No. B1700114-. The RFB contains all the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Bid. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. oZo/7-oZ2( Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement for cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount described in Exhibit A. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit A. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. Payment shall be made to Contract Professional within thirty (45) days of presentation of a proper claim as set forth above. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County). 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contract Professional is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contract Professional must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible forthe paymentofanydeductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Neither party shall be liable to the other for indirect, incidental, consequential, or special damages, including but not limited to loss of use and lost profits. Notwithstanding anything to the contrary herein, neither party's indemnification obligation shall not apply to the extent any loss nor is damage caused by the negligence or willful misconduct of an indemnified party. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate: $1,000,000 personal advertising injury Pollution Liability: This coverage is required whenever work under the contract involves pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the Contractor described in the Contractor's scope of services. The policy shall cover the Contractor's completed operations. The coverage must include sudden and gradual pollution conditions including clean-up costs when mandated by governmental authority, when required by law, or as a result of a third party claim. Limits required are $10,000,000 Per Loss and $10,000,000 Aggregate. If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non- owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Limits: Per Loss Aggregate $ I ,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors' suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request bythe County. 14. Risk. Title, risk of loss and all other incidents of ownership to the waste materials shall be transferred from Weld County to Clean Harbors at the time Clean Harbors takes possession of and removes waste materials from the place of transfer, or at the time Clean Harbors accepts delivery of the waste materials at its TSD facility, whichever is applicable. Waste materials which are discovered to be non -conforming may be rejected by Clean Harbors. Title, risk of loss and all other incidents of ownership to non -conforming wastes shall remain at all times with Weld County. Waste materials shall be considered non -conforming for purposes of this Agreement if: (1) the waste materials are not properly packaged or labeled; or (2) the waste materials contain constituents or have characteristics or properties not disclosed on the applicable waste profile, and such constituents, characteristics or properties increase the cost to Clean Harbors or increase the risk of hazard to human health or the environment from the handling, transportation, storage or disposal of such materials; or (3) the designated disposal facility is not designed or permitted to dispose of waste materials with such undisclosed constituents, characteristics or properties. Waste materials discovered by Clean Harbors to be non -conforming, if in Clean Harbors possession, shall be prepared for lawful transportation by Clean Harbors and returned to Customer within a reasonable time after rejection by Clean Harbors, unless the parties agree to an alternative and lawful manner to dispose of the waste materials. Weld County shall pay Clean Harbors at agreed rates for the handling, loading, preparing, transporting, storing and caring for and, if applicable, disposing of such non -conforming waste materials. In the event subsurface or latent conditions at the work site materially differ from those indicated in the contract documents or if the latent or subsurface physical conditions are of an unusual nature not ordinarily found to exist in environmental service activities identified in the contract documents, Clean Harbors shall be entitled to an equitable adjustment of the contract price and time. 15. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Clean Harbors Environmental Services, Inc. 42 Longwater Drive Norwell, MA 02061 ATTN: General Counsel (Urgent Contract Matter County: Tanya Geiser Director, Public Health Administrative Services 1555 N. 17th Avenue, Greeley, CO 80631 tgeiser@weldgov.com 970-304-6412 19. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 24. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 25. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-l0-101 et seq., as applicable now or hereafter amended. 26. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 27. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 28. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 29. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-IO2(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8- 17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 30. Attorney Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. I Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this ZiZOlbe , 2017. CONTRACT PROFESSIONAL: Clean Harbors Environmental Services, Inc. By: Name: (1 . c I 2d Title: i{c Soma.- eVem xf 7/24-4961-1 Date iy th q —/Li —1'7 day of WELD COW., �:L _ C;ii ATTEST: G�4�1 Weld C ty Clerk to the Bo BY: Deputy Clerk to ' e B BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO a Cozad, Chair OCT 0 2017 020 7-oZt7 Scanned by CamScanner REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JUNE 19, 2017 BID NUMBER: #B1700114 DESCRIPTION: HOUSEHOLD HAZARDOUS WASTE PICKUP & DISPOSAL SERVICES DEPARTMENT: DEPARTMENT OF PUBLIC HEALTH & ENVIRONMENT BID OPENING DATE: JULY 7, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through the Controller of Weld County, wishes to purchase the following: Household Hazardous Waste Pickup and Disposal Services for the Weld County Household Hazardous Waste Program (Department of Public Health & Environment). Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: 3:00pm on Friday, July 7, 2017 (Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldoov.com/departments/purchasinq located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room 107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller of Weld County, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller of Weld County for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller of Weld County; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program BID REQUEST #61700114 Page 2 procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the BID REQUEST #61700114 Page 3 successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. BID REQUEST #B1700114 Page 4 N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit, with their bids, the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or BID REQUEST #B1700114 Page 5 beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller of Weld County by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that BID REQUEST #61700114 Page 6 the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 personal and advertising injury Products and Completed Operations to be maintained for one year after final payment. Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). BID REQUEST #61700114 Page 7 Pollution Liability: This coverage is required whenever work under the contract involves pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the Contractor described in the Contractor's scope of services. The policy shall cover the Contractor's completed operations. The coverage must include sudden and gradual pollution conditions including clean-up costs when mandated by governmental authority, when required by law, or as a result of a third party claim. Minimum limits required are $10,000,000 Per Loss and $10,000,000 Aggregate. If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B1700114 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: I. INTENT The Weld County Department of Public Health & Environment is seeking one or more qualified vendors for the transportation, treatment, and/or recycle/disposal of Household Hazardous Waste (HHW) and Conditionally Exempt Small Quantity Generator (CESQG) commingled wastes, and non -hazardous landfill -banned wastes, collected at the Weld County Household Hazardous Waste Facilities. II. SPECIFIC INFORMATION AND CONDITIONS Weld County operates two (2) permanent household hazardous waste (HHW) collection facilities to facilitate and encourage the proper management of household and eligible commercial hazardous wastes. The "Greeley" facility is located at 1311 North 17th Avenue, Greeley, Colorado, and the "Dacono" facility is located at 5500 Highway 52, Dacono, Colorado. The program serves the residents of Weld County and Weld County businesses that are classified by the State of Colorado as "conditionally -exempt small quantity generators" (CESQGs) of hazardous wastes. The estimated population of the HHW program service area is 295,000 with approximately 94,000 households. The HHW facilities are staffed and managed by county employees and operate three days a week (between both facilities) or approximately 160 hours per month, on a year-round basis. In addition, the program participates in one (two-day) clean up event each spring. CESQG wastes are currently accepted on Wednesdays, at the Greeley facility, by appointment only. The facility accepts most types of household and CESQG hazardous waste which includes, but is not limited to: paint, motor oil, antifreeze and other automotive products, pesticides and garden products, hobby and pet products, pool and spa chemicals, household cleaners, fluorescent bulbs, ballasts, flammable liquids, etc. Wastes not accepted include, but are not limited to: radioactive materials including smoke detectors, explosive or shock sensitive materials, medical or biohazard waste, friable asbestos, and electronic wastes. In 2016, the program served over 5,188 households and collected 413,176 lbs. of hazardous waste. In addition, in 2016, the Weld County HHW program served nearly 57 businesses and collected over 17,170 lbs. of hazardous waste. Waste quantities listed in Appendix B are the wastes shipped for the HHW program and CESQG businesses in 2016. While these numbers are indicative of the services proposers are asked to provide, this information should not be construed as a minimum or maximum guarantee of service levels. Weld County estimates that the average amount of material to be offered for transportation, disposal and recycle will be between 35,000 to 42,000 pounds every three to four months. The following are expected to be recycled locally: Motor oil, oily water, antifreeze, lead -acid batteries, and latex paint (through Colorado's PaintCare program). Weld County will: A. Perform all packaging of materials, including bulking of flammable/combustible liquids. B. Ensure proper labeling of containers according to DOT regulations. C. Provide the Contractor a detailed inventory of items to be shipped, at least one week prior to pick up. D. Assist with the loading of materials to be shipped. E. Ensure that all materials are packaged in accordance with the agreed -upon profiling system. G. Assign a designated contact for all communications regarding any work performed under this contract. H. Periodically review performance with the vendor(s) and may check with the EPA, using the vendor's EPA identification number, for information about current status and records history relating to regulatory standards and requirements. I. Inspect as needed, with reasonable notice, any facility used for management of wastes collected. BID REQUEST #B1700114 Page 9 The Contractor(s) will: A. Perform regular pickups of hazardous waste as needed (typically once per quarter) from the County's two HHW facilities, located at 1555 North 17th Avenue, Greeley, CO 80631, and 5500 HWY 52, Dacono, CO 80514. Collection of waste from both facilities is to occur on the same day, and it is expected that driver/truck will be onsite no later than 9am. B. Establish waste profiles for those waste streams that require one, collect samples to establish waste profiles if necessary, and assist with waste packaging, and the identification of unknown wastes. C. Assure, whenever possible, that hazardous materials are managed in accordance with the County's preferred waste management methods, with number one (1) being the most preferred method: 1. Recycling and Reuse 2. Energy Recovery 3. Conversion to Non- or Less -Hazardous Compounds 4. Complete Destruction/Incineration 5. Secure Landfill D. Advise County staff on correct waste packaging to ensure that all waste is packaged according to applicable Department of Transportation requirements, including a list of specific waste streams that require container contents inventory sheets or special lab -packing requirements. E. Assist in developing and/or revising the waste acceptance criteria and segregation, storage, packaging, and record keeping procedures, which are compatible with Contractor requirements. F. Assist in developing acceptable procedures for identifying and handling unknown materials. The Weld County Department of Public Health & Environment has limited capability to categorize all unknowns received. G. Provide the necessary equipment and supplies for packaging, handling, labeling, and transporting household hazardous waste. This does not include carts and in-house personal protection equipment. This does include the provision of the necessary lifting devices (such as a lift gate) to load wastes onto transport trucks, as well as barrels, boxes, liners, pallets, labels, and fill material. H Prepare and provide in advance, the appropriate shipping papers, manifests, labels and/or any other documentation necessary for the proper transporting, and disposing and/or recycling of materials, and check labeling of all waste containers, performed by County staff, prior to each shipment. I. Return the original signed and dated manifest to Weld County within thirty (30) days after delivery of materials to a disposal and/or recycle facility. J. Provide a Certificate of Disposal/Recycle (COD/R) to Weld County within six (6) months after the delivery of materials for disposal, treatment, recycle, or landfill. If a certificate of disposal and/or recycle is not received within six (6) months, the Contractor will provide a written explanation of the delay. Weld County reserves the right to terminate the contract if the written explanation is deemed unacceptable or no written explanation was provided. a. Certain items in the non -regulated material streams, or not requiring a COD/R, shall have a signed Manifest of Receipt returned to Weld County within thirty (30) days after delivery of materials to a disposal and/or recycle facility. K. Assume possession of the material/waste the moment it leaves the Weld County HHW facilities. L. Manage all materials received in accordance with all applicable local, state, and federal regulations for the transportation, storage, and disposal/recycle of said materials. BID REQUEST #61700114 Page 10 M. Provide documentation as part of this RFB to prove that all facilities to be used for waste disposal, treatment, or recycling are in compliance with all applicable state and federal regulations. N. Be responsible for transporting all materials received from the Weld County HHW facilities. The Contractor will ensure that any transporter has all required permits and licenses in accordance with local, state, and federal regulations for the transportation of materials received from the Weld County HHW facilities. The Contractor will provide locations, addresses, and EPA and DOT identification numbers for each and every transporter utilized within this contract to the County's designated contact. The Contractor will also ensure that any transporter utilized meets all insurance requirements pursuant to the requirements stated in this proposal. O. Be solely responsible for maintaining all records required by local, state and federal laws for materials received and in their possession from the Weld County HHW facilities. The Contractor will provide this information to Weld County upon request. P. Disclose/designate a primary facility for disposal and/or recycle of materials received from the Weld County HHW facilities. If the primary designated facility cannot accept a shipment of materials, then an alternate facility that has been pre -approved by the both Contractor and Weld County will be used. Q. Shall maintain an approved contingency plan defining the procedures the Contractor will use to identify and correct any problem that it may encounter during the performance of the duties under the contract. The plan must include remedial action provisions, spill prevention and control, and emergency responses for hazardous waste transportation activities. R. Shall maintain current information and submit updates regularly to Weld County on any subcontractor(s) it is using, including, but not limited to, the subcontractor(s) role, and history of environmental compliance. EVALUATION CRITERIA Proposals will be evaluated on the following criteria: A. Price B. Proposed services C. Quality and clarity of proposal D. Understanding of service requested E. Experience providing similar services F. Facilities references CONTRACT DATE The duration of the contract will be for one year with the option of two (2) one year renewals. Contractor may request an annual price increase at a rate not to exceed the effective percentage change in the consumer price index (CPI) or product price index, whichever is most appropriate for the specific contract for the previous twelve (12) months. The effective change rate shall be based on the local index. The request for an increase must be submitted to the controller/contract administrator no later than May 31 of each year and will be effective with the next contract period. If agreement cannot be reached, the contract will be terminated at the end of the current contract period. The County will accept price reductions at any time during the contract period. SUBMITTAL CHECKLIST Proposers should follow the Submittal Checklist to complete their proposal. A narrative addressing all sections of the Submittal Checklist, following that naming and numbering format, plus Appendix A (in spreadsheet format) comprise the bulk of the submittal. All documentation and elements listed in the Submittal Checklist are required. Proposers are encouraged to include any innovative, cost -saving ideas. BID REQUEST #61700114 Page 11 SUBMITTAL CHECKLIST Use this page as a checklist to be sure all information is included. A. Fully Signed Signature Page (page 19) IN B. Experience (Proposal Narrative, Section 1) 1) Number of years in hazardous or non -hazardous waste management ■ 2) Details of experience serving HHW and/or CESQG programs ■ 3) Complete list of HHW and/or CESQG related clients ■ 4) Four references - for each reference please provide the following: a. Service • b. Client E c. Organization M d. Contact • e. Phone • f. E -Mail address II C. Facility Details (Proposal Narrative, Section 2) Provide the following information for all facilities to be used to provide the services requested in this RFP, please provide the following, with items C.1 though C.6 provided in a list together for each facility: 1) Name • 2) Full Address Owner Operator • 3) EPA ID # MI 4) Permit details M 5) Compliance history for the last 5 years listing the date of all inspections, agency involved, enforcement actions, alleged violations, disposition, penalties, and II 6) Compliance - current status • D. Facility Audits (Proposal Narrative, Section 3) Confirm that the County is able to audit, with reasonable notice, all facilities proposed to be used, or used, by the contractor. • E. Staff Qualifications (Proposal Narrative, Section 4) 1) Describe your staff training program 2) Education and qualifications of staff who will perform the work ■ 3) Experience and ability managing HHW waste at collection events ■ 4) Ability to provide waste characterization profiles ■ 5) Ability to meet DOT packaging and shipping requirements ■ 6) Ability to provide technical assistance • F. Financial Data (Proposal Narrative, Section 5) 1) Provide an audited financial statement for your company (within the last five years) ■ G. Bidder Specific Advantages (Proposal Narrative, Section 6) For example: please offer any innovative suggestions or best -possible price scenarios. ■ BID REQUEST #B1700114 Page 12 ATTACHMENTS Attachment A — Hazardous Waste Pricing The contractor will use Appendix A to provide prices per container, or per pound (if container price is not available), or per box. Pricing shall be inclusive of all costs associated with disposal and/or recycling of the materials listed on the schedule, including transportation, supplies, and any incidental costs. If an alternative packing method, disposal method, etc. is offered for a particular waste stream, then the proposer should add rows to the spreadsheet to describe these additional management options. Attachment B — Wastes Shipped in 2016 from Weld County HHW Facilities While these numbers are indicative of the services proposers are asked to provide, this information should not be construed as a minimum or maximum guarantee of service levels. Weld County estimates that the average amount of material to be offered for transportation, disposal and recycle will be between 100,000 to 140,000 pounds every three to four months. BID REQUEST #B1700114 Page 13 ATTACHMENT A — Pricing Schedule This form must be complete: Filled in per your offered services (mark `n/a' for services not offered). Pricing shall be inclusive of all costs associated with the disposal and/or recycling of the materials listed on the schedule, including transportation, supplies, and incidental costs. Company Name: Materials Stream Description Aerosol Cans Ballasts Non -PCB or Electronic Ballasts PCB Batteries Alkaline Batteries Lithium Batteries Rechargeable (NiCd, NiMH, Li -Ion) Please indicate if disposal price differs between the three. Management Methods Recycle Incineration Alternative Incineration Alternative Incineration Recycle Incineration Recycle Incineration Recycle Alternative Packaging According to 49 CFR 171.8 173.12(b) Lab pack Lab pack Non -bulk Non -bulk Non -bulk Non -bulk Lab pack Lab pack Lab pack Lab pack Non -bulk Non -bulk Price (Transportation & Disposal of 30 gal. Drums) Price (Transportation & Disposal of 55 gal. Drums) Price (Transportation & Disposal of Cubic Yard Boxes) Compressed Gases - Small Propane Cylinders Recycle Incineration Non -bulk Non -bulk Compressed Gases - Refrigerants (per cylinder price) Treatment Incineration Compressed Gases - Foam Insulation Cylinders (per cylinder price) Treatment Incineration BID REQUEST #B1700114 Page 14 Materials Stream Description Management Methods Packaging According to 49 CFR 171.8 173.12(b) Price (Transportation & Disposal of 30 gal. Drums) Price (Transportation & Disposal of 55 gal. Drums) Price (Transportation & Disposal of Cubic Yard Boxes) Corrosive Alkali Solids Recycle Incineration Non -bulk Non -bulk $ $ $ $ $ $ Corrosive Alkali Liquids Recycle Incineration Non -bulk Non -bulk $ $ $ $ $ $ Corrosive Acidic Liquids Recycle Incineration Non -bulk Non -bulk $ $ $ $ $ $ Corrosive Acidic Solids Recycle Incineration Non -bulk Non -bulk $ $ $ $ $ $ Flammable Liquids Treatment Incineration Lab pack Lab pack $ $ $ $ $ $ Flammable Liquids Treatment Incineration Bulk Bulk $ $ $ $ $ $ Fluorescent Tubes (provide price per linear foot and/or by weight) Recycle Alternative Loose Pack Loose Pack $ $ $ $ $ $ Mercury Containing Bulbs (lamp shards) Recycle Alternative Bulk Bulk $ $ $ $ $ $ Mercury Containing Bulbs (HID and Sodium) Recycle Alternative Lab Pack Lab Pack $ $ $ $ $ $ Mercury Containing Bulbs (Miscellaneous) Recycle Alternative Lab Pack Lab Pack $ $ $ $ $ $ Oxidizers Liquids Treatment Incineration Lab pack Lab pack $ $ $ $ $ $ Oxidizers Solid Treatment Incineration Lab pack Lab pack $ $ $ $ $ $ BID REQUEST #61700114 Page 15 Stream Description Management Methods According ckaging PMaterials to 49 CFR 171.8 173.12(b) Price (Transportation & Disposal of 30 gal. Drums) Price (Transportation & Disposal of 55 gal. Drums) Price (Transportation & Disposal of Cubic Yard Boxes) Paint Related Materials (Cubic Yard Boxes) Recycling Incineration Non -bulk Non -bulk $ $ $ $ $ $ Pesticides\Poisons Liquids Alternative Incineration Lab pack Lab pack $ $ $ $ $ $ Pesticides\Poisons Solids Alternative Incineration Non -bulk Non -bulk $ $ $ $ $ $ Materials Stream Description Management Methods Packaging (according to Packing Group I Standards) Price (Transportation & Disposal of 2 gal. Drums) Price (Transportation & Disposal of 5 gal. Drums) Price (Transportation & Disposal of 30 gal. Drums) Cyanides Liquids Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack $ $ $ $ $ $ $ $ $ Cyanides Solids Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack $ $ $ $ $ $ $ $ $ Flammable Solids Recycle Incineration Lab Pack Lab Pack $ $ $ $ $ $ Organic Peroxide Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack $ $ $ $ $ $ $ $ $ Organic Acids Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack $ $ $ $ $ $ $ $ $ Mercury & Mercury Compounds Recycle Treatment Lab Pack Lab Pack $ $ $ $ $ $ BID REQUEST #B1700114 Page 16 Materials Stream Description Management Methods Packaging (according to Packing Group I Standards) Price (Transportation & Disposal of 2 gal. Drums) Price (Transportation & Disposal of 5 gal. Drums) Price (Transportation & Disposal of 30 gal. Drums) Mercury Contained in Manufactured Articles Recycle Treatment Incineration Lab Pack Lab Pack Lab Pack $ $ $ $ $ $ $ $ $ Mercury Containing Pesticides Liquids Alternative Treatment Incineration Lab pack $ $ $ $ $ $ $ $ $ Metal Compounds (Arsenic, Lead, Silver, Cadmium, etc.) Treatment Landfill Alternative Lab pack $ $ $ $ $ $ $ $ $ Materials Stream Description p Packaging Management Methods Price (Transportation & Disposal of 30 gal. Drums) Price (Transportation & Disposal of 55 gal. Drums) Recycling Bulk $ $ Corrosive Alkali Liquids Incineration Bulk $ $ Treatment Bulk $ $ Recycling Bulk $ $ Corrosive Acid Liquids Incineration Bulk $ $ Treatment Bulk $ $ BID REQUEST #B1700114 Page 17 ATTACHMENT B — Wastes Shipped in 2016 from both Weld County HHW Facilities Nlat!ertal ► # of Containers C tr#aiiner Size%S Acids, Liquid 4 55 -gallon drum, plastic Acids, Solid 55 -gallon drum, plastic Acids, Bulk 55 -gallon drum, plastic Aerosols 16 Cubic meter Box Bases, Liquid 4 55 -gallon drum, plastic Bases, Solid 55 -gallon drum, plastic Bases, Bulk 1 55 -gallon drum, metal Batteries (alkaline/dry cell) 7 55 -gallon drum, metal Batteries (Ni-Cad) 55 -gallon drum, metal Batteries (lithium) 55 -gallon drum, metal Batteries (Nickel-MH) 55 -gallon drum, metal Compressed Gases -small 5 55 -gallon drum, metal Compressed Gases- Refrigerant 201bs each, on pallet Compressed Gases -large (BBQ propane tanks) 201bs each, on pallet Cyanide 5 -gallon, plastic Flammables, Bulk (liquid) 53 55 -gallon drum, metal Flammables, Liquid 17 55 -gallon drum, metal Flammables, Paint Related Material 34 Cubic Meter Box Flammables, Solids Cubic Meter Box Grease, Solid 30 -gallon drum, metal Light Bulbs- Linear Foot 2 boxes (217 ft.) Linear Feet Light Bulbs, crushed lamp shards 6 55 -gallon drum, metal Light Bulbs (CFL, Sodium, Hg) 6 (112 lbs.) each, packed in boxes Mercury, Mercury Compounds 5 -gallon, plastic Oxidizers, Liquid 1 55 -gallon drum, plastic Oxidizers, Solid 55 -gallon drum, plastic Peroxide Formers 55 -gallon drum, metal PCB Ballasts 55 -gallon drum, metal Poison, Dry (Solid) 6 Cubic Meter Box Poison, Dry (Solid) 3 55 -gallon drum, metal Poison, Liquid 70 55 -gallon drum, metal Poison, Liquid (Bulk) 55 -gallon drum, metal Water Reactive 5 -gallon, plastic Other, i.e. Shock Sensitive 5 -gallon, plastic BID REQUEST #B1700114 Page 18 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications, and special provisions set forth in the request for proposal for Request No. #B1700114. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 11. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services BID REQUEST #B1700114 Page 19 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications, and special provisions set forth in the request for proposal for Request No. #B1700114. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Clean Harbors Environmental Services, Inc. BUSINESS ADDRESS 42 Longwater Drive CITY, STATE, ZIP CODE Norwell, MA 02061 TELEPHONE NO 303.709.0720 FAX PRINTED NAME AID TITLE GGgb turtis, Executive Vice President SIGNATURE TAX ID # 04-2698999 E-MAIL holdaas.suzannecieanharbors.com (Suzanne Holdaas, Account Manger for Weld County) DATE 6/30/2017 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 11, ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Director of General Services BID REQUEST #61700114 Page 19 ATTACHMENT A — Pricing Schedule This form must be complete: Filled in per your offered services (mark `n/a' for services not offered). Pricing shall be inclusive of all costs associated with the disposal and/or recycling of the materials listed on the schedule, including transportation, supplies, and incidental costs. Company Name: Clean Harbors Environmental Services, Inc. Materials Stream Description Management Methods Packaging According to 49 CFR 111 8 173.'2(b) Price (T(ansportation & Disposal of 30 gal. Drums) Price (Transportation & Disposal or 55 gar Drums) Price (Transportation & Dispose. of Cubic Yard Boxes) Aerosol Cans Recycle Incineration Lab pack Lab pack LCCRQ $ N/A $ N/A $ N/A $ $82.50 $ 165.00 $ 409.00 Ballasts Non -PCB or Electronic Alternative Incineration Non -bulk D8OL Non -bulk D801 $ $0.50/Ib $$0.50/Ib $0.50/lb $ $0.75/Ib $0.75/Ib $ 0.75/Ib Ballasts PCB Alternative Incineration Non -bulk CHBL Non -bulk CHBI $ 90.00 $180.00 $ 630.00 $ 310.00 $ 620.00 $ N/A Batteries Alkaline Recycle Incineration Lab pack LBD1 Lab pack $ 0.45/lb $ 0.45/lb $(1,45/1b $ N/A $ $ Batteries Lithium Recycle Incineration Lab pack LBBGB Lab pack $ $125.00 per trig green box $ $ N/A $ $ Batteries Rechargeable (NiCd, NiMH, Li -Ion) Please indicate if disposal price differs between the three. Recycle LBD2 and 3 Alternative Non -bulk Non -bulk Lithium Ion included above) $ 0.45/lb $ 0.45/Ib $0.45/Ib $ $ $ are $125.00 per big green box (may be Compressed Gases - Small Propane Cylinders Recycle Incineration Non -bulk LCY1 Non -bulk $ 12.00 per lecture size $ $ N/A $ $ Compressed Gases - Refrigerants (per cylinder price) Treatment Incineration LCY2 LCY6 $21.00 per lectt$re size $ $ 119.00 per leciture size $ Compressed Gases - Foam Insulation Cylinders (per cylinder price) Treatment Incineration LCY7 $270.00 per lecture size $ $ N/A $ $ BID REQUEST #81700114 Page 14 Materials Stream Description Management Methods Packaging According to 49 CFR 171.8 173 12(b) Price (Transportation & Disposal of 30 gal Drums) Price (Transportation & Disposal of 55 gal. Drums) Price (Transportation & Disposal of Cubic Yard Boxes) Corrosive Alkali Solids Recycle Incineration Non -bulk Non -bulk LCCR $ N/A $ $ $ 94.50 $189.00 $ N/A Corrosive Alkali Liquids Recycle Incineration Non -bulk $ N/A $ $ $ 94.50 $189.00 $ N/A Corrosive Acidic Liquids Recycle Incineration Non -bulk Non -bulk LCCR $ N/A $ $ $94.50 $189.00 $ N/A Corrosive Acidic Solids Recycle Incineration Non -bulk Non -bulk LCCR $ N/A $ $ $ 94.50 $ 189.00 $ N/A Flammable Liquids Treatment Incineration Lab pack Lab pack LCCR $ N/A $ $ $ 94.50 $ 189.00 $ N/A Flammable Liquids Treatment Incineration Bulk Bulk $ N/A $ $ $ 37.00 $ 74.00 $ N/A Fluorescent Tubes (provide price per linear foot and/or by weight) Recycle Alternative Loose Pack CFL1 Loose Pack $ $0.60/lb $ $0.60/ib $$0.60/1b $ N/A $ $ MercuryContaining Bulbs (lamp shards) Recycle Alternative Bulk Bulk CCS $ 300.00 $600.00 $ N/A $ 117.00 $ 234.00 $ N/A Mercury Containing Bulbs (HID and Sodium) Recycle Alternative Lab Pack CFL4 Lao Pack $ $2.54/lb $2.54/lb $N/A $N/A $ $ Mercury Containing Bulbs (Miscellaneous) Recycle Alternative Lab Pack CFL2 Lab Pack $ 2.54/lb $ 2.54/lb $ N/A $ N/A $ $ Oxidizers Liquids Treatment Incineration Lab pack LAT ILa6 k $ 94.50 $ 189.00 $ N/A $ 94.5a $ 189.00 $ N/A Oxidizers Solid Treatment Incineration Lab pack LAT Ea� Rk $ 94.50 $ 189.00 $ N/A $ 94.50 $ 189.00 $ N/A BID REQUEST #B1700114 Page 15 Materials Stream Description Management Methods Packaging According to 49 CFR 171.8 173.12(b) Price (Transportation & Disposal of 30 gal. Drums) Price (Transportation & Disposal of 55 gal. Drums) Price (Transportation & Disposal of Cubic Yard Boxes) Paint Related Materials (Cubic Yard Boxes) Recycling Incineration Non -bulk Non -bulk LPTN $ N/A $ $ $ 60,00 $ 120.00 $409.00 Pesticides\Poisons Liquids Alternative Incineration Lab pack Lab pack LCCR $ N/A $ $ $ 94.50 $189.00 $ N/A Pesticides\Poisons Solids Alternative Incineration Non -bulk Non -bulk LCCR $ N/A $ $ $ 94.50 $189,00 $N/A Materials Stream Description Management Methods Packaging (according to Packing Group I Standards) Price (Transportation & Disposal of 2 gal. Drums) Price (Transportation & Disposal of 5 gal. Drums) Price (Transportation & Disposal of 30 gal. Drums) Cyanides Liquids Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack LRCT $ N/A $ $ $ N/A $ $ $ 75.00 $ 75.00 $ N/A Cyanides Solids Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack LRCT $ N/A $ $ $ N/A $ $ $ 75.00 $ 75.00 $ N/A Flammable Solids Recycle Incineration Lab Pack Lab Pack LCCR $ N/A $ $ $ 50.00 $ 50.00 $ 94.50 Organic Peroxide Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack LRCT $ N/A $ $ $ N/A $ $ $ 75 0(l $ 75 00 $ N/A Organic Acids Alternative Treatment Incineration Lab Pack Lab Pack Lab Pack LCCR. $ N/A $ $ $ N/A $ $ $ 50.00 $50.00 $ 94.50 Mercury & Mercury Compounds Recycle Treatment Lab Pack LCHG2 Lab Pack $ 259.00 $259.00 $ N/A $ N/A $ $ BID REQUEST #B1700114 Page 16 Materials Stream Description Management Methods Packaging (according to Packing Group I Standards) Price (Transportation & Disposal of 2 gal. Drums) Price (Transportation & Disposal of 5 gal. Drums) Price (Transportation & Disposal of 30 gal. Drums) Mercury Contained in Manufactured Articles Recycle LCHG2 Treatment Incineration Lab Pack Lab Pack Lab Pack $ 259.00 $ 259.00 $ N/A $ N/A $ $ $ N/A $ $ Mercury Containing Pesticides Liquids Alternative Treatment Incineration LCCR Lab pack $�A $ $ $ N/A $ 50.00 $ $ $ 50.00 $94.50 Metal Compounds (Arsenic. Lead, Silver, Cadmium, etc.) Treatment Landfill LCCS Alternative LCCR Lab pack $ N/A $ $ $ 5n 00 5.50 00 $q4 50 $ 50.00 $ 50.00 $94.50 Materials Stream Description Packaging Management Methods Price (Transportation & Disposal of 30 gal. Drums) Price (Transportation & Disposal of 55 gal. Drums) Recycling Bulk $ N/A $ Corrosive Alkali Liquids Incineration CCRC Bulk $ 204.50 $ 409.00 Treatment B22B Bulk $94.50 $189.00 Recycling Bulk $ N/A $ Corrosive Acid Liquids Incineration CCRC Bulk $ 204.50 $ 409.00 Treatment Bulk $ 94.50 $189.00 B22B BID REQUEST #B1700114 Page 17 IeanHarbor ENVIRONMENTAL SERVICES* August 28, 2017 Weld County Purchasing Department Weld County Administrative Building 1 150 O Street Room 107 Greeley, CO 80631 Reference: Request for Bids # B1700114— Household Hazardous Waste Pickup & Disposal Services — Propane Cylinder Pricing Clean Harbors is pleased to offer a price of $420.00 per 55 gallon drum of camping size propane cylinders in lieu of the per cylinder pricing originally submitted with out bid. We are confident that you will determine that Clean Harbors Environmental Services is the best qualified to continue to provide Weld County with the highest level of technology and service available in the industry, at highly competitive prices. You may contact me at phone (303) 709-0720, or by email at Holdaas.suzanne(a,cleanharbors.com to address any questions or assist you in coordinating services. Sincerely, Svizavi-ne 4-fal0as Suzanne Holdaas Technical Services Account Manager leanHarbors ENVIRONMENTAL SERVICES' July 6, 2017 Weld County Purchasing Department Weld County Administrative Building 1150 O Street Room 107 Greeley, CO 80631 Reference: Request for Bids # B1700114— Household Hazardous Waste Pickup & Disposal Services Enclosed is Clean Harbors Environmental Services ('`Clean Harbors") response to the above referenced Request for Bids. Clean Harbors Environmental Services is fully capable of continuing to provide service under this contract and is in fact your ideal HHW management partner. By choosing to remain with Clean Harbors as your service provider, Weld County will benefit by: • Maintaining access to 51 Clean Harbors permitted waste treatment facilities, the largest network of sites in North America. • Receiving service from our local Technical Services Center in Denver, CO. • Accessing the most complete suite of online tracking and reporting services available at no charge to all Clean Harbors customers. • Reducing its liability exposure by working with the most financially secure company in the industry, and limiting exposure to 3rd party liabilities in the final treatment of its wastes. • Gaining access to the most complete network of related services such as spill response, remediation services and on-line real-time waste tracking. We are confident that you will determine that Clean Harbors Environmental Services is the best qualified to continue to provide Weld County with the highest level of technology and service available in the industry, at highly competitive prices. You may contact me at phone (303) 709-0720, or by email at I loldaas.suranne%u%cleanharbors.com to address any questions or assist you in coordinating services. Sincerely, nn /I �u2aKu¢ 'toecLaaa Suzanne Holdaas Technical Services Account Manager Household Hazardous Waste Pickup & Disposal Services Bid Number B1700114 Weld County, Colorado INTAE SERVICES ENVIRONMENTAL SERVICES® Clean Harbors Environmental Services, Inc. 4721 Ironton Street Denver, CO 80239 303.709.0720 Weld County, Colorado Department of Public Health and Environment 1 150 O Street Greeley, CO 8063 1 970.400.4222 Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services TABLE OF CONTENTS A. FULLY EXECUTED SIGNATURE PAGE 2 B. EXPERIENCE 4 COMPANY OVERVIEW 4 COMPANY HISTORY 4 HOUSEHOLD HAZARDOUS WASTE QUALIFICATIONS 6 REFERENCES 8 C. FACILITY DETAILS 9 FACILITIES 9 CLEAN HARBORS OWNED -OPERATED WASTE MANAGEMENT SITES 9 SUBCONTRACT TSD FACILITIES: 10 REGULATORY COMPLIANCE SUMMARY 20 D. FACILITY AUDITS 2 1 E. STAFF QUALIFICATIONS 21 STAFF TRAINING 21 KEY PERSONNEL 22 SERVICE CAPABILITIES 23 Segregation 23 Testing 23 Packaging Determination 24 F. FINACIAL DATA 25 G. CLEAN HARBORS ADVANTAGES 25 ATTACHMENT A PRICING SCHEDULE 27 General Pricing Conditions 32 Company Confidential 1 www.cleanharbors corn Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services B. EXPERIENCE COMPANY OVERVIEW Clean Harbors is headquartered in Norwell, Massachusetts and is a publicly traded company whose more than 14,000 employees provide a wide range of environmental services from strategic locations to a diversified customer base. Since its inception in 1980 the Company's strategy has been to develop and maintain an on -going relationship with a select group of customers having recurring needs in managing environmental exposures. We provide environmental management services to more than 65% of the Fortune 500 companies. Over the past 37 years, Clean Harbors has grown to become North America's largest provider of environmental services. Our various technical capabilities, including certified laboratory analysis, environmental engineering support, and a commercial training group, complement the hazardous waste management and environmental remediation services we offer. Clean Harbors continues to invest in its growth strategy by focusing on: • Developing and improving waste treatment technologies • Continuing expansion of capabilities and capacities to proactively anticipate and meet customer needs • Employing appropriate methods and technologies to reduce the volume of, and/or hazards represented by, our customer's wastes and converting those wastes to beneficial use whenever appropriate and permissible COMPANY HISTORY Since its inception in 1980, Clean Harbors has grown to become the leading environmental service provider and largest hazardous waste disposal company in North America. The company, founded by Alan S. McKim, began as a small four -person tank cleaning business. Today, Clean Harbors is a publicly traded company that maintains a vast network of service centers and waste management, treatment and disposal facilities and provides a broad range of environmental services. Services include hazardous and non -hazardous waste transportation and disposal, laboratory chemical packing, emergency response, field services, and industrial maintenance. Mr. McKim continues to lead the company as President, Chief Executive Officer and Chairman of the Board. Clean Harbors' growth is the result of geographic and service line expansion, market penetration, and the formation or acquisition of waste management companies and treatment, storage and disposal facilities. Its first major expansion was in the early 1980's with the acquisition of the Braintree and Natick, Massachusetts facilities. In 1989, Clean Harbors purchased Chem Clear, Inc., a company nationally recognized for its industrial aqueous waste treatment capabilities, with facilities located in Chicago, Cleveland, and Baltimore. While the Chem Clear acquisition helped catapult Clean Harbors firmly into the waste disposal business, Clean Harbors continued to expand its geographic coverage by adding a Connecticut Company Confidential 4 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services and a second Ohio treatment facility. Clean Harbors solidified its position as a full -service hazardous waste disposal provider with vast in-house disposal resources with its acquisition of the Kimball, Nebraska incinerator in 1995. While broadening disposal and waste processing capabilities, Clean Harbors also further developed existing service lines such as field services. Since 1980, field service centers have been strategically located across North America to provide customers with emergency response services and to perform planned work on customer locations. These centers service thousands of customers in multiple industries. Today Clean I larbors is a recognized leader in environmental emergency response services. Service lines have also been created to meet customer demand. Clean Harbors' laboratory chemical packing services, CleanPack®, was formed in 1986 to provide industries, schools and universities, as well as communities with vital services to manage the collection, packaging and disposal of laboratory chemical and household hazardous waste. With the creation of the Reactive Materials Teams, Clean I Iarbors can respond to the most hazardous and dangerous chemical and compressed gas situations. Beginning in the northeastern United States and extending over time to the South and West, today, Clean Harbors' CleanPack teams provide service throughout North America. Clean Harbors Industrial Services was formed in 1998. The company's industrial service crews focus on industrial cleaning and maintenance projects that typically require fast turnaround and may include hydroblasting, liquid/dry vacuuming, sodium bicarbonate blasting, steam cleaning and chemical cleaning of equipment and systems. In 2002, Clean Harbors acquired the assets of the Chemical Services Division of Safety-Kleen Corporation. The Chemical Services Division, which was made up of 55 service centers, 33 waste management facilities and 4,400 employees, when combined with Clean Harbors existing locations helped create the largest network of disposal technologies and environmental services in North America. In 2007, Clean Harbors acquired Teris LLC with more than 550 employees, several field locations, an incineration facility in El Dorado, Arkansas, and a treatment, storage and disposal facility located in Wilmington, California. Clean Harbors' investment in Teris further improves its ability to service customers and demonstrates the company's commitment to maintaining the largest array of service offerings in the environmental services industry. In 2008, the Company acquired two solvent recycling facilities in Chicago, Illinois and Hebron, Ohio. This acquisition broadened the company's service portfolio and established a substantial presence for Clean Harbors in the solvent recycling market. By acquiring these two recycling facilities and constructing a solvent recovery plant at Clean Harbors' El Dorado, Arkansas location, the company offers a broad spectrum of choices for addressing their solvent waste streams. Clean Harbors core services include the recycling of a variety of chemicals and solvents, which are available for sale, as well as offering tolling where material is recycled and return the customer for their reuse. Company Confidential 5 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services In 2009, Clean Harbors acquired Eveready Inc., a Canadian -based company that provides industrial maintenance and production, lodging, and exploration services to the oil and gas, chemical, pulp and paper, manufacturing and power generation industries. With the addition of over 2,100 employees, 79 locations, and a service fleet of over 2,400 truck and trailer units, Clean Harbors' acquisition of Eveready broadens its energy and industrial service offerings and geographic reach in the United States, Canada, and internationally. In 2012, Clean Harbors acquired Safety-Kleen Inc. Clean Harbors Safety-Kleen subsidiary is a leading North American used oil recycling and re -refining, parts cleaning and environmental solutions company for small quantity waste generators, and has the largest re -refining capabilities of used oil into base and blended lube oils. Safety-Kleen provides a broad set of environmentally -responsible products and services that keep businesses in balance with the environment. Today, Clean Harbors has a network of over 175 service locations provides transportation and disposal, laboratory chemical packing, 24 -hour emergency response, and field, energy and industrial services on customer sites or other locations. With over 50 waste management facilities offering a wide range of disposal options including incineration, wastewater treatment, and landfill, recycling and specialty disposal services, Clean Harbors is North America's largest hazardous waste disposal company. HOUSEHOLD HAZARDOUS WASTE QUALIFICATIONS As the nation's largest environmental services company with experience in household hazardous waste, Clean Harbors Environmental Services, Inc. continues to associate itself with successful collection programs. Clean Harbors would like to combine its vast experience throughout Colorado and across North America with Weld County's Household Hazardous Waste program. Nationwide, Clean I (arbors has performed over 10,000 household hazardous waste collection events over the last two decades. It is not practical to identify all the customers for whom we have provided these services, but specific references are available upon request. These events have ranged from small one -day collections to multiple -site regional and statewide collections. Types of programs managed include: • Permanent HHW Collection Facilities • Multiple One Day Collection Events • Door- to -Door Collection Programs • Reuse Programs • Conditionally Exempt Small Quantity Generator and Company Confidential 6 • Temporary One Day HHW Collection Events • Mobile HHW Collection Facilities • Agriculture Pesticide Collection Events • Landfill Load Check Programs • Small Quantity Generator Programs (CESQG/SQG) www.cieanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services • Emergency/Disaster-Related HHW Programs • Recycle Only Events - Antifreeze, Batteries, Electronics, Mercury, Oil and Paint (ABOP) Clean Harbors has positioned itself as the leader of HHW management programs in North America. We currently average 45 HHW events per weekend. During the height of the HHW season that average climbs to over 60 events for a period of 24-32 weekends per year. In 2015 Clean Harbors successfully executed almost 6,000 HHW orders. We are by far the most experienced and largest household hazardous waste service provider in the United States. This diversity and experience will allow Clean Harbors to successfully implement a comprehensive service package for your programs. The chart on the following page demonstrates the number of HHW Orders, Manifests and Pounds that we have successfully managed since 2008. 16,000 HHW Event Data 14,000 Co() Co 13p00 O% tiO% 4)% 93.�4c1 1800 g00 1,000 43300 tipO o0 -a E 0 Z 2008 2009 2010 2011 2012 Year 472 ti 2013 2014 5b") ti 2015 30,000 25,000 20,000 15,000 C O 10,000 5,000 HHW Orders By choosing to remain with Clean Harbors as its service provider for waste collection, transportation and disposal services, Weld County will continue to benefit from Clean Harbors' highly experienced and knowledgeable personnel, and overall compliant environmental management services. We are delighted for the opportunity to offer our extensive experience, superior qualifications, and state-of-the-art technologies that will most certainly meet or exceed the requirements of its Household Hazardous Waste Collection and Disposal Service program. Company Confidential 7 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services REFERENCES Clean Harbors encourages Weld County to contact any or all of the following references in order to confirm the level of service, knowledge and professionalism we bring to each and every customer we service. r., Contact Name Hopc Petrie Contact "Title Hazardous Materials Manager Contact Phone 970.257.9336 Contact E -Mail 1lopc.pctric(a.rncsacountv.us Contact Mailing Address 3071 Highway 50 Grand Junction, CO 81502 Description of Service Mesa County HHW Program is a permanent 1-IIIW collection facility servicing a population of about 150,000. Waste is collected and packaged by Mesa County, and transported and disposed of by Clean Harbors. Contact Name Lynn Wagner Contact Title Environmental Health Field Supervisor Contact Phone 720.200.1556 Contact E -Mail Iwagner(a)tchd.org Contact Mailing Address 6162 South Willow Drive, Suite 100 Greenwood Village, CO 80111 Description of Service Since 2004 Clean Harbors has conducted five yearly HIIW collection events on behalf of the Tri-County Health Department, servicing a population of about 1,000,000. Waste is collected, packaged, transported, and disposed of by Clean Harbors' personnel. All paperwork is prepared by the Clean Harbors HHW Program Manager who also attends briefings before each event to discuss logistics and expectations. Contact Name Tim Vogel Contact Title Transfer Station Manager Contact Phone 303.679.2483 Contact E -Mail tvogel(cco.clear-creek.co.us Contact Mailing Address 1531 Soda Creek Road Idaho Springs, CO 80452 Description of Service Since 2009 Clean Harbors has conducted three HHW collection events every year for residents of Clear Creek County servicing a population of about 10,000 people. In 2011 Clean Harbors Company Confidential 8 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services assisted in the development and management of a permanent HHW collection facility. Clean Harbors' HHW Project Manager and Lab Pack Chemists assist with training Clear Creek County personnel on HHW packing guidelines and providing on site bulking and lab packing assistance. Contact Name Betsy Suerth Contact Title Director of Public Works and Facilities Contact Phone 970.625.5921 Contact E -Mail bsuerth(iegarl Ilcd-county.conl Contact Mailing Address County Road 75 Rifle, CO 81650 Description of Service Since 2004 Clean Harbors has conducted 2 two-day I IFIW collection events every year for residents of Garfield County servicing a population of about 60,000 people. Waste is collected, packaged, transported, and disposed of by Clean Harbors' personnel. Clean Harbors' personnel also assist on training the volunteer labor to learn how to identify and package collected waste streams. C. FACILITY DETAILS FACILITIES Following are lists of Clean Harbors Owned -Operated Waste Management Facilities and Subcontract Waste Management Facilities that may be used for final disposal of waste on this contract. Final disposal method and site to be utilized will be based on a combination of the wastes physical/chemical composition, packaging type, facility availability, cost-effectiveness, and environmental and contractual requirement's. CLEAN HARBORS OWNED -OPERATED WASTE MANAGEMENT SITES Win Code Facility Name Address Contact Name Telephone Facility Type EPA ID# AG Clean Harbors Aragonite, LLC 11600 North Aptus Road Grantsville, UT 84029 Michael Marlowe (801) 323 8100 Incinerator UTD981552177 CL Clean Harbors Environmental Services, Inc. 2900 Rockerfeller Avenue Cleveland, OH 45115 Mike Petkovich (216) 429- 2401 Wastewater Treatment OHD000724153 DR Clean Harbors Deer Trail, LLC 108555 East Highway 36 Deer Trail, CO 80105 Jack Kehoe 970-386-2293 Landfill COD991300484 EL Clean Harbors El Dorado, LLC 309 American Circle El Dorado, AR 71730 Dan Roblee 870-864-3692 Incinerator ARD069748192 Company Confidential 9 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services Win Code ; Fedlityliame ` Address Contact Name 1lephone Facility Type EPA ID# GM Clean Harbors Grassy Mountain, LLC Exit 41 Off I-80, 3 Miles East, 7 Miles North of Knolls, Grassy Mountain, UT 84029 Shane Whitney 435-884-8976 Landfill UTD991301748 KP Clean Harbors Environmental Services, Inc. 2247 South Highway 71 Kimball, NE 69145 Jared Hunsaker 308-235-8201 Incinerator NED981723513 LT Clean Harbors La Porte, L.L. C. 500 Independence Parkway South La Porte, TX 77571 Mark Allen Randall (281) 727 7600 TSDF TXD982290140 SG Spring Grove Resources Recovery, Inc. 4879 Spring Grove Avenue Cincinnati, OH 45232 Steve Vasse (513) 681-TSDF 6242 OHD000816629 SUBCONTRACT TSD FACILITIES: Clean Harbors anticipates the limited use of third -party disposal outlets for final disposal. While we try to manage as much waste within our own company, other subcontractor facilities are utilized because they either have specialty recycling needs, i.e. cement kiln, mercury retort, metals recovery, etc. not offered by Clean Harbors or, due to their physical location and, or capabilities can offer economic benefits to our Customers. All our own in-house and subcontractor TSD facilities have gone through an extensive audit review by our corporate compliance team and have been determined to be operating in compliance with all local, state and federal statutes, regulation and by-laws and are financially and responsibly stable. The following table identifies the subcontracted treatment, disposal, recycling facilities that may be used in performance of this contract: e d Apr` 1Na►me * a ICi EPANI Retriev Technologies, Inc. 265 Quarry Road Lancaster, OH 43130 OHD071654958 Recycler Recyclable Batteries Recycling, Reclaim Lighting Resources LLC 498 Park 800 Drive Greenwood, IN 46143 IN0000351387 Recycler Light Bulbs Recycling, Reclaim USA Lamp and Ballast Recycling, Inc. 7806 Anthony Wayne Ave. Cincinnati, OH 45216 OHR00010981 Recycler Light Bulbs Retort WM - Mercury Waste Inc. 21211 Durand Ave Union Grove, WI 53182 WIR000000356 Recycler Mercury, Mercury compounds, light ballasts Retort Battery Solutions LLC 5900 Brighton Pines Court Howell, MI 48843 MIK926163767 Recycler Recyclable Batteries Recycling NOTE: This is only a partial list of Clean Harbors approved subcontract TSD facilities that may likely be utilized over the course of this contract. Clean Harbors reserves the right to utilize its complete list of audited approved third -party waste management sites. A complete list of these sites can be provided upon request. Company Confidential 10 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services Facility Fact Sheets detailing Clean Harbors facilities permit information are provided on the following pages. Company Confidential 11 www.cleanharbors.com Waste Disposal Services Fact Sh The Aragonite incineration facility is located in the Great Salt Lake Desert approximately 75 miles west of Salt Lake City, Utah, in Tooele County. Its location is within a 100 square -mile zone established by the Tooele County Commission to be used exclusively for hazardous waste management activities. The nearest residential neighbor is approximately 45 miles southeast of the facility in Grantsville, Utah. Within a 30 -mile radius and in a southerly direction of the site, the land is used by the U.S. Army and Air Force for desert warfare training. The Federal Bureau of Land Management owns 95% of the land in the surrounding thirty miles, Facility Description & General Information Starr -up Date: 1991 Facility Size: 35 acres Services Provided • Rotary Kiln Incineration Technology • Storage prior to final Treatment and/or Disposal • Direct Burn liquids and sludge from tankers • Disposal of TSCA/RCRA bulk and containerized waste including labpack containers • DEA Controlled Substance Reverse Distributor, Schedules 1-5 • Rail served by both Union Pacific and Burlington Northern Railways Typical Customers: Refineries, R&D facilities, colleges and universities, government research facilities, pharmaceutical companies, chemical facilities, state and municipal agencies, manufacturers, medical facilities. Typical Waste Streams: Contaminated process wastewaters, inorganic cleaning solutions, oils, spent flammable solvents, organic and inorganic laboratory chemicals, paint residues, debris from toxic or reactive chemical cleanups, off -spec commercial products, household hazardous, DEA controlled substances, infectious and medical waste. leanIL.J91,3.6-?° • US EPA ID No. UTD981552177 • Notification of Hazardous Waste Activity UTD981552177 • Notification of PCB Activity UTD981552177 • Conditional Use and Zoning Permits (Tooele County) • Title V Air Permit 4500048001 • CERCLA Approval • RCRA Construction and Operation of a Hazardous Waste Facility UTD981552177 • TSCA (Transfer. Storage of PCBs) UTD981552177 • DEA Controlled Substance Registration Certificate # RC0331049 • Laboratory Certification (NELAP) • APHIS Soil (Permit to import soils) P330-94-0036 • Drum Storage Capacity (RCRA/TSCA): 550.000 gallons (10,000 drums) • Liquid Tank Storage Capacity (RCRA/TSCA): 480.000 gallons • Sludge Tank Storage Capacity (Non - Flammable RCRA/TSCA): 30,000 gallons • Bulk Solid Tank Storage Capacity (Non -Flammable RCRA/TSCA): 1.200 cubic yards at Aragonite. With the neighboring Clive facility, Aragonite can receive and store rail quantities and event business. • Wide range of permitted waste codes Clean Harbors Aragonite, LLC • 11600 North Aptus Road • Aragonite, Utah 84029 • 435.884.8100 • www.cleanharbors.com Transportation & Disposal This Clean Water Act facility serves Ohio and midwestern United States as a wastewater treatment facility for a variety of industrial wastewaters. All wastewaters received at the Cleveland facility are treated on -site. Non -hazardous solids are managed and coordinated to approved landfills. Permits • U.S. EPA ID No. OHD000724153 • Ohio EPA Hazardous Waste Exemption Letter (Hazardous Waste Facility Permit is not required.) • Ohio EPA Wastewater - Permit to Install 02-612 • Northeast Ohio Regional Sewer District 4953-200 437ES02 IeanHar6 ro S ENVIRONMENTAL SERVICES' • Division of Air Pollution Control - City of Cleveland 6093G001 • Ohio EPA Air Quality - Operating Permit No. 1318006093P001 Facility Description & General Information Start-up Date: 1980 Facility Size: 5.5 acres Services Provided: • Inorganic Aqueous Waste Treatment o Chemical Precipitation o Storage and Transfer of Waste Oils o Sludge Dewatering/Fixation o Acid/Base Neutralization • Container Storage, Consolidation and Transfer Typical Customers: chemical, plastics, machinery, electronics and steel manufacturers; landfills; utilities; petroleum distribution; and government facilities. Typical Waste Streams: contaminated process wastewaters capable of treatment through chemical precipitation, chemical oxidation, reduction, dewatering, fixation, and neutralization, including toxic metal solutions, corrosives, cyanides, sulfides, phenols, ammonias, inorganic cleaning solutions and non- hazardous oils. Treatment, Storage and Disposal Capabilities • For Bulked Wastes: 5,000,000 gallons/month • For Containerized Wastes: 2,500 drums/month Clean Ilarhors Environmental Services, Inc, • 2900 Rockefeller Avenue • Cleveland, O1144115 • 216.429.2401 • www,cicanharbors.com Transportation & Disposal Colorado Radioactive Materials License Issued on December 21, 2005 The Deer Trail facility is a fully permitted Subtitle C landfill authorized to treat, store and dispose of a wide variety of hazardous and industrial wastes including RCRA, TSCA (megarule) and debris for encapsulation. Since December 21, 2005, Deer Trail has been licensed to dispose of Naturally Occurring Radioactive Material (NORM) and Technologically Enhanced Naturally Occurring Radioactive Material (TENORM) wastes. This license was issued by the State of Colorado, Department of Public Health and Environment. Deer Trail can accept NORM and TENORM wastes containing radionuclides (in the decay series of U-238, U-235 and Th-232) up to 2000 pCi/gram. The Rocky Mountain Low Level Radioactive Waste Compact has designated Deer Trail as the Low Level Waste Facility for Colorado, New Mexico and Nevada. Deer Trail is located 75 miles east of Denver, CO. The facility can store, treat and dispose of wastes in bulk and containerized quantities. Deer Trail receives waste by truck and also by rail from a trans -loading point located in Sterling, Colorado. Permits • Colorado Radioactive Materials License Number Colo. 1101-01, CDPHE • RCRA Part B Permit renewed 2005, No. CO -05-12-21- 01, CDPHE • EPA ID No. COD991300484, USEPA IeanHarb ro 5 ENVIRONMENTAL SERVICES° • Certificate of Designation, No. I47 -82 -C -CD, Adams County • Colorado Wastewater Discharge Permit, No. CO - 0042064, CDPHE • Colorado Air Emissions No. 01AD0713 Facility Description & General Information • Permit issued - 1987, first waste received - 1991 • 325 acres of permitted facility surrounded by 5760 acres of Clean Harbors owned buffer zone • Rural location • 2.5 million cubic yards of permitted cell space • Sited on the impermeable Pierre Shale formation Services Provided: • Storage, final treatment and landfill disposal • Stabilization treatment of toxic metal wastes • Custom treatment of organic wastes • Chemical reduction • Solidification of liquid wastes • Deactivation and neutralization • Micro encapsulation • Macro encapsulation • Direct landfill Typical Customers: Customers include, but are not limited to, remediation sites, chemical facilities, manufacturers, refineries, mines, plating facilities, and brokers. Typical Waste Streams: Typical waste streams accepted include, but are not limited to, NORM and TENORM wastes, industrial metal bearing wastes, contaminated process wastewaters, refinery wastes, inorganic cleaning solutions, plating wastes, paint residues, debris from toxic or reactive chemical cleanups, off -spec commercial products. Treatment, Storage and Disposal Capabilities • Totally enclosed waste treatment building with dual emission control systems • Drum Storage Building with capacity for 600 x 55 -gallon drums or 33,000 gallons • Bulk Container Storage Area A: 2000 cubic yards of bulk solids • Bulk Container Storage Area B: 1000 cubic yards of bulk solids • Wide range of permitted waste codes Clean Harbors Deer Trail, LLC • 108555 East Highway 36 • Deer Trail, CO 80105 • 970.386.2293 • www.cleanharbors.com Fact Sheet Clean Harbors' El Dorado incineration facility specializes in the treatment of hazardous waste (RCRA regulated) and non -hazardous waste by high temperature incineration. RCRA liquids are fed into the rotary kilns and the secondary combustion chamber depending on the specific characteristics of the waste. Two rotary kilns are utilized for treatment of solids and sludge. RCRA solids and sludge may be received from the customer, packaged for ram feed into the rotary kilns, repacked for ram feed, or fed directly into the kilns through an automated shredder auger machine. This system enables the El Dorado facility to accept waste that is packaged in any size Department of Transportation (DOT) approved container. Facility Description & General Information Start-up Date: 1974 Facility Size: 370 acres (50 acres are currently active for waste management) Services Provided • Incineration of all types of hazardous and non -hazardous waste (solids, liquids, and sludge), drums, tankers, and rail • Storage prior to Incineration Typical Customers Chemical facilities, pharmaceutical companies, manufacturers, R&D facilities, colleges and universities, government research facilities, state and municipal agencies, and medical facilities. Typical Waste Streams Contaminated process wastewaters, oils, spent flammable solvents, organic and inorganic laboratory chemicals, paint residues, debris from toxic or reactive chemical cleanups, off -spec commercial products, cylinders, and labpacks. flmiljqr* 31lb -t • US EPA ID No. ARD069748192 • RCRA Part B Permit No.10H-RNJ • NPDES Permit No. AR0037800 • ADEQ Operating Air Permit No. 1009- AOP- R11 • RCRA Solids Containerized Storage Capacity: 1,475,485 gallons (31,196 55 -gallon drums) • RCRA Liquid Tank Storage Capacity: 1,417,733 gallons • Total incineration Capacity: 61,025 lbs./hour o 57,152 lbs./hour for the Secondary Combustion Chamber (SCC) and its associated equipment (kilns) o 3,873 lbs./hour for the Resource Recovery Boiler Clean Harbors El Dorado, LLC • 309 American Circle • El Dorado, AR 71730 • 870.863.7173 • www.cleanharbors.com Transportation & Disposal The Grassy Mountain landfill facility is located in Utah's Great Salt Lake Desert, about 75 miles west of Salt Lake City. This facility provides landfill services for RCRA and TSCA (PCB) wastes as well as solidification and metals fixation for RCRA material. Permits • RCRA Part B Permit UTD991301748 • TSCA Commercial PCB Storage and Landfill Approvals • Utah Air Approval Order No. DAQE 889-96 • BLM Permit to Move Soil No. S-60748 Facility Description & General Information Start-up Date: 1982 Facility Size: 1 square mile with a half -mile buffer zone on each side IeanHarhorc ENVIRONMENTAL SERVICES* ah Facility Facts Services Provided: • Truck and Rail Logistics • Drain and Flush for PCB Transformers • Solidification • Stabilization • Repackaging Typical Customers: agencies, mines, automobile manufacturers and utilities. incinerators, governmental Typical Waste Streams: PCB contaminated soils, PCB electrical equipment, PCB contaminated debris, etc., non -hazardous soils and other non- hazardous industrial wastes, asbestos wastes, hazardous waste for treatment of metals, plating wastes, acidic wastes, caustic wastes, hazardous debris and non PCB liquid wastes for solidification and landfill. Treatment, Storage and Disposal Capabilities • RCRA Drum Storage: 2,217 55 -gallon containers • PCB Drum Storage: 350 55 -gallon equivalent containers and two 3,000 gallon tanks • RCRA Landfill Capacity: 710,768 cubic yards • TSCA Landfill Capacity: 773,712 cubic yards • Bulk Solids Container Capacity: 100 20 -cubic yard equivalent containers • Wide range of permitted waste codes • PCB liquid storage for 63,982 gallons Clean Harbors Grassy Mountain. LTC • Exit 41 Oft' 1-80, 3 miles Fast, 7 miles North of Knolls • Grassy Mountain, UT 84029 • 801.323.8900 • www.cleanharbors.com Fact Sheet The Kimball facility utilizes a fluidized bed incinerator. This state-of-the-art thermal oxidation incinerator is capable of maximum destruction efficiencies of hazardous waste and is able to handle a wide variety of feeds. Ash from the incinerator is treated on -site, delisted, and then placed in an on -site monofill built to RCRA Subtitle C standards. No other commercial incinerator in the United States has been approved for delisting of incinerator ash. Supported by the local community, the Kimball site provides generators with one of the lowest liability options for waste management. Facility Description & General Information Start-up Date: 1995 Facility Size: 640 acres Services Provided • Incineration • Container Storage, Consolidation, and Transfer Typical Customers Electronic equipment; chemical, plastics, and machinery manufacturers; laboratories; utilities; petroleum distribution; and government facilities. Typical Waste Streams Contaminated process wastewaters; soils; solids; residues from chemical process industry; oils; spent flammable solvents; paint residues; and chemical spill cleanups. IeanHarbor • Hazardous Waste Incinerator and Storage Facility Modified Permit (RCRA Permit) Permit No. NED981723513 • Regulatory Amendment to Title 128, Appendix IV (Delisting) • National Pollutant Discharge Elimination System (NPDES) Authorization to Discharge (NPDES Stormwater Discharge Permit) Permit No. NE0127892 • Solid Waste Management Permit (Monofill Permit) No. NE02.03238 • Class I Air Operating Permit #03 -RI -001 • Feed Capacity: 21,467 pounds per hour (solids, liquids, sludge) • Storage Capacity: • For Non -Bulk Containerized Waste: 590,840 gallons • For Bulked Liquid Waste: 389,820 gallons • For Bulk Container Storage: 9,429 cubic yards Clean Harbors Environmental Services, Inc. • 5 Miles South of Kimball on Highway 71 • Kimball, NE 69145 • 308.235.4012 • www.cleanharbors.com Transportation & Disposal The La Porte facility is located on the Houston Ship Channel and is positioned to service Texas, Louisiana, Oklahoma and Northern Mexico. This facility is fully permitted to manage a wide variety of regulated materials including RCRA hazardous waste, PCBs, and non -regulated waste materials. It is utilized for permitted storage prior to shipment to company owned treatment and disposal facilities. Permits • US EPA ID No. TXD982290140 • TCEQ Hazardous Waste Facility Part -B Permit No. HW-50225-001 • US EPA TSCA Storage Permit IeanHarbor Facility Description & General Information Start-up Date: 1988 Facility Size: 15 acres Service Provided: • Storage prior to final treatment and/or disposal • Treatment of cylinders and compressed gases Typical Customers: petrochemical refineries, R&D facilities, colleges and universities, government research facilities, pharmaceutical companies, chemical facilities, state and municipal agencies, manufacturers, medical facilities. Typical Waste Streams: cylinders, drums, labpacks, contaminated process wastewaters, inorganic cleaning solutions, oils, spent flammable solvents, organic and inorganic laboratory chemicals, paint residues, debris from toxic or reactive chemical cleanups, off -spec commercial products. Treatment, Storage and Disposal Capabilities • Drum Storage Capacity: 1,064,270 gallons (19,350 drums) • PCB Storage: 55,000 gallons • Wide range of permitted waste codes • Rail siding Clean Harbors La Porte, 1.LC • 500 Independence Parkway South • La Porte, "I X 77571 • 281.884.5000 • www.cleanharhors.wm Transportation & Disposal Cincinnati, Ohio Facility Facts The Cincinnati facility has wastewater treatment capabilities using chemical treatment and carbon absorption. Other capabilities include waste shredding, fuels blending, stabilization, lab pack management and container storage. Industrial wastes accepted at this facility include flammables, corrosives, oxidizers, poisons and reactives. Permits • U.S. EPA ID No. OHD000816629 • Ohio EPA Part B Permit No. OHDO008 16629 • Ohio EPA State ID No. 05-31-0012 • U.S. EPA - TSCA Interim Storage Permit for PCBs leanHarbors ENVIRONMENTAL SERVICES' • Cincinnati Metropolitan Sewer Discharge Permit — MIL -089 • Various Air Permits through Ohio EPA Facility Description & General Information Start-up Date: 1980 Facility Size: 6 acres Services Provided: • Organic Aqueous Waste Treatment • Stabilization • PCB Wastewater Treatment • Fuels Blending (liquids, solids and semi -solids) • Container, Storage, Consolidation & Transfer Typical Customers: electronic equipment; chemical, plastics, and machinery manufacturers; medical facilities; laboratories; utilities; petroleum distribution; and government facilities. Typical Waste Streams: contaminated process wastewaters; inorganic cleaning solutions; oils; spent flammable solvents; organic and inorganic laboratory chemicals; paint residues; debris from toxic or reactive chemical cleanups; non-RCRA wastes; consumer commodities; PCBs. Treatment, Storage and Disposal Capabilities • RCRA Container Storage: 150,000 gallons • RCRA Tank Storage: 75,450 gallons Spring Grove Resource Recovery, Inc. • 4879 Spring Grove Avenue • Cincinnati, OH 45232 • 513.681.5738 • www.cleanharbors.cotn Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services REGULATORY COMPLIANCE SUMMARY Clean Harbors believes that its success is attributable in large part to customer confidence that Clean Harbors has the ability to comply with complex governmental regulations and to manage risks effectively. All of the Company's activities are conducted within the context of the most important Clean Harbors priority -- protecting the health and safety of our employees and customers, as well as complying with the law. The Company demands uniform compliance with the law from its employees and, on behalf of its employees, insists upon strict adherence to health and safety guidelines. As part of its commitment to employee safety and quality customer service, Clean Harbors has developed an extensive compliance program managed by over 50 full time regulatory and health and safety specialists. To ensure the integrity and impartiality of this group, the Compliance, Health and Safety organization is completely independent from the operating divisions and is overseen by a senior vice president who reports directly to the Company's CEO. Clean Harbors' Compliance Department audits all ultimate disposal sites to ensure facilities are operating in accordance with their permits and all applicable federal, state and local regulations. This elite group of professionals is responsible for facilities compliance, health and safety, field safety, compliance training, transportation compliance auditing, and external auditing of off -site facilities utilized by Clean Harbors. A thorough compliance, health and safety program has been developed and tailored for each Clean Harbors facility and service center. Clean Harbors often develops internal operating procedures which are more stringent than those imposed by government regulation. These high standards are constantly monitored and reviewed through an aggressive internal regulatory audit program. A compliance history for all facilities is included as Attachment 1 to this proposal. Company Confidential 20 -www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services D. FACILITY AUDITS Clean Harbors confirms that all proposed facilities are available to audit with reasonable advance notice. E. STAFF QUALIFICATIONS STAFF TRAINING Clean Harbors' training program is specifically designed to familiarize all employees with facility license requirements, environmental regulations, the hazards associated with their job responsibilities, and procedures for emergency response. Clean Harbors' management has gone to great lengths to institute rigorous corporate programs regarding health, safety, and compliance issues. Our training program is constantly updated to keep up with changing regulations and to incorporate employee feedback. The training matrix below outlines the current minimum training requirements established for key job functions, TRAINING MATRIX TRAINING REQUIRED POSITION/JOB FUNCTION Project Mgr / Supervisor Chemist Technician / Driver Chemical Handler / Operator 40-I lour Hazardous Waste Operations & Emergency Response 29 CFR 1910.120 X X X X 8 -Hour OSHA Annual Refresher Training X X X X Annual RCRA Refresher X X X X 40 -hour Laboratory Chemical Packaging X X Clean Harbors Training for Project Managers and Supervisors X X Unknown Waste Material Fingerprint Analysis Training X X HMTS DOT Hazardous Materials Transportation Skills Training X X X New Driver Training X X X Driver Refresher Training (tri-annually) X X X Company Confidential 21 www.cleanharbors corn Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services KEY PERSONNEL The following chart indicates the key personnel for providing services on this contract. The top of the chart indicates the person ultimately responsible for contract performance. The table following the chart briefly summarizes the role of each position and describes the level of interaction the individuals in each position currently has and will continue to have with Weld County Project Management. CleanPack Ct Creebncire Technical Services District htartiager¢ Techn Branch Stria ire Holdaas'` Account Mer eanPackCia e CarokRodriguez Regional CleanPac Coord`nar Haley Kachc ►anik CleanPack Chem Kuhr CleanPack Chemist Position Responsibilities Technical Services The TSBM is responsible for all Clean Harbors operations within a Branch Manager designated region. The TSBM will negotiate contract terms, resolve (TSBM) issues at a contract level and is responsible for all contract personnel. The TSBM is ultimately responsible for customer satisfaction and compliant contract execution. Directs regional resources to fulfill contract requirements. Account Manager The AM is responsible for a specific subset of customer accounts (AM) within the region. The AM is expected to be thoroughly familiar with the contract and the customer and can arrange for all services, reports, invoices and can answer questions and resolve problems for the customer. The AM will seek customer feedback and deliver solutions. Company Confidential 22 www. cleanharbors. corn Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services Customer Service Representative (CSR) The CSR is responsible for responding to customer requests for service on a routine basis. When services are ordered the CSR will make sure the work is scheduled in accordance with contract terms. The CSR will also route customer inquiries to the appropriate contact personnel. The CSR is the resource to empower the onsite field team. Regional CleanPack Coordinator (RCC) The RCC is the main point of contact for Weld County personnel. The RCC will arrange for appropriate staffing, ensure the staff is meeting contract requirements, ensures compliance with contract terms and conditions on a daily basis and can answer most contract and technical questions for the customer. Senior CleanPack Chemist The Senior Chemist is responsible for the performance of the Chemists and Technicians in addition to providing services at the HHW events and Collection Center. They will assign tasks to the Chemists and Technicians to ensure that contract terms are met and will interact with Weld County staff on site for routine issues. CleanPack Chemist Responsible for testing, packaging, consolidating, labeling and manifesting waste. The CleanPack Chemist is responsible for being aware of and meeting all contract requirements and working safely. Resumes for our Key Staff members outlining their experience, qualifications, and HHW capabilities may be found at Attachment 2 to this proposal. SERVICE CAPABILITIES Clean Harbors staff is experienced and knowledgeable in all aspects of HHW management. From providing profile assistance, to packaging and shipping wastes, to identifying unknown we are able to assist Weld County as needed. Segregation The waste will be segregated into one of the following categories: acids, bases, oxidizers, pesticides, aerosols, paints, solvents, reactives, unknown materials and non-hazardous/non- regulated materials. Questionable containers will be segregated for later inspection. Non - recyclable, non -regulated solid waste will be rejected or placed into waste receptacles provided by the CUSTOMER for disposal at the expense of the CUSTOMER. Testing The safe and economical disposal of unknown chemicals is an ever-present problem for HI-IW collection programs. Questioning the participant can identify most unlabeled containers; however occasionally a participant will just not know what they have. Clean Harbors has specially trained field chemists to perform unknown characterizations on -site using a variety of analytical test methods. Clean Harbors will set aside an area designated for the Company Confidential 23 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services classification of unknown compounds. Here the chemists will perform quantitative and qualitative tests to determine the physical and chemical properties of each unknown compound. These "fingerprint" tests determine whether the compound is acidic, basic, water reactive, a cyanide compound, a sulfide compound, an oxidizing agent or a combination of hazards. Once these properties are determined, chemicals with similar hazards will be packaged together for incineration. Packing will be done by DOT classification in 5 -gallon containers. Any items that are not compatible will be placed in their own containers for disposal. The chemist must wear a respirator at all times in addition to the standard PPE requirements: tyvek, chemical resistant gloves, chemical resistant boots, and safety glasses. Packaging Determination Once materials are identified and segregated, the appropriate packaging method for each container is determined in accordance with container size, type, and hazardous characteristics. Any unknown materials will be tested as described above, and packed according to chemical compatibility in 5 -gallon pails for incineration with up to one gallon of liquid or five pounds of solids. Certain products may be consolidated on a case -by -case basis, depending on the quantities and hazards involved. Materials that are capable of being consolidated on site, such as organic liquids, motor oil, antifreeze, solvents, liquid paints and paints thinners are collected and consolidated via a pour -off operation. 5 -gallon, 1 -gallon and smaller containers are acceptable for consolidation when the contents are entirely liquid and not viscous. Paints and paint related material in less than 1 -gallon containers will be loose packed into 55 - gallon drums or cubic yard boxes when there is sufficient quantity of compatible waste. When lesser quantities are accumulated, smaller drum sizes are used in proportion to the amount of material to be packaged, to minimize the overall cost. Non -regulated materials may often be loose packed as well, depending on the disposal method and container type. 5 -gallon, 1 -gallon and smaller containers are acceptable, except for glass containers. Candidates for loose packing include asphalt products (roofing compounds, driveway sealers, etc.), detergents, and grease. The non-hazardous/non-regulated materials will be packed into 55 -gallon drums for secure chemical landfill or non -hazardous incineration with up to 25 gallons of liquids or 400 pounds of solids per drum. When lesser quantities are accumulated, smaller drum sizes are used in proportion to the amount of material to be packaged, to minimize the overall cost. Acids, bases and oxidizers will be lab packed into 55 gallon drums for treatment, incineration or disposal, with up to 25 gallons of liquids or 400 pounds of solids. Regulated pesticides will be lab packed into 55 -gallon drums with up to 25 gallons of liquids or 400 pounds of solids for incineration. Reactives will be lab packed into 5 -gallon pails with up to one gallon of liquid or five pounds of solids. Company Confidential 24 www.cleanharbors corn Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services Aerosols will be "loose packed" into drums. No packaging materials or filler will be packed in these drums. F. FINACIAL DATA Clean lIarbors exceedingly strong financial position lets our customers rest assured that their wastes will be managed for the long term. A copy of our most recent annual report is included as Attachment 3 to this Proposal. G. CLEAN HARBORS ADVANTAGES Clean Harbors Environmental Services provides the widest range of recycling, treatment and disposal options for all your waste streams. From hazardous and non -hazardous drum and bulk waste in liquid, solid, semi -solid, sludge and gas forms, our infrastructure of waste management facilities is unmatched in North America, servicing all of the U.S., and Canada, northern Mexico and Puerto Rico. Through a highly coordinated truck, rail and ship transportation network with locations throughout North America, Clean Harbors provides reliable, cost-effective transportation and waste disposal. From incineration, wastewater treatment, recycling and landfill disposal, to more specialized services such as fuel blending and explosives management, we employ the most advanced technologies to recycle, treat or dispose of your waste materials. Financial Stability and Reducing Liabilities Clean Harbors exceedingly strong financial position and the dedication at all of our disposal facilities to uphold rigorous quality assurance programs to meet the highest standards of both internal and external audits. Clean Harbors customer's exposure to risk is minimized. Clean Harbors has the strength to stand behind you for the long haul. Clean Harbors makes a strong commitment to minimizing our customers' liability in the language of our standard contract: "Article 4. Transfer of Waste and Title 4.1 Title, risk of loss and all other incidents of ownership to the waste materials shall be transferred from Customer to Clean Harbors at the time Clean Harbors takes possession of and removes waste materials from the place of transfer, or at the time Clean Harbors accepts delivery of the waste materials at its TSD facility, whichever is applicable." Always in Compliance Regulations are complex, and even a minor infraction can cost you time and money. Clean Harbors provides the expert service to ensure your waste management program is always up to code. In the fast paced environment of an HHW collection event, it is easy to package waste quickly and in as few containers as possible in order to handle as much customer volume as possible, and mistakes can happen. Clean Harbors highly trained staff and detailed packaging plan ensure that your waste is packaged in compliance with DOT regulations, in the safest manner possible. There are no shortcuts when Clean Harbors manages your HHW. Company Confidential 25 www,cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services Health & Safety is Priority One Clean Harbors was the first company in the environmental services industry with OSI [A VPP star certified facilities. Facilities awarded the certification have occupational injury rates below the state and national averages. Leveraging Technology and Waste Tracking Our Internet -based online services provide customers with instant access to key records related to transactions, shipment tracking, waste profiles, and regulatory report data. You can monitor every aspect of your waste stream and maintain complete process control. Sole Source Provider With a fully staffed office of dedicated employees located in Denver, Clean Harbors can provide a full range of services without the need to rely on subcontractors or skimp on labor. Clean Harbors provides the most comprehensive Environmental Services offerings in North America. I Iousehold Hazardous Waste Management, bulk and non -bulk transportation and disposal, tank cleaning, industrial cleaning, pigging, product recovery, emergency response and many more services are available throughout North America. Reduced Risk We understand that hiring a contractor to work on your site can mean liability exposure. Clean Harbors' training protocols and health and safety procedures are unsurpassed. Our Experience Modification Rates (EMR's), TRIR, and our training programs and overall approach to business keep your plants in compliance with OSHA, while limiting your liability exposure. Company Confidential 26 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services ATTACHMENT A PRICING SCHEDULE Company Confidential 27 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services General Pricing Conditions This proposal is submitted contingent upon the right to negotiate mutually acceptable contract terms and conditions, which are reflective of the work contemplated and an equitable distribution of the risks involved therein. In the event that such agreement cannot be reached, Clean Harbors reserves the right to decline to enter into such an agreement without prejudice or penalty. In particular, Clean Harbors would like to discuss the following negotiable changes to the provided language. General Provisions Paragraph 5H — Please strike. General Provisions Paragraph 5L — Please make the right to terminate mutual. Insurance Requirements — Please strike the word "minimum" from the description. Clean Harbors will provide the requested insurance. Please add the following language to the indemnity clause. "Neither party shall be liable to the other for indirect, incidental, consequential, or special damages, including but not limited to loss of use and lost profits. Notwithstanding anything to the contrary herein, neither party's indemnification obligation shall not apply to the extent any loss nor is damage caused by the negligence or willful misconduct of an indemnified party." Please consider adding non -conforming provisions to the terms. We recommend the following. "Title, risk of loss and all other incidents of ownership to the waste materials shall be transferred from Weld County to Clean Harbors at the time Clean Harbors takes possession of and removes waste materials from the place of transfer, or at the time Clean Harbors accepts delivery of the waste materials at its TSD facility, whichever is applicable. Waste materials which are discovered to be non -conforming may be rejected by Clean Harbors. Title, risk of loss and all other incidents of ownership to non -conforming wastes shall remain at all times with Weld County. Waste materials shall be considered non -conforming for purposes of this Agreement if: (I) the waste materials are not properly packaged or labeled; or (2) the waste materials contain constituents or have characteristics or properties not disclosed on the applicable waste profile, and such constituents, characteristics or properties increase the cost to Clean Harbors or increase the risk of hazard to human health or the environment from the handling, transportation, storage or disposal of such materials; or (3) the designated disposal facility is not designed or permitted to dispose of waste materials with such undisclosed constituents, characteristics or properties. Waste materials discovered by Clean Harbors to be non -conforming, if in Clean Harbors possession, shall be prepared for lawful transportation by Clean Harbors and returned to Customer within a reasonable time after rejection by Clean Harbors, unless the parties agree to an alternative and lawful manner to dispose of the waste materials. Weld County shall pay Clean Harbors at agreed rates for the handling, loading, preparing, transporting, storing and caring for and, if applicable, disposing of such non -conforming waste materials. Company Confidential 32 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services In the event subsurface or latent conditions at the work site materially differ from those indicated in the contract documents or if the latent or subsurface physical conditions are of an unusual nature not ordinarily found to exist in environmental service activities identified in the contract documents, Clean Harbors shall be entitled to an equitable adjustment of the contract price and time." Assumptions and Considerations Please find below the general pricing conditions for this contract. These conditions govern all waste streams and generic pricing covered under this contract. These conditions are in addition to specific pricing notes provided on the pricing matrixes. 1. All approved ("Approved") waste streams are coded with Clean Harbors' Waste Classification Codes, which define the specifications for drummed, containerized and bulked wastes. Wastes that are received not conforming to these specifications may be subject to additional costs. A completed waste profile sheet, sample, representative analysis or MSDS must be submitted prior to approval and scheduling. 2. Lab Pack rates do not include explosive or potentially explosive, radioactive, temperature sensitive or infectious materials. Clean Harbors reserves the right to decline to accept for disposal any waste materials which, in its reasonable judgment, it cannot dispose of in a lawful manner or without a risk of harm to public health or the environment, or for which no legal means of disposal exists. Clean Harbors will provide separate quotations for any potential high -hazard work (i.e. peroxidized ethers, explosives, cylinders, etc.) upon request. 3. Clean Harbors reserves the right to route any waste that can be legally landfifled to our facility in Deer Trail, CO regardless of treatment technology identified on the price sheet. 4. All pricing presented in this contract is based on Clean Harbors' ability to utilize our approved network of audited TSDFs. If the number of sites approved by Weld County is reduced or restricted, additional costs may be applied due to increased handling of wastes and reduced economies of scale. 5. Container Size Disposal Pricing as a Percent of 55 -Gallon Drum Prices Different size container pricing will be priced accordingly. Odd sizes not covered herein will be priced case -by -case. Container Size Container Multiplier* 5 gallon or less 55 gallon price x 0.30 or $50.00 per drum minimum (unless noted otherwise on price sheet) 6 gallon — 20 gallon 55 gallon price x 0.60 21 gallon — 30 gallon 55 gallon price x 0.75 Company Confidential 33 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services 31 gallon — 55 gallon 55 gallon price x 1.00 56 gallon — 85 gallon (overpacks) 55 gallon price x 1.45 Cubic Yard Boxes 55 gallon price x 3.50 Tote (<300 gallon) 55 gallon price x 5.00 Tote (300 - 375 gallon) 55 gallon price x 6.30 *Or as otherwise indicated on bid spreadsheet. 6. All transportation rates are based on utilization of Clean Harbors' transportation equipment or Clean Harbors approved transporters. 7. Cylinder Conditions 7. l . Certain high hazard and extremely reactive cylinders will be handled case by case including chlorine dioxide, xenon difluoride, pentaborane, tetrafluorohydrazine, hydrogen cyanide anhydrous, fluorine >5%, sodium potassium alloy, potassium, sulfur trioxide, bromine pentafluoride, bromine trifluoride, chlorine pentafluoride, chlorine trifluoride, trifluoromethyl peroxide, trifluoromethylhypofluorite, xenon dioxide, xenon hexafluoride, xenon tetrafluoride, bis (trifluoromethyl) peroxide, hydrazine, methyl hydrazine, oxygen difluoride. 7.2. Zone A cylinder transportation (as required) will be quoted case by case and will be billed in addition to disposal. 7.3. Cylinders without original stenciling, labels and/or tags will be subject to additional an analysis charge. 7.4. Cylinders with inoperable valves may be subject to rejection or may be charged an additional handling fee of $400. 7.5. Cylinders with a stuck/ rusted valve cap will be subject to a $55.00 stuck cap charge. 7.6. Cylinders must in DOT -shippable condition. 7.7. Cylinders with greater than 5% solids maybe subject to surcharge or rejection. 7.8. All cylinders require an approved cylinder evaluation sheet and leak test for final acceptance 7.9. Phosgene leak test will be quoted case by case. 7.10. Cylinder pricing offered in this proposal is contingent upon approval of the Clean Harbors, La Porte, TX transfer, storage and disposal facility. Cylinder Sizes Lecture (CYLE) - Up to 3" dia. and 13" length or 4" dia. and 10" length Small (CYSM) - Up to 4" dia. and 24" length Medium (CYME) - Up to 12" dia. and 36" length Large (CYLG) - Up to 16" dia. and 56" length Extra Lrg (CYXL) - Up to 20" dia. and 64" length %2 Ton (CYHT)* - Up to 30" dia. and 52" length or 20" dia. and 82" length Ton (CYTN)* - Up to 24" dia. and 94" length or 30" dia. and 82" length 8. Proposal is valid for 90 days. Company Confidential 34 www, clea n h a rbors. com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services Clean Harbors Waste Class Codes B22A - CONCENTRATED ACIDS pH Less than 7 Less than 6 percent T.O.C. (Total Organic Carbon) Less than one -inch solids in drum Less than one percent ammonia Less than one inch oil and grease Less than 10 ppm hex chrome Flashpoint greater than 140 degrees F No cyanides No sulfides No chelators No pesticides Neutralization Equivalent greater than 20 (approx. >20% acid) PRIMARY DISPOSAL METHOD: Wastewater Treatment CCRC - CORROSIVE INCINERABLES Can be solid and/or liquid No metal pieces inside drum PRIMARY DISPOSAL METHOD: DESTRUCTION INCINERATIO CFL1 - MERCURY BULBS FOR RECLAMATION Less than five percent broken bulbs Intact 4 foot or 8 foot bulbs Packaged in original bulb boxes or specialty containers Shrink wrapped to pallets No free mercury PRIMARY DISPOSAL METHOD: RECLAMATION Company Confidential B22B - CONCENTRATED BASES pH greater than or equal to 7 Less than six percent T.O.C. (Total Organic Carbon) Flashpoint greater than 140 degrees F Neutralization equivalent greater then 20 (approx. >20% base) No cyanides/sulfides No chelators No pesticides Less than 10 ppm hexchrome Less than one -inch solids in drum Less than one percent ammonia Less than one -inch oil and grease PRIMARY DISPOSAL METHOD: Wastewater Treatment CCS - CHARACTERISTIC SOLIDS/SEMI SOLIDS/LIQUIDS FOR STABILIZATION Less than 30-ppm amenable cyanide No pesticides of herbicides No organic debris or organic layers U.S. E.P.A. waste codes (D002, D004 -D011) Cyanides must meet U.S. LDR standards Less than 1,000 ppm T.O.X. (Total Organic Halogen) Less than two percent T.O.C. (Total Organic Carbon) Less than 0.5 percent Ammonia Less than five percent total metals Flashpoint greater than 140 F PRIMARY DISPOSAL METHOD: STABILIZATION, LANDFILL CFL2 - MISC. MERCURY BULBS FOR RECLAIM Misc. shaped bulbs containing mercury for reclaim Limited to U tubes, Circular, Incandescent, Quartz, Halogen Packaged in original bulb boxes or specialty containers Shrink wrapped to pallets No free mercury No D003 bulbs PRIMARY DISPOSAL METHOD: RECLAMATION 35 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services CFL4 - MISC. MERCURY BULBS FOR RECLAIM Misc. shaped bulbs containing mercury for reclaim Limited to Shattershields, HID, Hg vapor, High pressure Sodium, Metal halides Packaged in original bulb boxes or specialty containers Shrink wrapped to pallets No free mercury PRIMARY DISPOSAL METHOD: RECLAMATION CHBI - PCB BALLASTS FOR INCINERATION U.S. TSCA regulated light ballasts only, no conduit or pipe No RCRA waste PRIMARY DISPOSAL METHOD: INCINERATION D801- NON -PCB ARTICLES FOR INCINERATION Non hazardous Source of PCB < 50 ppm Small transformers case by case Capacitors, Ballasts, Switches Must be shreddable PRIMARY DISPOSAL METHOD: DESTRUCTION INCINERATION FB1 - LIQUID FOR FUEL Example: paint thinner, solvents Less than four inches of dispersible sludge Less than five percent halogens/sulfur Source of PCB < 50 ppm Greater than 10,000 BTU's No pesticides No debris Low viscosity (e.g. thinners) Must not set-up with water or with organic solvents PRIMARY DISPOSAL METHOD: FUEL BLENDING/INCINERATION BULK SPECIFICATIONS: Less than five percent water Greater than 10,000 BTU's Less than two percent halogens Source of PCB < 50 ppm PRIMARY DISPOSAL METHOD: FUEL BLENDING/INCINERATION Company Confidential 36 CFL9 - CRUSHED FLUORESCENT BULBS FOR RECLAMATION Crushed bulbs for reclamation PRIMARY DISPOSAL METHOD: RECLAMATION CHBL - PCB BALLASTS OR CAPACITORS FOR LANDFILL Less than three pounds of PCB's in each unit Less than nine pounds gross weight Must be non -leaking Must be intact PRIMARY DISPOSAL METHOD: TSCA LANDFILL D80L - NON -PCB ARTICLES FOR LANDFILL Non hazardous Source of PCB < 50 ppm Capacitors, Ballasts, Switches PRIMARY DISPOSAL METHOD: HAZARDOUS LANDFILL LAT - MATERIAL SUITABLE FOR AQUEOUS TREATMENT Example: Inorganic acids, bases and oxidizers, etc. Must be water-soluble Flashpoint greater than 140°F No debris No reactives No chelators, ammonia or nickel compounds Less than 260 ppm mercury Container size limited to 8 oz -5 gallon Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: WASTEWATER TREATMENT www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services LBBGB - Big Green Box Program No Hazardous Waste allowed Must be acceptable for shipment via FedEx Ground Batteries Must be intact Batteries Must be protected from short-circuiting If tape is used, clear packing tape is suggested Limit of 43 pounds per box Limit of 10 pounds of Primary Lithium per box No liquids allowed No primary Lithium batteries with > 25 grams of lithium Follow instructions included with box LBD2 - NI -CAD BATTERIES FOR RECLAMATION Example: wet and dry cell nickel; cadmium batteries, etc. Battery recycler must be approved Follow specific packing protocol Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: RECYCLING LCCR - MATERIAL SUITABLE FOR INCINERATION Example: Organic acids, pesticides, amines, etc. No reactives Container size maximum 5 gallons Source of PCB < 50 ppm Inorganic mercury less than 260 ppm Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: INCINERATION LCCS - Labpacks for Stabilization Less than 30ppm amenable cyanide No pesticides of herbicides No organic debris or organic layers U.S. E.P.A. waste codes (D002, D004 -D011, P010 - P012) Cyanides must meet U.S. LDR standards Less than 1,000 ppm T.O.X. (Total Organic Halogen) Less than 2 percent T.O.C. (Total Organic Carbon) Less than 0.5 percent Ammonia Less than 5 percent total metals Flashpoint greater than 140 F PRIMARY DISPOSAL METHOD: STABILIZATION, LANDFILL Company Confidential LBD1 - ALKALINE BATTERIES FOR RECLAMATION Example: mercury free lantern and flashlight batteries, dry cell, carbon zinc, etc. Battery recycler must be approved Follow specific packing protocol Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: RECYCLING LBD3 - NICKEL METAL HYDRIDE BATTERIES FOR RECLAMATION Battery recycler must be approved Follow specific packing protocol Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: RECYCLING LCCRQ - AEROSOLS FOR INCINERATION Example:spray paints, pesticide aerosols, freon aerosols, etc No cylinders or lecture bottles No dioxin aerosols Follow DOT/TDG regulations for packing guidelines Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: INCINERATION LCHG2 - MERCURY LAB PACKS FOR RETORT Example:mercury thermometers, mercuric sulfide, etc. Material must be suitable for retort Check specific facility acceptable compounds lists Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: RETORT 37 www.cleanharbors.com Weld County, Colorado Household Hazardous Waste Pickup & Disposal Services LCHGI - High subcategory mercury lab packs for incineration Mercury bearing Lab Packed waste suitable for incineration Source of PCB less than 50 ppm No air or water reactives Refer to LP guidelines for additional information PRIMARY DISPOSAL METHOD: DESTRUCTION INCINERATION LCY2 - FREONS AND FIRE EXTINGUISHERS FOR RECYLCING Cylinder recycling facility must be approved Must pass cylinder evaluation Freon cylinders (R-11, R-12, R-22, R-23, R-113, R- 114, R-124, R -134a, halon (1211, 1301) fire extinguishers (Class A, B, C) (acceptable for recycling) PRIMARY DISPOSAL METHOD: RECYCLING LCY7 - CYLINDER Certain pyrophorics, antimony pentachloride, antimony pentafluoride, ethylene oxide, insta foam part A (isocyanate), insta foam part B (isocyanate), tetrafluoroethylene Must pass cylinder evaluation Specifications quoted case by case PRIMARY DISPOSAL METHOD: TREATMENT/INCINERATION LRCT -- Labpack Reactives For Incineration Example: organic peroxides, water reactives, etc. Container size limitations vary by specific waste type Source of PCB < 50 ppm Mercury less than 260 PPM Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: INCINERATION Company Confidential 38 LCY1 - PROPANE FOR RECYCLING Cylinder recycling facility must be approved Must pass cylinder evaluation PRIMARY DISPOSAL METHOD: RECYCLING LCY6 - CYLINDER Butane/butene and isomers, carbon monoxide, freons (non -recyclable), acetaldehyde, allene, anisole, carbon tetrachloride, chloroethane, dimethyl ether Must pass cylinder evaluation Specifications quoted case by case PRIMARY DISPOSAL METHOD: TREATMENT/INCINERATION LPTN - PAINT/PAINT RELATED MATERIALS FOR INCINERATION Example: Flammable adhesives and resins Glass containers are acceptable No pesticides (e.g., creosote) No PCB No marine paints or wood preservatives Packaged Per Lab Pack Guidelines PRIMARY DISPOSAL METHOD: INCINERATION www.cleanharbors.com Z.; 0 z a▪ , Q 4.0 Alleged Violation Enforcement Type v 04 Q 0 0 CC 0 N 0 O fA > _ C 13.0 ra O 0 C O a) TJ .7 or) O dC_ a7 00 0 O � N •E N U) E c:„.c S E aas E 2 E m c•a C d c c E �' w :I y n 0 •m p^ti a)� o'—ccamcppo � I) 0•E E E m U G o , C a1 ^ CJ (7 C C _C yp C `� C rJ O D) , c4 WLiEa)aCl) an op_ iacog' oE g7a)N0ECa)—o� •C U N0-, TJ 7 a? >,.f o ea m E 2 'F m c o O -Q c a o - G) oE a Y N m y c .=a�v c`� E 8:°o Notice of Violation a w c C O ci c w01 d o a) '0 tea) O) -Co CD O O 7 y O '' fH p O C G N U O • 64 C•c, C C) W '� 'C M di 4) O a. cu csi Z._I-0 lh C C C N_ N a)mC a E a) (a a) om m ` R N5 o E c E,6O m 0E E o • E ° a) C1- m m q O N 7 d Q C � 7 a) N .m acno2cn Description of Resolution: EA Number: S O t 0 0. 2 H C C O C• O N C:1) 0 •p) E Cu)) N 0 < Warning Letter/Notice a w C Paid civil penalty Description of Resolution: EA Number: 0 0 O fA 0 O 0 Notice of Violation Performed additional sampling Description of Resolution: EA Number: Tuesday, March 07, 2017 S O O 0 69 O 3z, 13 72 oa m o! O O 0 e» Notice of Violation Responded to FAA with a letter and issue closed Description of Resolution: EA Number: (47_, M 12/10/2014 3 cc O 0 O N .1) O v 0 v a f0 5 C) C a °08 a 0 C Oa .0 N 0 w cg) pU )0 8.2 O),≤ N cCO ccaf 75 To _ n - �° �' 'm c o O O O) N N tssO N O - N a) O C))`o a.5. Notice of Violation a LU L a) a 0 C a) f/) C 0 co a C C O 7 co O c -C C C a W Description of Resolution: O M 0 EA Number: O O 0 64 O O 0 C O (0 O 0 8 z N O L N a'0 fo9 J ,C81'2 U (0 U7 0 F Description of Resolution: EA Number: Tuesday, March 07, 2017 } 8 co f o F c o- 0 f jk) ()k§{\22§ f/ 0 E>2 ��}\ko}3/) 06l-2—©- g -2a=. E°c2.ai .- C ! �2 k) 6\±&[]oz§$'2 k1\§�vk�kk)/\\\k 5{«2�]§\}(»[)�=— m E`# ©cr29f)@/)E )k§E±f752550• U) a\%)//p\\§)}272'- c,, To0 0._D2 a. - cam CO Rk(/2/}k\/\)k\\\ Notice of Violation a \ 0 Description of Resolution: EA Number: 0 } U, § \ 0 0 0 US Dept. of Justice Notice of Violation Payment of civil penalty Description of Resolution: EA Number: t-• ▪ )\ ^ 0 a. ?\ -8 c\ k 2a \ > D. o_ co 0 69 Failure to submit a Nitrate sample for 2014. Notice of Violation u § \ Description of Resolution: EA Number: Tuesday, March 07, 2017 I F, f Consent Administrative Order m § / Paid civil penalty Description of Resolution: EA Number: 7 co _ § I k Entered into a consent agreement and paid a civil Description of Resolution: EA Number: # § to Notice of Violation 0 \ 10/20/2016 Description of Resolution: Tuesday, March 07, 2017 Enforcement Action Summary Report 0. ti Alleged Violation Enforcement Type Fluoride discharge exceedance Notice of Violation O cr 0 z Response to the NORSD Description of Resolution: EA Number: O U) E O O O4 E cco g aa) Ud d y m y o on -O t ✓ Q. co E � O c O a 7 J L O) L E n x ^ J L t O E .coa0 Is co Ln N . 00 Q O O O O_ O a) U O z ti o b O gi CO a) w r0 o z ) N O N U) Error by the NEORSD Description of Resolution: EA Number: a, N N o d Q 13 0 to Ocs a7 C: �O 3w Z a) .c 0 0 IQ0 5 -oL c 'c C co m an E co c 3° a) c w TO E y m(v c t > 3 O O O E c co i= c E C Q N O C ▪ c .- 8E a)? rnai C" C co > N o Ws Notice of Violation 0 0 z N O N M Description of Resolution: EA Number: N co Q ` oo) O C O co a7 o E .o OJ (Ow ca 0 0 co c o ab mac) N C O O foo O Notice of Violation 0 O w N O CO m Description of Resolution: E,4 Number: Tuesday, March 07, 2017 Notice of Violation ( } \ \ Description of Resolution: EA Number: b @ \ q a f a Cr 0 O $ I§ _ / 3 k/ a= 2% 2L I 0 ) 711 ao 8 Description of Resolution: EA Number: S Notice of Violation \ § CO Description of Resolution: EA Number: 4 a \ \ Provided written description of actions taken to the City. Description of Resolution: EA Number: Tuesday, March 07, 2017 8 O fn a) C) V) O N 0 O a) C CC C C C M E E co • T . O E .E 7 co 0 .C J c C C E 0 O 0 O z 0 8 0 co z 0 CC arm O2 U) 10,C C g O O E - c3 CC C C D Paid the underground storage tank fee. Description of Resolution: EA Number: 0 o a3 O a) en 0 C Y a7 C O pp U O O a o To U Vi 3 � 0 a o cc c 2 N _ n. 5 C) C C T.) U C C a7 N .10 O C.) aO C O (V tea) C 8J x a) o o a) L En c L OU a) C 0 O 5 0 0 z is o O co C c0 o C Z Description of Resolution: EA Number: O O O 69 Discharge exceedance for Vanadium. C 0 CV O 5 0 8 0 z O .� O'- W a) Z 'o) Description of Resolution: EA Number: Discharge exceedance of vanadium. C 0 CVV O 5 0 8 0 z C o O L 0 gs- co a) V) 0 o C Z O N Co N Description of Resolution: EA Number: 0 0 O O O (A Discharge exceedance of tin and vanadium. C 0 co O 5 0 8 0 00 Oqj 0 V) 00 0 C Z ) Description of Resolution: EA Number: a O e Tuesday, March 07, 2017 0 0 8 0 Discharge exceedances of Fluoride in June 2016. c 0 O 5 0 O Z .c .c 0 0 5 v, y - r p C Z rn 0 0 N Description of Resolution: EA Number: Tuesday, March 07, 2017 Enforcement Action Summary Report z a. z v 0 Alleged Violation Enforcement Type > a) a 0 0 o ea in a) c E a) a E N N 0 O N m a) 7 a) c O U O O 3 ▪ u Ti o) c O • N f0 d 0 0 Z d Compliance Advisory LU Cl. N_ O CO Description of Resolution: EA Number: 0 0 O e3 O O 07 O 6 70 o a cc 0 0 63 a) 0i as U 0 O N a E > O ZC E3 IX d O c O O o O Compliance Advisory w a O U 0 a N Provided the November 2015 Discharge Monitoring Reports. Description of Resolution: EA Number: 0 0 O 63 0 0 cork Discharge exceedance of iron_ Compliance Advisory w a O U Provided a letter of explanation and corrective actions. Description of Resolution: EA Number: 0 0 O fn Compliance Advisory w a O U O a T Description of Resolution: EA Number: Tuesday, March 07, 2017 Enforcement Action Summary Report Alleged Violation Warning Letter/Notice O CV Description of Resolution: a EA Number: $581,236.00 CV S \ ± CO c b k # CO \ to |R)� 2/2I2D Cu ,6-G�.Va)0 -= 0;2 'E § § §;\�{ 7 22§• §kk2J§0 ,cot _ I V) 4) 23«)/kk/ )# -IC 2to $o2°a-O.-±$ Ic«333-0 c R�f2Cu § o 0 0 c R� 0 =�Ioc0C )f$&2 t3 E t§\ 2 ) .O1 -O CO 0-) E .-00 .cCCLL Ceof Notice of Violation } § \ Description of Resolution: o N - CV 7 ) 8 0O \ Notice of Violation a \ Description of Resolution: EA Number: Tuesday, March 07, 2017 S CPO O \\ CU ti jo o \/ CU CO DJ {\ )D ua Notice of Non -Compliance a \ \ \ Responded to ADEQ with additi Description of Resolution: EA Number: 8 / cci CO ) k / O r_ (1) )k$ 0.o c :{/% )) Rf J• -•o CDC C \ p" \ ) o CD )CCCD 8ro .2 Compliance Advisory 0 \ CO ( Paid civil penalty Description of Resolution: EA Number: S co 7 / 4 / 7\ < k\ {E o -o }.c ])a 52 Notice of Violation 0 ( { Description of Resolution: j \ EA Number: a % co \ to \ } Consent Administrative Order a } e \ Description of Resolution: EA Number: Tuesday, March 07, 2017 0 0 0 8 0 0 co Consent Administrative Order Four opacity events in excess of permitted limits. a w a Description of Resolution: EA Number: Tuesday, March 07, 2017 Alleged Violation Enforcement Type Notice of Violation r/ ▪ blo § 71 \ Description of Resolution: EA Number: § 6.1 \ } # Warning Letter/Notice 0 § O Description of Resolution: EA Number: 11/18/2014 } \ Notice of Violation 0 ) \ Paid the civil penalty. 2 EA Number: Tuesday, March 07, 2017 E E_ g Ea y c t o .- 0 .°- .1.) ca Ew E y c 'w Q 8 C p ° Notice of Violation a W 0 0 N Description of Resolution: EA Number: Tuesday, March 07, 2017 Enforcement Action Summary Report 0 .44 69 c 4 P Q.Q Alleged Violation Enforcement Type 0 0 0 D N E N f� C E D) O E 8 N U J 2° C .9 6j ONNNj � C Warning Letter/Notice Description of Resolution: EA Number: O O o) C C a O O 0 w > . `.) a)C goo c5, o O .CZ • co U a) o r O C • O • y o �▪ i O LO .)1 7 N LL Notice of Violation a W CN a Description of Resolution: EA Number: O 0 69 O O C S 0a>>°Oc p N .5O .O4) O N !« C 5 C O co co N C a — a) a g cE�,C�En w .rnE0. 5C9.cmyyo N O co .§ 2 O U G m N O O 0) U O 7 co 22v Ec co L tl. OO.L pC )E i E:78elcci.:,1: Up).L..tyaC CF'" C �, �N O C C C 0)E° c �13 M.;m C O9 .L... N O7 O U Q C N Q) Li. lo ,O a) J J N I- M Provided a written response Description of Resolution: EA Number: Tuesday, March 07, 2017 } Notice of Violation Description of Resolution: EA Number: S & } Notice of Violation Nebraska DEQ Entered into an administrative consent order Description of Resolution: 69 2 S d 0 S Description of Resolution: EA Number: $ 8 ))E Warning Letter/Notice O § z NJ Documentation or corrections provided to the agency Description of Resolution: EA Number: Tuesday, March 07, 2017 4 I 0 0 \7 )\ § tf E2 k 2\ ) E co 41 LL § Notice of Violation } Description of Resolution: EA Number: ) § q Warning Letter/Notice O ) § Provided information to the agency. Description of Resolution: EA Number: O ero I § K 2C /��e§ C ff/kf k§ - .E§$ Notice of Non -Compliance / § � 5 Description of Resolution: EA Number: a) 0 Notice of Violation CD § CO Description of Resolution: Tuesday, March 07, 2017 Enforcement Action Summary Report / CN / 2 )Et 6.5 0 � Alleged Violation Enforcement Type $ > 0 z Ii{ \\ <, \ / ( t Mailed response letter after disusing issue with HCPC. Description of Resolution: EA Number: N f> \vo � ± Notice of Violation / } Provided corrective actions to TCEQ. Description of Resolution: EA Number: 0 0 4.3 § Notice of Violation / cv Response submitted to the agency. EA Number: Tuesday, March 07, 2017 O d9 0 N 0 0 O T 0 O N a) 4-3 N s3 c w C N_ •E to °a CO O O) " c m 7 LL • 0 Notice of Violation w U v 0 O Response submitted to the agency. Description of Resolution: EA Number: O O O 0 N 0 la To as a) 0 0 O 2O C a) c a. a a) a 2 N o 3 ca) c ° ,E as ma) J Notice of Violation O w U H 0 0 Response submitted to the agency Description of Resolution: EA Number: 0 N N a) a E 19 E O O U m T ; L N C N Ea) V) O w E N 7 3 ro N LL N Notice of Violation O w U H 0 N N Description of Resolution: EA Number: n 0 N a a) 0 0 O e> ca O J 7 a° O 3 U >, c a co o V • N J r a• c N Y 2 E O • o a O 7 U- a Notice of Violation O w U H 11/18/2015 Response submitted to the agency Description of Resolution: EA Number: O CO 0 N Notice of Violation 0 w U H O 0 ON) Responded to agency with additional information. Description of Resolution: EA Number: I N C Tuesday, March 07, 2017 O O 0 F- O O O 0 Notice of Violation a W 0 F O 0 N Response submitted to the agency Description of Resolution: EA Number: O O 0 O 6 73 a) O O 0 sa Notice of Violation a W 0 F 0 0 N_ M Provided additional information. Description of Resolution: EA Number: a a 0 N 0 N Y O o ya m Response submitted to the agency. n O 'O O v O O O O 0 vs a aC O O i0 c o o ; ._vE a) 73 to 0. to O 13 C • � c E .O �O o m O (TO LL c Notice of Violation a W 0 F O 0 N Description of Resolution: EA Number: CO m G E co a O N g U 46 � L O. .0 E 4) 0 0 N co LL Notice of Non -Compliance a W 0 F- 0 0 N C) Response submitted to the agency Description of Resolution: EA Number: O O 0 vi O 3z, CF- a)a) 0 O f» Notice of Non -Compliance a W 0 H O 0 N Response submitted to the ag Description of Resolution: EA Number: Tuesday, March 07, 2017 0 3 82 oa a) 0 0 O a» a) 0 0 co O 'S a 0 c a) 5 0 a 0 a Fi L a Notice of Violation a w U <0 0 aJ Response submitted to the agency Description of Resolution: EA Number: n 0 N N 3 ,., 32 od ce c N V co c co N a 8 c m V w a) C C 5 co cn c Notice of Violation a w Responded to the agency Description of Resolution: EA Number: O O 0 O Ea 0 0 a) a 0 c 0 -6 3 a as o g aL... o .0 a Notice of Violation a w 0 N Of Description of Resolution: EA Number: O c_ c a 0 0 O <n 0 8A U) ° aNi T � a a N Or A • 8 a 0. N p E m 0 cn C 8 L Notice of Violation a w U r 0 N Description of Resolution: EA Number: Tuesday, March 07, 2017 Enforcement Action Summary Report a. ( } Alleged Violation L. el ) §�)- 0 2 $—;f=—°, = Ee°�, $ � ) co &- 00.-m —G@r�=c1#2 (m = .a C E \)§§k`\i7 e4---o(aE2 �&§Z]/d§$ co o:E co CE2ifo\- E —cd — ` Se/`OE: 27;k7/�2 2 ecE3c =2 Ea_ .5' )/§§;§§%2k Notice of Violation Description of Resolution: EA Number: 8 $ \ 2 Notice of Violation w 0 ) Description of Resolution: EA Number: 8 / 609. Notice of Violation / { Payment of civil penalty. Description of Resolution: EA Number: Tuesday, March 07, 2017 0 0 Notice of Violation § Description of Resolution: EA Number: co 7 } (17, ; .f a f= o {a2!) 9!S /\-.2o\ »22&Q k2=-2 23© k/)R��k}§6a2/Uf) oe�)§E§f2{)� 7.EU,oa/3 t(2@2§EJa ®2)):1$ a. ).e _,22.0 /)§#$`(k2 ��`#a) a)§)gElfal2f2J)(2-Ed f §f%/f2a�)C ;.a) 2§k)7/]-0(=k2%2§�. cta)UU, W'O' 5 k ($ { \ §I��Q.J �k§I/�f8 02==«of2]§72;-,i-2 T1, /kkk))7Z[2kf 42 /#(\ Notice of Violation \ 0 § Description of Resolution: EA Number: Tuesday, March 07, 2017 \ / Detailed Facility Report ECHO I US EPA hops://echo.epa.gov/detailed-facility-report?fid=110042050302 ECH Enforcement and Compliance History Online Detailed Facility Report Facility Summary USA LAMP & BALLAST RECYCLING INC 7800 ANTHONY WAYNE AVENUE, CINCINNATI, O1I 45216 0 FRS (FcaltikegistlySery cg ID: 110042050302 EPA Region: 05 Latitude: 39 20046 Longitude: -R4 47257 Locational Data Source. FRS Industry- Nonmetallic Mineral Product Manufacturing, Waste Management and Remediation Services Indian Country N Enforcement and Compliance Summary .,,• _ mt «.wew P.. m,�p',yS1w.111•+11=' on, 12 -Quarter Violation History CAA Under Development RCRA I 3 7 7 ') II Qu,iilvi C IN No Violation Nnnrnmolrance r 5iy,.ificant Violation Unknown Regulatory Information Other Regulatory Reports Clean Air Act (CAA): Operating Minor (OH0000001431074 I 27) Air Emissions Inventory (EIS1• No Information Clean Water Act (CWA): No information Greenhouse Gas S'missions (eGORT): Nu Resource Conservation and Recovery Act (RCRA)• Active )HP:A Information CESQG Operating'ISDF TSDF Transporter (O4 -W000109819) Toxic Releases (TR:). No Information Safe Drinking Water Act (SDWA): No Information Facility/System Characteristics Facility/System Characteristics Facility Address ,Ik,+4trnr'v r1,i on, anti {, I of 4 7/5/17, 9:40 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.gov/detailed-facility-report?fid=110042050302 Facility SIC(Standprt,IniiNs(riMlClpssificttion) Codes Facility Nj •(North American Industry Classification Syl4£mj Codes 411,411344-1.414 444)4! Facility Tribe Information r,‘ Inlui Enforcement and Compliance Compliance Monitoring History (5 years) XII 1114 Entries in italics arc not considered inspections in official counts Compliance Summary Data ant Ibr✓alan ap0.a.l lu'L:IYNtS10.a .Iaw4. ,4114.144014111111, 4111,444144,4019 Three Year Compliance Status by Quarter o VtRr .la. .n ..t n.Onf 18911+1 ,n4.1 411M I I.. ..II II 44,Iln II It 441,1444444444‘ 11.K:1,.,1l 4. 14441,1441 a l.l'-:I rill •WV' VIM. alas VIII 10 Vii II YIN It Y.Ii'M I.I V PM4:W.i .• 0,41 10 ...Y. I. ... IP I. Inl.l•Iln to II it N Informal Enforcement Actions (5 Years) 141, :riMhx4Hlll /[An fall r,,yuon4ttAl4 •1.501. 2 of 4 7/5/17, 9:40 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.gov/detailed-facility-report?fid=110042050302 Formal Enforcement Actions (5 Years) I(IS.ktntegratetl Compliance Information System) Case History (5 years) Environmental Conditions Water Quality Waterbody Designated Uses Air Quality Ilsua Pollutants Toxics Release Inventory History of Reported Chemicals Released in Pounds per Year at Site nhjv,i 0*lf+VOW 14 AR..! -.,t,, Iwarr+tlwuaove Toxics Release Inventory Total Releases and Transfers in Pounds by Chemical and Year 0 Demographic Profile Demographic Profile of Surrounding Area (3 Miles) 'Flits section provides demographic ,nformalro❑ regarding the community surrounding the facility. ECHO compliance data alone are not sufficient to determine whether violations at a particular facility had negative impacts on public health or the environment Statistics are based upon the 2010 US Census and American Community Survey data. and are accurate to the extent that the fact illy latitude and longitude listed below are correct The latitude and longitude are obtained !'rum the EPA Lncational Reference Table (LRT) when available 3 of 4 7/5/17, 9:40 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.gov/detailed-facility-report?fid=110042050302 , _... 14,4 au F.IM1Mn Anew Kluillro,pat: i4N.:<nvai '��derr.. I p.61 ,li”yron am. Ji Iasi. rsu Lawn nl...w whim. OAS 4 of 4 7/5/17, 9:40 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.govidetailcd-facility-report?fid=110009668243 ECH Enforcement and Compliance History Online Detailed Facility Report Facility Summary RETRIEV TECHNOLOGIES INC 265 QUARRY RD SE, LANCASTER, OH 43130 0 FRS (facility Registry S Ice) ID 110009668243 EPA Region. 05 Latitude 39 71327 Longitude: -82.54361 Locational Data Source: TRIS Industry: Waste Management and Remediation Services Indian Country N Enforcement and Compliance Summary 1 2 -Quarter Violation History (-AA Under Development Ag 5,, Vio i nHan< mprau« ■ tlafi,a',tV,al:Jon o Unknc, , .s.• w... n.n.w r,.. Hwy. ...Yaw * ,n ..w e«..nrr,.o..3 Y...w ,,..., n,,...,,,.... nr.. Wm,n,.... n.... Related Reports Air Pollutant Report View Envtrofacts Reports Facility/System Characteristics Facility/System Characteristics Regulatory Information Clean Air Act (CAA): Operating Minor (OH0000000123000290) Clean. Water Act (CWA): No Information Resource Conservation and Recovery Act (RCRA) Active (I IPA I_QG Operating TSDF TSDF (OHL)07I654958) Sale Drinking Water Act (SDWA)• No Information Other Regulatory Reports Air Emissions Inventory (ElSI: No Information Greenhouse Gas Emissions (eGGRT): No Information Foyle Releases (TRt) 43130TXCNC265QU ....,.aide, 1,71,23 3.3 313,31 Facility Address WW1 ltr�Mi. FlIkVM I of 5 7/5/17, 9:37 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.govidetailed-facility-report?fid=110000702473 ECH Enforcement and Compliance History Online Detailed Facility Report Facility Summary WM MERCURY WASTE INC 21211 DURAND AVE, UNION GROVE, WI 53182 FRS 1F Ili ggig(ry Servicej ID: 110000702473 EPA Region 05 Latitude 42 68164 Longitude: -88 0754 Locational Data Source: TRIS Industry: Primary Metal Manufacturing; Waste Management and Remediation Services Indian Country. N Enforcement and Compliance Summary e017,0144 nnn„,wpl,n.. 12 -Quarter Violation History NA 9 II 111 No Violation N„ntoinnrana al Significant Violation Unknown nog J. Related Reports Regulatory Information iJ Air Pollutant Report © CWA Pollutant Loadime Rcoort © CWA Effluent Chars © CWA Effluent Limit Exccedances Report View Envirofacis Reoons Facility/System Characteristics Facility/System Characteristics MI Clean Air Act (CAA): No Information Clean Water Act (CWA): Minor, Permit Pending (WIS067849) Resource Conservation and Recovery Act (RCRA): Active (HP LOG Operating TSDF TSDF Transporter (W1R000000356) Safe Drinking Water Act (SDWA): No Information Other Regulatory Reports Air Emissions Inventory (EIS): 804161I Greenhouse Gas Emissions (eGGRT). No Information Toxic Releases (fRI): 33182MRCRY2121 I ..or rv...,mts. ia.,rw, 0vl.l, tf,•liv �• 61041 Facility Address 1 of 4 7/5/17, 9:43 AM Detailed Facility Report I ECHO I US EPA https://echo.cpa.gov/detailed-facility-report?tid=110000702473 Facility SIC (. J ndurd Indpli i,gIctatsjficatign) Codes s.ww .,....,• .1144. Facility Tribe information Enforcement and Compliance Compliance Monitoring History (5 years) Facility Npjc i crth American Indlts(ry ClassififpOwl Salteptt) Codes ,4..11.. 11111„1•,:1111 .111 s4114 0.1:11 Fnines in italics ale not considered uispecnuns m official counts_ Compliance Summary Data 4444. YtiplyiinLUar.la11aru: w!.•wuliltiwu_:d:a,uo qrtrni s3,1 41111 Mn Three Year Compliance Status by Quarter 11!'11,1 1111 M Mt PI it. n,..» tw... n.. /113 00,46 nit 46,11 1>' .4111,? 1111 010 a1 4.,u MY t M.11bww w Mr 1,115 11 ia.4161, 1!_ 1-1:-2RI LI 4 P0s m0 tti mMll 161Y YtY1 ♦�.l i.vlw VW Informal Enforcement Actions (5 Years) 2 of 4 7/5/17, 9:43 AM Detailed Facility Report I ECHO US EPA https:Pectic .epa.gov%detailed-facility-report?fid=110000702473 Frig IrigYrIt altrorril 0,741011 Formal Enforcement Actions (5 Years) .1.(.15.LIVIKESEtgt1..CIA41).1idLic.i,.lA.f I R all.P..4..SYY..l.eln1 Case History (5 years) ;trtrultrrrl Fr, n,t [kts_.i.... Environmental Conditions Water Quality r-,iR+direta.IL.Ns '- r. *Y1Qt9idl1t®llM.ytinD..'i,• ^. UvDel'uri. .dllilllittAAlrrnNNt/1 49,Wtb.tAhbTdttor, l7! :Orr :ttarrkr Fr. Irno. tmNw. 144s rreskAtNv11 Will. tas, na'.:.r Waterbody Designated Uses Na.lch Cade I_antn.n[[ tR<wMw1. Hn:erneYl.[ Nora. I. re 1r 141MYIr IY.Yt t_..e YYY.1.. r.. Air Quality Pollutants 3 of4 7/5/17, 9:43 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.gov/detailed-facility-report?fid=110000702473 Tonics Release Inventory History of Reported Chemicals Released in Pounds per Year at Site 0 Air Pollutant Report TRI Pollution Prevention Report. immi Toxics Release Inventory Total Releases and Transfers in Pounds by Chemical and Year 0 b11 1.4! 1 t 1ff0. .11 att N a..� ♦,1 .II II �.I. l)emotr:Iphie Profile Demographic Profile of Surrounding Area (3 Miles) This section provides demographic information regarding the community surrounding the facility. ECHO compliance data alone are not sufficient to determine whether violations at a particular facility had negative impacts on public health or the environment. Statistics are based upon the 2010 US Census and American Community Survey data, and arc accurate to the extent that the facility latitude and longitude listed below arc correct The latitude and longitude are obtained from the EPA l ocational Reference Table 1 TM) when available MOO tamlfo a.... Wr.ily• I..* aruhd.. 4 of 4 7/5/17, 9:43 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.gov/detailed-facility-report?fad=110000903522 ECH Enforcement and Compliance History Online Detailed Facility Report Facility Summary LIGHTING RESOURCES, LLC 498 PARK 800 DR, GREENWOOD, IN 46143 0 FRS ( Facility Registry Seryicel ID 110000903522 EPA Region: 05 Latitude 39591857 Longitude: -86 095774 Locational Data Source: RCRAINFO Industry Merchant Wholesalers, Durable Goods; Waste Management and Remediation Services Indian Country N Enforcement and Compliance Summary 1II t n ell II M, ,.s... 1 2 -Quarter Violation History CAA Under Development flu:.A rerti r '.n Viale, ins aonc mulf.nee V,nl:anon n Unk: airs, • 41.46,01, Regulatory Information Clean Alf Act (CAA): Operating Synthetic Minor ([N0000001808100030) Clean Water Act (CWA): No Information Resource Conservation and Recovery Act (R('RA). Active (I -IPA LOG Operating TSDF TSDF Transporter (IN0000351387) Safe Drinking Water Act (SDWA). No Information Facility/System Characteristics Facility/System Characteristics IAnnw ,an,n„„ :,.mn�nwuw::u eun,xmm4•, NklWmn, Other Regulatory Reports Air Emissions Inventory (EIS): No Information Greenhouse Gas Emissions (eGGRT): No Information TOXIC Releases (TRI): 461,1WLG HTN-198PA Facility Address ,4144. sisis 1 of5 7/5/17, 9:39 AM Detailed Facility Report I ECHO ( US EPA https://echo.epa.gov/detailed-facility-report?fid=110000903522 Facility SIC( Lltndard Industrial Classification) Codes Facility NAICS (North American Industry Classification System) Codes Facility Tribe Information 11'1 ,..111 .biw... TA)* .4.1 Enforcement and Compliance Compliance Monitoring History (5 years) r❑It IC Compliance Summary Data 2 of 5 7/5/17, 9:39 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.gov,'detailed-facility-report?fid=110000903522 w�1 i.. .1U 1»1044<til ilW/n' aSs!gAl , + .. •'1 ,° ,,:sE i t>.',4mtwa' Three Year Compliance Status by Quarter 41411 1004,. p.. 0.0 Is MEE Ir 011, C...,0..1 Mom.. mr.goss 4.,M. 0000 Y.4e twl Yx+YN Itw.Lw Ik IRA 4,41: •• „tit i 4114,1 .00.0 ,10 x104.100 00014141. 41,1 till ,1 .11441 stn 1�.,.ti l]i.. �. X114 Fi! !., t0lll I.I�IN 1"1,11 ,.14 x.110 Yt1.1 1.14 414 0,0 14160 '141',14+!1* '14144141* .I 414)014 4,11,40 Informal Enforcement Actions (5 Years) CV 1,00 Formal Enforcement Actions (5 Years) 140.0 1441 111.x h.M. 3 of 5 7/5/I7, 9:39 AM Detailed Facility Report I ECHO US EPA https://echo.epa.gov/detailed-facility-report?fid=110000903522 tt It .1S1§ (Integrated Compliance Information $s j, rn) Case History (5 years) Environmental Conditions Water Quality Kwaw,e.ww Lwamp a.lu,waa xum.inaa:u� .>r.�n�sWc«uanr;u5:.;;m Waterbody Designated Uses Air Quality Pollutants Toxics Release Inventory History of Reported Chemicals Released in Pounds per Year at Site V MI loon r0 rnur.alnlior. U Pollution Prcvenu . nkRnW Mtww.n W}wn 10.1.e1 IN0. t11^m Cir.. 4.4 ',flux Kt . Toxics Release Inventory Total Releases and Transfers in Pounds by Chemical and Year 0 Mit I WPM' Demographic Profile Demographic Profile of Surrounding Area (3 Miles) This section provides demographic information regarding the community surrounding the facility. ECHO compliance data alone are not sufficient to determine whether violations at a particular facility had negative impacts on public health or the environment Statistics are based upon the 2010 US Census and American Community Survey data, and are accurate to the extent that the facility latitude and longitude listed below are correct The latitude and longitude are obtained from the CPA I ocational Reference Table (LRTm when available. 4 of 775/17, 9:39 AM Detailed Facility Report ECHO I US EPA https://echo.epa.gov/detailed-facility-report?fid=110000903522 Axc ilrcel.ern f.dutio+:. net fl4�..a 15 I�.0 u•..\n. 0.401001.0. L..n M. in.. ,. 14'5, Mown. OW I,i IA1M.1 I i,16Ai!BA1 *1/rhf S 511:1241 14.. u:e ,�.M1wi Sly,Axl ti.ebaAa1°el rtl'A NA. 5 of 5 7/5/17, 9:39 AM Detailed Facility Report I ECHO US EPA hrtps://echo.epa.gov/detailed-facility-report?tid-110038869864 ECH Enforcement and Compliance History Online Detailed Facility Report Facility Summary BATTERY SOLUTIONS LLC 5900 BRIGHTON PINES CT, HOWELL, MI 48843 O FRS (acil,it�-[2lgistryServicei ID I I0038869864 EPA Region OS Latitude 42 56712 Longitude •83 83644 Locational Data Source FRS Industry: Merchant Wholesalers, Durable Goods Indian Country N Enforcement and Compliance Summary 12 -Quarter Violation History Vinlannn NuncunpIianre ■ Siq,nficanl Viola,iun Unkn.+n., Regulatory Information Clean Air Act (CAA): No Information Clean Water Act (CWA), No Information Resource Conservation and Recovery Act (RCRAI. Active i,H SQG (MIK926163767) Safe Drinking Water Act (SDWA): No Information Facility/System Characteristics Facility/System Characteristics Other Regulatory Reports Air Emissions Inventory I EIS)- No lnfonmation Greenhouse Gas Emissions (cGGRT): No htionration Toxic Releases (TRli No Information Facility Address Facility SIC (Standard Industrial Classification) Codes Facility NAICS (North American Industry Classification S.ystem) Codes I of 3 7/5/17, 9:46 AM Detailed Facility Report I ECHO I US EPA https://echo.epa.gov/detailed-facility-rcport?fid=110038869864 ikcacAccr I«. .EC.MM>f» ,1KM Facility Tribe Information Ih I1IM/In Enforcement and Compliance Compliance Monitoring History (5 years) Entries in italics are not conside,ed inspections in olTiciat counts Compliance Summary Data ccccc• a�srs�e�.rL.«,r,l„ u•_uwn.>n�u.��� .It>YMMIM, Three Year Compliance Status by Quarter Informal Enforcement Actions (5 Years) cc,- w ,.., Formal Enforcement Actions (5 Years) tSu th.11egr:ltf!.(..C.Q999liance to.fmrximilk9a5alcull Case History (5 years) C.IpmustAtelm9, Environmental Conditions Water Quality EAU Mo.* Mar. groccoc Waterbody Designated Uses 2 of 3 7/5/17, 9:46 AM Detailed Facility Report ECHO US EPA https://echo.epa.gov/detailed-facility-report?fid-110038869864 Air Quality Pollutants Tusks Release Inventory History of Reported Chemicals Released in Pounds per Year at Site t'.) Toxics Release Inventory Total Releases and Transfers in Pounds by Chemical and Year 0 Demographic Profile Demographic Profile of Surrounding Area (3 Miles) This section provides demographic infomiauon regarding the community surrounding the facility. ECHO compliance data alone are not sufficient to determine whether violations at a particular facility had negative impacts on public health or the environment Statistics are based upon the 2010 US Census and American Community Survey data, and are accurate to the extent that the facility latitude and longitude listed below arc correct The latitude and longitude are obtained from the EPA I.ocational Reference Table (I RT) when available aw. ae.rw. IV) w....„Kan .M+a, 3 01-'3 7/5/17, 9:46 AM Jamie Creekmore PROFESSIONAL RESUME a. Name, Title & Local Company Address: Jamie Creekmore Technical Services District Manager Clean Harbors Environmental Services 2150 North 470 East Tooele, Utah 84074 b. Corporate Address: Clean Harbors Environmental Services 42 Longwater Drive Norwell, Massachusetts 02061 c Years of Experience — With This Firm: 16 1 With Other Firms: 10 d. Education: Degree(s) / Specialization & Licenses / Registrations • A.AS., Business Management — Salt Lake Community College • Certified Emergency Medical Technician • CPR I First Aid I AED Certified e. Other Experience and Qualifications: • As the Technical Services District Manager, Jamie Creekmore is responsible for all the Sales and Operational aspects associated with drum pickups and disposal, CleanPack® Services (i.e., lab pack, HHW collection events, etc.) and logistics for Utah, Idaho, Montana, Wyoming, Colorado, New Mexico, Arizona and Western Nebraska. Ms. Creekmore is also responsible for the training and management of all personnel within her Technical Services' organization. • Previously, Ms. Creekmore was the Technical Services Operations Manager for Clean Harbors' Tooele, Utah Service Center. Her responsibilities included (but are not limited to): organizing personnel and equipment resources to ensure their availability for servicing customers and collection events, supervising billing, managing her region's health and safety compliance, and ensuring the health and safety of her employees. • Prior to her promotion to Operations Manager, Ms. Creekmore was a Technical Services Coordinator, and directly responsible for operational execution of all CleanPack and waste transportation and disposal operations for Utah, Idaho, Western Montana, and Western Wyoming. Truck drivers and Chemists at the Tooele, Utah Service Center reported to her. • Ms. Creekmore joined the Clean Harbors' team as a Facility Logistics Coordinator. Unlike her other Coordinator position, she was primarily responsible for scheduling waste shipments in and out of Clean Harbors' Aragonite Incinerator and Clive Rail Hub Facility (both of which are located in Utah). • While working for other environmental companies, Jamie Creekmore's job titles included Office Manager, Customer Service Specialist, Human Resources Supervisor, and Audit Team Specialist. Page 1 of 2 Jamie Creekmore PROFESSIONAL RESUME f. Environmental & Health and Safety Training: • 40 -Hour OSHA HAZWOPER • 8 -Hour OSHA HAZWOPER Annual Refresher 24 -Hour OSHA Safety Training Annual RCRA Training • DOT Regulations Training for Hazardous Materials Employees Federal Motor Carrier / Clean Harbors' Policies and Procedures Transportation Security Awareness Training Blood -borne Pathogens Training Medical Surveillance Program I Quantitative Fit Test Page 2 of 2 CleapHariiii6 ENVIRONMENTAL SERVICES' Darla L. Klinkhammer PROFESSIONAL RESUME a. Name, Title & Local Company Address: Darla Klinkhammer Technical Services Branch Manager 4721 Ironton Street Unit B Denver, CO 80239 b. Corporate Address: Clean Harbors Environmental Services, Inc. 42 Longwater Drive Norwell, MA 02061 781.792.5000 c. Years of Experience — With This Firm: 24 F With Other Firms: I d. Education: Degree(s) / Specialization & Licenses / Registrations Certified File Management Certified EMT B (no longer licensed) Certified Nursing Assistant e. Other Experience and Qualifications: • As Technical Services Branch Manager, Ms. Klinkhammer, Ms. Amerman is responsible for the Sales and Operational aspects associated with drum pickups and disposal, CleanPack Services, and logistics in the Denver market. She is also responsible for the Health & Safety, training, and management of all personnel within the Technical Services organization in Colorado and Utah. Additional responsibilities are ensuring profitability and managing the Profit and Loss of the facility and overall customer satisfaction. • In this past year as Operations Manager, Ms. Klinkhammer has managed a variety of people and positions. She has managed large scale household waste events from initial planning to end of day of the event. • Previously, as a Logistics coordinator, Ms. Klinkhammer spent 22 years managing drivers; their schedules for servicing customers, equipment vehicles, & maintenance files. Adhered to all compliance & DOT rules & regulations in regards to drivers' logs & vehicle maintenance files. Managed payroll, purchase orders, & billing for this region. f. Environmental & Health and Safety Training: • 40 -Hour OSHA Certification • 24 -Hour RCRA Training • 16 -Hour DOT Training • First Aid/CPR Training Page 1 of I IeanHarbor Carol Rodriguez PROFESSIONAL RESUME a. Name, Title & Local Company Address: Carol Rodriguez Regional CleanPack® Coordinator Clean Harbors Environmental Services 4721 Ironton Street, Unit B Denver, Colorado 80239 b. Corporate Address: Clean Harbors Environmental Services 42 Longwater Drive Norwell, Massachusetts 02061 c. Years Experience — With This Firm: 5 I With Other Firms: 0 d. Education: Degree(s)/ Specialization & Licenses / Registrations • 40 -Hour Clean Harbors CleanPack® Chemist Lab Pack Training • Class B Commercial Drivers License with Hazardous Materials Endorsement • CPR I First Aid I AED Certified • Associates Degree in Business. Regis, Denver, CO e. Other Experience and Qualifications: • As the Regional CleanPack® Coordinator, Carol Rodriguez oversees daily operations of his region's CleanPack® Division. Her responsibilities include supervising chemists, organizing personnel and equipment, supervising all large-scale household hazardous waste collection events and lab pack projects, and ensuring the health and safety of her employees. • Previously, Carol was a CleanPack® Chemist for Clean Harbor's Denver Service Center. Her responsibilities included the supervision and oversight of daily lab pack jobs; participation in HHW collection events; the development and training of new CleanPack® Chemists; and typical chemist duties (e.g. segregating known waste, testing and characterizing unknown waste, and sampling, profiling, packaging, labeling, and manifesting of all waste for transportation and disposal). f. Environmental & Health and Safety Training: • 40 -Hour OSHA HAZWOPER • 8 -Hour OSHA HAZWOPER Annual Refresher • 16 -Hour New Driver Training • Annual RCRA Training • DOT Regulations Training for Hazardous Materials Employees • Federal Motor Carrier / Clean Harbors' Policies and Procedures • Transportation Security Awareness Training • Medical Surveillance Program I Quantitative Fit Test • Compressed Gas Cylinder Evaluation & Shipment Protocol Training Page 1 of 2 leanlarbor Carol Rodriguez PROFESSIONAL RESUME • Labpacks for University of Wyoming and University of Northern Colorado • Household Hazardous Waste Collection Event Supervisor Training • Supervised & coordinated Household Hazardous Waste Events Page 2 of 2 IeanHarbor Michael Bannister PROFESSIONAL RESUME a. Name, Title & Local Company Address: Michael Bannister Chemist Clean Harbors Environmental Services, Inc. 4721 fronton Street, Unit B Denver, CO 80239 b. ' Corporate Address: Clean Harbors Environmental Services 42 Longwater Drive Norwell, Massachusetts 02061 c Years Experience — With This Firm: 2 With Other Firms: 0 d. Education: Degree(s) / Specialization & Licenses / Registrations • 40 -Hour Clean Harbors CleanPack Chemist Training • Class B Commercial Drivers License with Hazardous Materials Endorsement • Bachelor's Degree in Biology & Chemistry. Metropolitan State University, Denver, CO e. Other Experience and Qualifications: • As a CleanPack Chemist for Clean Harbors' Michael Bannister is responsible for assisting the Lead CleanPack Chemist(s) during lab packing operations (i.e. segregation of known waste, packaging, labeling, and manifesting); as well as onsite sampling and profiling of drummed waste. • Other responsibilities include (but are not limited to): El The safe and compliant execution of large lab pack projects / jobs El Adhering to field standard operating procedures El Understanding customer -specific disposal options and/or special packaging requirements 11 Executing projects / jobs according to budget El Conducting / attending site safety meetings prior to beginning onsite operations EL Managing projects / jobs according to site safety plans El Recording accurate billing information to ensure proper customer invoicing El Properly loading and segregating waste for compatibility and DOT compliance El Transporting hazardous waste containers using a box truck EI Labpack for University of Northern Colorado, University of Wyoming El Ran lead on Household Hazardous Waste Events El Insite duties for Lockheed Martin Page 1 of 2 IeanHarbor Michael Bannister PROFESSIONAL RESUME f. Environmental & Health and Safety Training: • 40 -Hour OSHA HAZWOPER • 8 -Hour OSHA HAZWOPER Annual Refresher 24 -Hour RCRA Training • DOT Training for Hazardous Materials Employees • Federal Motor Carriers Safety Training • Bloodborne Pathogens Training Respirator Fit Test Page 2 of 2 IeanHarbor Douglas Meadows PROFESSIONAL RESUME a. ; Name, Title & Local Company Address: Douglas Meadows Chemist Clean Harbors Environmental Services, Inc, 4721 Ironton Street, Unit B Denver, CO 80239 b. Corporate Address: Clean Harbors Environmental Services 42 Longwater Drive Norwell, Massachusetts 02061 c. Years Experience — With This Firm: 4 l With Other Firms: 0 d. Education: Degree(s) / Specialization & Licenses I Registrations • 40 -Hour Clean Harbors CleanPack Chemist Training e. Other Experience and Qualifications: • As a CleanPack Chemist for Clean Harbors' Douglas Meadows is responsible for assisting the Lead CleanPack Chemist(s) during lab packing operations (i.e. segregation of known waste, packaging, labeling, and manifesting); as well as onsite sampling and profiling of drummed waste. • Other responsibilities include (but are not limited to): F The safe and compliant execution of large lab pack projects / jobs El Adhering to field standard operating procedures ll Understanding customer -specific disposal options and/or special packaging requirements El Executing projects / jobs according to budget El Conducting / attending site safety meetings prior to beginning onsite operations l l Managing projects / jobs according to site safety plans El Recording accurate billing information to ensure proper customer invoicing El Properly loading and segregating waste for compatibility and DOT compliance ll Transporting hazardous waste containers using a box truck f. j Environmental & Health and Safety Training: • 40 -Hour OSHA HAZWOPER • 8 -Hour OSHA HAZWOPER Annual Refresher • 24 -Hour RCRA Training • DOT Training for Hazardous Materials Employees • Federal Motor Carriers Safety Training • Bloodborne Pathogens Training • Respirator Fit Test Page 1 of 1 IeanHarbor Emily Froese PROFESSIONAL RESUME a. Name, Title & Local Company Address: Emily Froese Chemist Clean Harbors Environmental Services, Inc 4721 Ironton Street, Unit B Denver, CO 80239 b. Corporate Address: Clean Harbors Environmental Services 42 Longwater Drive Norwell, Massachusetts 02061 c Years Experience — With This Firm: 2 With Other Firms: 0 d. Education: Degree(s) / Specialization & Licenses / Registrations • 40 -Hour Clean Harbors CleanPack Chemist Training • Class B Commercial Drivers License with Hazardous Materials Endorsement • BS in Environmental Health Sciences e. Other Experience and Qualifications: • As a CleanPack Chemist for Clean Harbors' Emily Froese is responsible for assisting the Lead CleanPack Chemist(s) during lab packing operations (i.e. segregation of known waste, packaging, labeling, and manifesting); as well as onsite sampling and profiling of drummed waste. • Other responsibilities include (but are not limited to): El The safe and compliant execution of large lab pack projects / jobs El Adhering to field standard operating procedures 0 Understanding customer -specific disposal options and/or special packaging requirements El Executing projects / jobs according to budget El Conducting / attending site safety meetings prior to beginning onsite operations El Managing projects / jobs according to site safety plans El Recording accurate billing information to ensure proper customer invoicing Er Properly loading and segregating waste for compatibility and DOT compliance El Transporting hazardous waste containers using a box truck El Labpack at University of Wyoming and University of Northern Colorado Q Lead on Household Hazardous Waste events Page 1 of 2 IeanHarbor Emily Froese PROFESSIONAL RESUME f. Environmental & Health and Safety Training: • 40 -Hour OSHA HAZWOPER • 8 -Hour OSHA HAZWOPER Annual Refresher • 24 -Hour RCRA Training • DOT Training for Hazardous Materials Employees • Federal Motor Carriers Safety Training • Bloodborne Pathogens Training • Respirator Fit Test Page 2 of 2 leanHarbor Melvin Khur PROFESSIONAL RESUME a. Name, Title & Local Company Address: Melvin Khur Chemist Clean Harbors Environmental Services, Inc. 4721 Ironton Street, Unit B Denver, CO 80239 b. Corporate Address: Clean Harbors Environmental Services 42 Longwater Drive Norwell, Massachusetts 02061 c. Years Experience — With This Firm: 2 i With Other Firms: 5 d. Education: Degree(s) / Specialization & Licenses / Registrations • 40 -Hour Clean Harbors CleanPack Chemist Training • Class B Commercial Drivers License with Hazardous Materials Endorsement e. Other Experience and Qualifications: • As a CleanPack Chemist for Clean Harbors' Melvin Khur is responsible for assisting the Lead CleanPack Chemist(s) during lab packing operations (i.e. segregation of known waste, packaging, labeling, and manifesting); as well as onsite sampling and profiling of drummed waste. • Other responsibilities include (but are not limited to)'. RI The safe and compliant execution of large lab pack projects /jobs IZI Adhering to field standard operating procedures RI Understanding customer -specific disposal options and/or special packaging requirements WI Executing projects / jobs according to budget RI Conducting / attending site safety meetings prior to beginning onsite operations 0 Managing projects / jobs according to site safety plans CI Recording accurate billing information to ensure proper customer invoicing 0 Properly loading and segregating waste for compatibility and DOT compliance RI Transporting hazardous waste containers using a box truck f. Environmental & Health and Safety Training: • 40 -Hour OSHA HAZWOPER • 8 -Hour OSHA HAZWOPER Annual Refresher • 24 -Hour RCRA Training • DOT Training for Hazardous Materials Employees • Federal Motor Carriers Safety Training • Bloodborne Pathogens Training • Respirator Fit Test Page 1 of 1 Marcia Walters From: Sent: To: Cc: Subject: Attachments: Good Afternoon, EBERT, BRIAN JAMES <ebert.brian@cleanharbors.com> Thursday, July 06, 2017 1:37 PM bids Holdaas, Suzanne M Clean Harbors Bid for Bid Number B1700114, Household Hazardous Waste Pickup & Disposal Services Clean Harbors Proposal for Bid Number B1700114 HHW Pickup and Disposal Services.pdf; Attachment 1 - 5 Year Compliance Histories.pdf; Attachment 2 - Staff Resumes.pdf; Attachment 3 - 2016 Annual Report.pdf Attached please find Clean Harbors offering for bid B1700114. We appreciate this opportunity to continue to offer our services to Weld County. By submitting this bid via email we hereby waive our right to a sealed bid. Please don't hesitate to contact us with any questions. Thank you. Safety Starts with Me: Live It 3-6-5 Brian Ebert Senior Proposal Manager Clean Harbors (o) 803.520.2919 ebert.brian@cleanharbors.com www.cleanharbors.com IeanNarbar n.� 1 Y/7 Memorandum To: Julie A. Cozad, Chair, Board of County Commissioners From: Dr. Mark E. Wallace, Executive Director, Department of Public Health and Environment Date: August 4, 2017 Subject: Bid Request No. B1700114; Household Hazardous Waste Pickup & Disposal Services The Department of Public Health and Environment has reviewed the bid proposals for bid request number B1700114, Household Hazardous Waste Pickup & Disposal Services. Two proposals were submitted for the service period of August 27, 2017, through August 26, 2018. The bids were evaluated based on disposal pricing and overall services offered. Based on the bid proposals submitted, the Department is recommending the County select Clean Harbors Environmental Services. Clean Harbors presented the lowest bid, with the inclusion of services needed. BID EVALUATION: We requested pricing as well as information for method of treatment or disposal based on 35 types of waste which are routinely accepted at our facilities. For the mass majority of waste types, Clean Harbors presented the lowest cost. All other factors evaluated were equal. Clean Harbors has also been our disposal contractor for the past three years, and we have not had any major issues with their service. HA, WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters@co.weld.co.us E-mail: reverett[c�co.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JULY 7, 2017 REQUEST FOR: HOUSEHOLD HAZARDOUS WASTE PICKUP SERVICES DEPARTMENT: ENVIRONMENTAL HEALTH BID NO: #B1700114 PRESENT DATE: JULY 12, 2017 APPROVAL DATE: JULY 26, 2017 **MOVE OUT TO AUGUST 9, 2017** VENDORS CLEAN HARBOR ENVIRONMENTAL SERVICES INC 42 LONGWATER DRIVE NORWELL MA 02061 VEOLIA ES TECHNICAL SOLUTIONS LLC 9131 EAST 96 AVE HENDERSON CO 80640 THE BIDS ARE BEING REVIEWED. Z2rie apteS WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(aco.weld.co.us E-mail: reverett(c�co.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JULY 7, 2017 REQUEST FOR: HOUSEHOLD HAZARDOUS WASTE PICKUP SERVICES DEPARTMENT: ENVIRONMENTAL HEALTH BID NO: #B1700114 PRESENT DATE: JULY 12, 2017 APPROVAL DATE: JULY 26, 2017 VENDORS CLEAN HARBOR ENVIRONMENTAL SERVICES INC 42 LONGWATER DRIVE NORWELL MA 02061 VEOLIA ES TECHNICAL SOLUTIONS LLC 9131 EAST 96 AVE HENDERSON CO 80640 THE BIDS ARE BEING REVIEWED. 2017-2063 l42- bbz{'9
Hello