Loading...
CM-2021-098 - 4/9/2021CITY OF ROUND ROCK AGREEMENT FOR THE TRANSPORTATION, DISPOSAL AND DESTRUCTION OF HAZARDOUS CHEMICALS AND MATERIALS WITH VEOLIA ES TECHNICAL SOLUTIONS, LLC THE STATE OF TEXAS § CITY OF ROUND ROCK § COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § KNOW ALL BY THESE PRESENTS: THAT THIS Agreement for the transportation, disposal and destruction of hazardous chemicals and materials for the Po 'c Department (referred to erein 0 the "Agreement"), is made and entered into on this the ay of the month of I'(/ , 2021, by and between the CITY OF ROUND R K, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as "City") and VEOLIA ES TECHNICAL SOLUTIONS, LLC whose offices are located at 14319 Gregg Manor Road, Suite 201, Manor, Texas 78653 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase services for the transportation, disposal and destruction of hazardous chemicals and materials for the City's Police Department; and WHEREAS, City has issued its "Request for Proposal" for the provision of said goods and services; and WHEREAS, City has determined that the Proposal submitted by the Services Provider provides the best value to the City; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified goods a&or services and Services Provider is 00467899. ss2 e4c,4-�?_02/- M(? obligated to pay for said good and/or services. The Agreement includes the following: (a) City's Request for Proposal, designated Solicitation Number 20-025 ("RFP"); (b) Services Provider's Proposal ("Proposal"); (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order. (1) This Agreement; (2) Proposal; (3) RFP, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect, unless and until it expires by operation of the term stated herein, or until terminated as provided herein. B. The term of this Agreement is for thirty-six months (36) months from the effective date hereof. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement, with or without cause, or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply the services as outlined in the RFP and Proposal submitted by Services Provider, all as specified in Exhibit "A," attached hereto and incorporated herein by reference. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the RFP and as offered by Services Provider in its Proposal. The services which are the subject of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED AND SCOPE OF WORK A. All bid items listed on "Attachment D Cost Proposal Sheet" in Exhibit "A" and as set forth herein are awarded to Services Provider. B. For purposes of this Agreement, City has issued documents delineating the required services (specifically 1FB 18-032). Services Provider has issued its response agreeing to provide all such required service in all specified particulars. All such referenced documents are included in Exhibit "A." When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. C. Services Provider shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for the City andlor advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS A. Only if, as, and when needed by City, the costs listed on Attachment D Cost Proposal Worksheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Services Provider. B. Services Provider specifically acknowledges and agrees that City is not obligated to use any estimated quantity of services, and City may not expend in excess of Twenty -Two Thousand Seven Hundred Twenty -Five and No/100 Dollars ($22,725.00) for the term of this Agreement. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1. 101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful Services Provider(s) and the City. Such agreement shall be conclusively inferred for the Services Provider from lack of exception to this clause in the Services Provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. 8.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may affect such termination by giving Services Provider a written notice of termination at the end of its then current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, andior deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and;'or deliverables or services, whichever is later. Services Provider may charge interest on an overdue payment at the "rate in effect" on September I of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, a subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or B C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products or services from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all requirements attached as Exhibit "B," incorporated herein by reference for all purposes. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Cliff Saylor Division Manager — PD Support 2701 North Mays Street Round Rock, Texas 78664 512-671-2833 csay lor-ci-roundrocktexas.ttov 5 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform_ In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the performance of this ttq l Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Services Provider shall submit a statement showing in detail the goods andfor services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Services Provider shall indemnify and defend the City, its officers, agents, servants, and employees from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees incident to the performance of Services Provider's obligations under this Agreement, and arising out of a willful or negligent act or omission of the Services Provider, its officers, agents, servants and employees, but shall have no obligation to indemnify the City for any loss or damage of any kind, including death or injury resulting therefrom, caused by the negligence of the City or anyone for whose acts the City may be liable. Nothing herein shall be deemed to limit the rights of City or Services Provider (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES A. Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. Services Provider acknowledges and understands that City has adopted a Storm Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all operations on City -owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of the City's stormwater control measures, good housekeeping practices and any facility specific stormwater management operating procedures specific to a certain City facility. In addition, the Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load (TMDL) Requirements andlor I -Plan requirements. C. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of 7 Services Provider verifies Services Provider does not boycott Israel and will not boycott Israel during any term of this Agreement. 20.01 ENVIRONMENTAL PROVISIONS In addition to the terms and conditions contained herein, if the services involve the transportation and disposal of hazardous waste, the following environmental provisions shall also apply: A. Definitions: The following terms used in this Agreement shall have the meanings set forth below: (i) "Profile Sheet" means a standard Waste Profile Street executed by the City. (ii) "Services" means analytical, collection, management, treatment, remediation, transportation, disposal and recycling services and such other services which Services Provider may perform from time to time with respect to City's waste materials. (iii) "Waste Materials" means any chemical substance, or material designated or regulated as a "hazardous material," "hazardous waste," "toxic substance" or any similar designation (including petroleum products) by any national, federal, state, provincial, or local government (including any agency, authority, department, instrumentality or other subdivision of the foregoing) having or asserting environmental regulatory jurisdiction with respect to the substance or material generated pursuant to 40 CFR 260.10. (iv) "Universal Wastes" means those wastes defined in 40 CFR 273.4. B. The City warrants that Waste Materials in the Profile Sheet will contain and true and correct description of the City's waste material and that such Waste Material will conform to this description. If the City's Waste Materials do not conform to the descriptions and specifications stated in the corresponding Profile Sheet, Services Provider and the City shall, in good faith, attempt to amend the corresponding Profile Sheet and any other pertinent documents and/or correct any improper containerization, marking or labeling to enable Services Provider to accept such non -conforming Waste Materials at a facility. If the parties cannot, within a reasonable time after the Services Provider notifies the City that the Waste Materials are non- conforming, resolve the same as set forth above, the City shall make prompt arrangements for the removal of such non -conforming waste materials from the facility at which they are located to another lawful place of storage or disposal. The City agrees to pay Services Provider its reasonable expenses and charges incurred with respect to the City's non -conforming waste materials. In the event Services Provider performs services on premises owned or controlled by the City, the City will provide Services Provider with a safe workplace, and if Services Provider requests that work areas be secured, the City will be solely responsible for securing such work areas and for preventing anyone other than the designated personnel from entering the designated work areas. In the case of Universal Wastes, City must provide an accurate piece count for each of the items being shipped to the Services Provider (lamps, bulbs, monitors, etc.). In the absence of the piece count on shipping documents, the piece count made by Services Provider at the receiving facility shall be conclusive and final. C. Neither party shall be liable to the other for consequential damages, including loss of use of lost profits. With respect to the City's Waste Materials being shipped to a third party facility for disposal, and notwithstanding anything to the contrary in this Agreement, Service Provider's aggregate liability arising out of services provided hereunder, other than transportation services provided by Services Provider or storage, treatment, and(or disposal services provided by Services Provider at Service Provider's locations, shall not exceed the greater of the aggregate fees paid in any calendar year hereunder or one million dollars ($1,000,000.00). 21.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 22.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: Veolia ES Technical Solutions, LLC 14319 Gregg Manor Road, Suite 201 Manor, TX 78653 Notice to City: City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 9 23.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 24.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 25.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 26.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 27.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Services 10 A Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City Round Rock, Texas By: r�Jtin _ Vag _ Printed NaMc: A Title: � YYWyi � Date Signed: Attest: po�uBy: - # -- Sara White, City Clerk For 4StephaSIheets, ved as toZ,� By:. L . City Attorney Veolia E$jechgical Solutions, LLC By: Printed NarW Carson JarnaQin Title: General Manager _ Date Signed: 3/2512021 Exhibit "A" :K TEXAS City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) TRANSPORTATION, DISPOSAL, AND DESTRUCTION OF HAZARDOUS CHEMICALS AND MATERIALS FOR POLICE DEPARTMENT SOLICITATION NUMBER 24-025 SEPTEMBER 2020 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/item: 962-45 September 2020 TRANSPORTATION, DISPOSAL, AND DESTRUCTION OF HAZARDOUS CHEMICALS AND MATERIALS FOR POLICE DEPARTMENT PART GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after "the City" seeks proposals from firms experienced in transportation, disposal, and destruction of hazardous chemicals and materials for Class 1 drugs and contaminated gear. The City seeks the transportation of these materials from our site to the Contractor's disposal/destruction site. 2. BACKGROUND: The City of Round Rock Police Department (CORRPD) is court -ordered to properly dispose of any collected Class 1 controlled substances at least twice a year. The City is seeking facilities experienced and certified in the proper transportation, disposal, and destruction of these chemicals, any contaminated gear, clothing, and other items. 3. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I — General Requirements Page(s) 2-4 Part II — Definitions, Standard Terms and Conditions and Insurance Requirements Page 5 Part III — Supplemental Terms and Conditions Page(s) 6-8 Part IV — Scope of Work Page(s) 9-13 Part V — Proposal Preparation Instructions and Evaluation Factors Page(s) 14-16 Attachment A — Proposal Submittal Form and Execution Page 17 Attachment B — Reference Sheet Page 18 Attachment C — Proposal Checklist Page 19 Attachment D — Cost Proposal Worksheet Page 20 Attachment E — Subcontractor tnformation Form Page 21 4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact: Amanda Crowell Purchaser Purchasing Division City of Round Rock Phone: 512-218-5458 E-mail: acrowellflroundrocktexas.aov Cheryl Kaufman Purchasing Supervisor Purchasing Division City of Round Rock Phone. 512-218-5417 E-mail: ckaufman roundrocktexas.gov The individual listed above is the only authorized City contact for this solicitation. The authorized purchasing contact may be contacted by e-mail for clarification for this solicitation including specifications. No other City employee or representative may be contacted about this solicitation prior to contract approval. No authority is intended or implied that specifications may be amended, or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. Page 2 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 96245 September 2020 5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released September 8, 2020 Deadline for submission of questions September 17, 2020 @ 5:OOPM City responses to questions or addendums Approximately September 22,2020 Deadline for submission of responses October 5, 2020 @ 3:OOPM CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: https://www.roundrocktexas.gov/businesses/solicitations Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: httpsJlwww.roundrocktexas.gov/businesses/solicitations/ 6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://www.roundrocktexas.gov/businesses/solicitations for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancellations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in PART I, Section 5 — Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn: Amanda Crowell Purchasing Division 221 E. Main Street Round Rock, Texas 78664-5299 A. Sealed responses shall be clearly marked on the outside of packaging with the RFP Solicitation title, number, due date, and "DO NOT OPEN". B. Facsimile or electronically transmitted responses are not acceptable. C. Responses cannot be altered or amended after opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written proposal. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Receipt of all addenda to this RFP must be acknowledged, signed, and included with the proposal response. H. Late Proposal(s) will not be considered under any circumstances and will be returned unopened if a return address is provided. 8. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. A. Respondent shall submit one (1) evident signed "Original" and one (1) identical electronic copy of the RFP response on a flash drive. The submittal is required to include all addendums and requested attachments. The RFP response along with samples and/or copies shall be provided at the Respondents expense and shall become the property of the City. Page 3 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 C lass/Item: 96245 September 2020 B. This request for proposal (RFP) does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response of preparation to this RFP; all costs associated with responding to this RFP will be solely at the interested parties' expense. Not responding to this RFP does not preclude participation in any future RFPIRFQIIFB. C. For your RFP submittal to be considered responsive, the attachments identified below shall be submitted with your proposal. c; Addendums: Addendums may be posted to this solicitation. Respondents are required to submit signed addendums with their sealed response. The Respondent shall be responsible for monitoring the City's website at https:llwww. roundrocktexas govlbusinesseslsolicitationsl for any updates pertaining to the solicitation. o Attachment A: PROPOSAL SUBMITTAL FORM AND EXECUTION: Failure to complete, sign, and return the proposal submittal form and execution with your offer by the deadline will result in the disqualification of your proposal. Attachment B: REFERENCE SHEET: Provide the name_ address, telephone number and E- MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. Attachment C. PROPOSAL CHECKLIST. The attached checklist is a more complete list of items required with your proposal submission. r Attachment D: COST PROPOSAL WORKSHEET: The cost proposal worksheet must be completed in order for the submittal to be considered responsive.: 9. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the Texas Public Information Act, Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances. A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. B. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. 10. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2 CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose principals are suspended or debarred from doing business with the Federal Government, State of Texas, or the City of Round Rock. 11. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295 "Certificate of Interested Parties" that is signed for a contract award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the Texas Ethics Commission website, printed, signed and submitted to the City Clerk upon request by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https-llwww ethics state tx uslwhatsnewlelf_info form1295 htm Page 4 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Classlitem: 962-45 September 2020 PART II DEFINITIONS, STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of Respondents to stay apprised of changes. The City's Definitions, Standard Terms and Conditions can be viewed and downloaded from the City's website at: https://www roundrocktexas.gov/departments/purchasincl/ 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The Respondent's insurer must be ready, willing, and able to name the City as an additional insured with endorsement on its policy of insurance. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexa,s gov/departmentslpurchasinol Hazardous Materials Insurance: In addition to the standard City insurance requirements the City requires insurance for work that involves hazardous materials. The Contractor shall comply with the following insurance requirements in addition to the standard insurance requirements: A. Provide a Pollution Liability policy endorsement to the Commercial General Liability policy with minimum bodily injury and property damage limits of $1,000,000 per occurrence for coverages A&B and products/completed operations coverage with a separate aggregate of $1,000,000. B. Contractor responsible for transporting any hazardous materials shall provide pollution coverage. Federal law requires interstate or intrastate transporters of hazardous materials to provide an MCS 90 endorsement with a $5,000,000 limit when transporting hazardous materials in bulk in conveyances of gross vehicle weight rating of 10,000 pounds or more. Interstate transporters of hazardous materials in non -bulk in conveyances of gross vehicle weight rating of 10,000 pounds or more must provide an MCS 90 endorsement with a $1,000,000 limit. The terms "conveyance" and "bulk" are defined by Title 49 CFR 171.8. All other transporters of hazardous material shall provide either an MCS 90 endorsement with minimum limits of $1,000,000 or an endorsement to their Commercial General Liability Insurance policy which provides coverage for bodily injury and property damage arising out of the transportation of hazardous materials. The endorsement shall, at a minimum, provide a $1,000,000 limit of liability and cover events arising from fire, wind, hail, lightning, overturn of conveyance, collision with other vehicles or objects, and loading and unloading of conveyances. Page 5 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 962-45 September 2020 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for 36 months. B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re -solicit and/or complete the project up to 120 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: A. Be firms, corporations, individuals or partnerships normally engaged in providing disposal and destruction of hazardous chemicals and materials for police departments as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City. B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein and own or acquire at no cost to the City all equipment Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's vehicles, equipment. tools and all associated costs. The City shall not be responsible for any Respondent's tools, equipment or materials lost or damaged during the performance of the services specified herein C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this procurement process. D_ Have an incinerator on site to perform required destruction tasks, E. Contractor will be registered and appropriately licensed with the Drug Enforcement Agency (DEA), Department of Public Safety (DPS), and the Texas Commission on Environmental Quality (TCEQ). F. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three (3) years and during the life of the contract if there is an occurrence. 3. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit with their proposal response Attachment E: Subcontractor Information Form The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions. The Contractor shall: A Require that all deliverables and services to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract. B. Meet the City's security and background check requirements in strict accordance with the provisions, specifications, and terms of the Contract. Proof of security and personnel requirements must be immediately provided to the City for review at any time during the term of the contract. C Require that all Subcontractors obtain and maintain, throughout the term of their agreement primary insurance in the type and amounts specified for the Vendor, with the City being named as an additional insured: and D. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City E. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. Page 6 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 962-45 September 2020 4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules and regulations in the performance of these services. Respondent must certify that its employees have received OSHA training on hazardous materials including but not limited to 29 CFR 1910.120 et seq. B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern. C. Indemnify, defend, and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. 5. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, delivery charges, costs associated with obtaining permits, insurance, bonds, and risk management. 7. PRICE INCREASE: Contract prices for transportation, disposal, and destruction of hazardous chemicals and materials for the police department shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 5% for any single line item. A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers, The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December); and each (January through June OR July through December six month average) thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www,bls.gov/cpif B. Procedure to Request Increase: Mail the written price increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent by mail to: City of Round Rock Purchasing Department Attn: Contract Specialist 221 E Main Street Page 7 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/item: 962-45 September 2020 Round Rock, TX 79664.5299 ii. Upon receipt of the request, the City reserves the right to accept the escalation and make changes to the purchase order within 30 days of the request, negotiate with the vendor, or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 8. ACCEPTANCEIINSPECTION: Acceptance inspection should not take more than five (5) working days. The awarded respondent will be notified within the time frame if the services delivered are not in full compliance with the scope of work. In the event the services are not performed to the satisfaction of the City the vendor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere. 9. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance anytime during the contract term. 10. POINT OF CONTACT/ DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City's designated representative will be: Scott Cheshire Evidence & Crime Scene Supervisor Police Department Phone: (512) 341-3397 E-mail: scheshire(@roundrocktexas.4ov 11. INTERLOCAL PURCHASING AGREEMENTS: A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. B. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement Page 8 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 962-45 September 2020 PART IV SCOPE OF WORK 1. PURPOSE: The City of Round Rock, herein after "the City" seeks proposals from firms experienced in transportation, disposal, and destruction of hazardous chemicals and materials for Class 1 drugs and contaminated gear. The City seeks the transportation of these materials from our site to the Contractor's disposal/destruction site. 2. BACKGROUND: The City of Round Rock Police Department (CORRPD) is court -ordered to properly dispose of any collected Class 1 controlled substances at least twice a year. The City is seeking facilities experienced and certified/licensed in the proper disposal of these chemicals, any contaminated gear, clothing, and other items. 3. SERVICE REQUIREMENTS: The City requires that the Contractor - A. Have the capability to handle compressed gas cylinders (full or empty), water reactive, air reactive, and explosive contaminants as well as other chemical items. B. Have the capability to properly handle, package, and remove bulk quantities of waste (liquids and solids). C. Provide all services in compliance with current Federal, State, and local laws and regulations governing transportation, handling, and disposal/destruction of hazardous materials. D. Handle and dispose of miscellaneous items contaminated with hazardous waste such as glassware, plastics, tools, lab equipment, protective clothing and equipment, and chemical waste generated by the CORRPD laboratory. E. Omissions: It is the intention of this scope of work to acquire complete categorization, inventory, packaging, labeling, manifesting, loading, transporting, storing, and disposal services for hazardous material and wastes resulting from seizures of clandestine laboratories by the CORRPD. Any services omitted from this specification, which are necessary for the complete operation of this service, shall be considered a requirement although not directly specified or called for in the specification. F. Maintain complete and accurate records of all materials collected pursuant to Federal, State, and Local Government requirements including: i. The date material was obtained from CORRPD, ii. The amount of material, iii. The date and manner of destruction, iv. These records shall be maintained and available for at least three years from the date chemicals were removed from the City's site. G. Be responsible for characterizing, inventorying, packaging, labeling, manifesting, loading, transporting, storing, disposing, and destruction of hazardous materials and wastes resulting from seizures of clandestine laboratories by the CORRPD. The Contractor shall also be responsible for providing these same services for hazardous wastes stored in the CORRPD's chemical storage facility, chemical wastes generated by the CORRPD Crime Laboratory, and materials generated from other sources. H. Must be willing and able to provide courtroom testimony as to chain of custody, storage, and disposal of seized chemical items if needed by the courts. I. Contractor shall provide copies of all registrations and certificates with their submittal to this proposal. J. The Contractor shall supply the City of Round Rock Police Department with their Spill Prevention, Control, and Countermeasures (SPCC) Plan with submission of proposal. K. The Contractor shall complete a Site Health and Safety Plan prior to the commencement of a project. The plan shall address site operating and emergency procedures, personnel responsibilities, and control measures for personnel safety. L. If a release or spill occurs, Contractor will provide the Round Rock Police Department and the Texas Commission on Environmental Quality (TCEQ) immediate notice of such an action and remedial efforts to contain the spill. Page 9of21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/item: 96245 September 2020 4. TRANSPORTATION OF MATERIALS: A. No subcontracting may be used for the transportation of any materials. B. The Contractor is required to transport hazardous waste in appropriate company-owned/leased vehicles driven by its trained and licensed drivers. C. The Contractor must provide proof of a company -sponsored driver training and vehicle safety program with proposal. D. The City reserves the right to request a copy of any background check done on any employee transporting materials. 5. STORAGE, DISPOSAL, AND DESTRUCTION OF MATERIALS: A. Facility Requirements: The Contractor shall- i. Include with the proposal the names, locations, and capabilities of any intended disposal and/or storage facilities. Such facilities must be approved by regulatory agencies and have current permits and registration from Federal and State regulatory agencies. ii. Store controlled substances and provide a secure storage area, which prevents unauthorized access and theft. This storage area must be fenced, securely locked, and have an alarm system to alert local law enforcement if accessed. This storage facility will be subject to inspections by the Round Rock Police Department. iii. Note that facilities with pending administrative or judicial actions against them to restrict their use will NOT be allowed or considered for this contract. B. Disposal/Destruction Methods: i. Controlled substances, materials containing controlled substances, and precursor chemicals must be destroyed by incineration. ii. Flammable solvents may be destroyed by incineration or by fuel blending. iii. Concentrated acids and bases may be incinerated or neutralized. iv. Certain substances may be reclaimed or recycled such as mercury compounds. v. Compressed gas cylinders may be decontaminated by the Contractor, with accompanying certification to CORRPD, and released without restriction to the original cylinder supplier for transportation. vi. Glassware or equipment contaminated with controlled substances must be crushed into lab packs and destroyed by incineration. vii. Other glassware and equipment with no visible residue may be destroyed by landfilling in designated hazardous waste landfills. viii. Diversion Requirement: Of the waste that is hauled through this contract, as much of the waste materials as economically feasible shall be reused, salvaged, or recycled. Waste disposal in landfills or incinerators shall be minimized and material diversion shall be maximized when feasible. ix. If the methods of disposal given above are not possible due to the nature of the waste, an alternate EPA approved method of disposal may be used with prior authorization in writing from the CORRPD. 6. SPILL RESPONSE PERSONNEL REQUIREMENTS: A. The spill response unit will be staffed at all times by at least one supervisor and one hazardous materials technician. B. The supervisor and technicians shall have a minimum of two years' experience in hazardous materials response. Page 10 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/item: 962-45 September 2020 C. Response unit personnel shall be certified at a minimum with 40 hours of Health and Safety training covering the following topics: Atmosphere Monitoring Instruments Hazardous Waste Regulations CPR and First Aid Health Hazards Drum Handling Material Safety Data Sheets Engineering Control Medical Surveillance General Safety Respiratory Protection including SCBA Hazardous Materials Sampling Hazardous Waste Operations and Emergency Response Spill Control D. Copies of training certificates of spill response unit personnel along with their resumes are to be provided in the proposal response. E. The Contractor's spill response unit employees must meet background investigation requirements due to the sensitive nature of the work environment. The names, social security numbers, and home addresses of all on -site employees will be provided prior to arrival at the worksite. The Round Rock Police Department reserves the right to refuse access to any Contractor or Contractor employee who does not meet the background investigation requirements, On -site employees may be photographed and fingerprinted at the discretion of the Round Rock Police Department. 7. LOCATION: A. The Contractor shall provide a secure container for approximately 1500 lbs. of material. B. All containers should be dropped off and collected at the following location: City of Round Rock Police Department 701 North Mays Street Round Rock, TX 78665 8. REPORTING REQUIREMENTS: A. The City will provide the Contractor with Uniform Hazardous Waste Manifest(s) at pickup. B. The Contractor shall provide the Round Rock Police Department with the following documents no later than 30 calendar days from the date of the waste disposal: i. Signed Uniform Hazardous Waste Manifest(s) for all materials released to the Contractor for disposal. ii. A Verification of Contents letter stating that the original contents have not been altered. ii. All Certificates of Disposal iii. The letter and Certificate shall be sent to the CORRPD Evidence & Crime Scene Supervisor at: City of Round Rock Police Department ATTN: Evidence and Crime Scene Supervisor 2701 North Mays Street Round Rock, TX 78665 C. Waste Management Reports: Prepare and maintain through the Contract duration a record of waste management activity. Report annually the following information based on calendar year tons managed: i. Waste sent to municipal solid waste landfills; The amount (in tons) of material landfilled from the contracted service, the identity of the landfill, the total amount of tipping fees paid at the landfill. ii. Material sent to recycling facilities; The amount (in tons) of material recycled from the contracted service, the receiving party, and the amount of any money paid or received for the recycled material. Page I I of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 96245 September 2020 iii. Material sent to reuse/salvage facilities; The amount (in tons) of material reused or salvaged from the contracted service, the receiving party, and the amount of any money paid or received for the reused or salvaged material. iv. The total diversion rate, calculated as diverted material (recycled, reused) divided by total waste hauled (landfilled, recycled, reused). v. Annual waste management reports will be submitted by January 31s1 of each year to the designated contract manager. vi. The Contractor will prepare Texas Waste Shipment Summaries and Annual Waste Summaries for the department. D. Saills: If a release or spill occurs, Contractor will provide the Round Rock Police Department and the Texas Commission on Environmental Quality (TCEQ) immediate notice of such an action. A written report shall be submitted subsequently detailing the following: i. date, ii. time, iii. location, iv. cause of spill, v. list of all authorities the Contractor notified, including local law enforcement agencies, vi. description of all actions taken to clean the site, vii. proof of site cleanup, with photographs. The Contractor shall be responsible for all releases or spills and bear the cost of cleanup. Additionally, any liability, including legal action resulting from the release or spill shall be the sole responsibility of the Contractor. 9. DELIVERABLES: The following items are to be delivered as stated in this scope of work: 1. Uniform Hazardous Waste Manifest(s) Before departure from job site 2. Signed copies of the Uniform Hazardous Waste Manifest 30 calendar days from disposal date 3. Verification of Contents letter 30 calendar days from disposal date 4. Certificate of Disposal 30 calendar days from disposal date 5 Report of spills or personnel exposures during handling, Per occurrence transporting, etc. 6. Waste Management Reports Annually 10. INSPECTION AND AUDIT REQUIREMENTS: A. Inspection Requirements: The Contractor may be subject to announced or unannounced inspections of their operations, records, and facilities by the Drug Enforcement Administration, Texas Department of Public Safety, and the Round Rock Police Department to verify contract compliance prior to contract award and/or during the contract period. This does not relieve the Contractor of their responsibility to ensure contract compliance by their own inspections. The Contractor will send copies of the results of any Federal, State, or Local Government inspections it has received to the Round Rock Police Department within two weeks of receipt to the attention of Lab Supervisor. B. Audit Requirements: The Contractor agrees to maintain and make available for inspection, audit, or reproduction by any authorized representative of the City or any other governmental agency, any book, document, or any other evidence pertinent to the costs and expenses of this contract. Such costs and expenses include, without limitation, all direct and indirect costs of tabor, material, equipment, supplies, and services, and all other costs and expenses of any nature for which reimbursement is claimed by the Contractor under this contract. Page 12 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/item: 962-45 September 2020 11. CITY RESPONSIBILITIES: The City will - A. Coordinate the scheduling of material disposal. B. Coordinate all documentation with the Contractor. C. Ensure that only items intended for contract disposal are put into the container for pickup. D. Confirm the manifest on the day of pickup. Page 13 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 962-45 September 2020 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. Proposal Acceptance Period: All proposals are valid for a period of one hundred and twenty (120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. Proprietary Information: All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt. If a Proposer does not desire proprietary information in the proposal to be disclosed, each page must be identified and marked proprietary at time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. The final decision as to what information must be disclosed, however, lies with the Texas Attorney General. Failure to identify proprietary information will result in all unmarked sections being deemed non- proprietary and available upon public request. 3. Exceptions: Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal. 4. Proposal Preparation Costs: All costs directly or indirectly related to preparation of a response to the RFP or any oral presentation required to supplement and/or clarify a proposal which may be required by the City shall be the sole responsibility of the Proposer. 5. Proposal Response: Responses shall be clear and concise and shall include at a minimum: title page, transmittal letter, index or table of contents, dividers for each section and all required attachments. One page shall be interpreted as one side of a double-spaced, printed, 8 1/2' X 11" sheet of paper. It is recommended that responses be submitted in ringed binders, metal spirals, or another bound format that best contains all required documentation for submission. 6. Proposal Format: Prefacing the proposal, the Proposer shall provide an Executive Summary of three (3) pages or less, which gives in brief, concise terms, a summation of the proposal. The proposal itself shall include a title page, index or table of contents, dividers for each section and all required attachments and addendums to be organized in the following format by Tab and informational sequence: A. Tab 1- Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. B. Tab 2 — System Concept and Solution: Define in detail your understanding of the requirement presented in the Scope of Work of this request for proposal and your system solution. Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your proposal. C. Tab 3 — Program: Describe your technical plan for accomplishing required work. Include such time - related displays, graphs, and charts as necessary to show tasks, sub -tasks, milestones, and decision points related to the Scope of Work and your plan for accomplishment. Specifically indicate: i. A description of your work program by tasks. Detail the steps you will take in proceeding from material pickup to final disposal. ii. The technical factors that will be considered in section above, and the depth to which each will be treated. iii. A description of your safety and security procedures from the point of pick up to the destruction of materials. Include a description of your company's secure storage area preventing unauthorized access and theft of materials. iv. The points at which written, deliverable reports will be provided. v. The quality of the documents submitted in accordance with Attachment C- Proposal Checklist vi. A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. The Proposer must state their compliance with terms of this Request for Proposal (RFP) or clearly document any exceptions. Page 14 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 962-45 September 2020 D. Tab 4 — Project Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities; and interface the team with City project management and team personnel. If use of subcontractors is proposed, identify their placement in the primary management structure, and provide internal management description for each subcontractor. E. Tab 5 — Prior Experience: Describe only relevant corporate experience and individual experience for personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal persons for whom prior projects were accomplished. F. Tab 6 — Personnel: Include names, qualifications, certifications, training hours, and resumes of all personnel assigned to the account including the spill response supervisor and hazardous material technicians. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. G. Tab 7- Authorized Negotiator: Include name, address, and telephone number of the person in your organization authorized to negotiate Contract terms and render binding decisions on Contract matters. H. Tab 8 —Attachments and Addendum: including Attachment A —Proposal Submittal Form, Execution, Attachment B — Reference Sheet, all documents on Attachment C — Checklist and signed addendums (if applicable). I. Tab 9 — Cost Proposal: Information described in the following subsections is required from each Proposer. Your method of costing may or may not be used but should be described. A firm fixed price or not -to -exceed Contract is contemplated. i. Manpower. Itemize to show the following for each category of personnel with separate hourly rate. a. Manager, Supervisor, DriverfFransporter, disposal personnel b. Spill Response Supervisor and Hazardous Materials Technician(s) c. Estimated hours for each category of personnel d. Rate applied for each category of personnel ii. Fuel Surcharge 7. EVALUATION CRITERIA: The intent of the City is to award to one Respondent in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the requirements and provides the best overall value to the Cit . A. Evaluation Criteria: Weights: • Respondent's Solution & Approach (Tabs 2 & 3) 40 pts • Prior Work Experience and Personnel 20 pts • Cost 40 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers (BAFO) are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. Page 15 of 21 City of Round Rock Exhibit "A" Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 962-45 September 2020 D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a "short list" of qualified proposal and may determine that the Respondent(s) should submit a Best and Final Offer (BAFO). Each "short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. S. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any contact by the Respondent with the City regarding this RFP, other than those submitted in writing will result in disqualification of the Respondent's proposal. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. D. If negations are unsuccessful, the City may formally end negotiations with that Respondent. The City may then: i. Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair and reasonable terms, conditions, and cost with that Respondent. ii. The City shall continue this process until an agreement is entered into or all negotiations are terminated. E. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. F. An independent signed authorized contract will be sent to the successful Respondent. Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the awarded Respondent. 9. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but not be limited to the following: A. Provide City contact(s) information for implementation of the Agreement. B. Identify specific milestones, goals, and strategies to meet objectives. Page 16 of 21 Veolia ES Technical Solutions LLC 1800 S Hwy 146, Baytown, TX 77520 281-427-4099 customers.gulfcoast@veolia.com Response to: City of Round Rock RFP No. 20-025 Due Date: October 19, 2020 3:00 PM CST �1 WASTE A WATER ))� ENERGY GOAL ZER I Leading Safety ..- (DVEOLIA October 13, 2020 Ms. Amanda Crowell City of Round Rock 221 East Main Street Round Rock, TX 78664-5299 RFP# 20-025 Transportation, Disposal and Destruction of Hazardous Chemicals and Materials for Police Department Dear Ms. Crowell: Veolia ES Technical Solutions, L.L.0 (VES-TS) is pleased to submit this response based on the information provided in RFP# 20-025, Veolia warrants that it is qualified to manage the scope of work described in the inquiry. With more than 30 years experience in the environmental and waste management industries, VES-TS is currently contracted by universities, government entities, and commercial industries to manage regulated wastes similar to those presented in this inquiry. At these facilities VES-TS performs lab packs, unknown identification and management, on -site work and drum management, fluorescent bulbs, batteries, special waste packing including pyrophoric metals, cylinders, lab moves and turnkey waste management services. Veolia ES Technical Solutions, LLC brings to bear a multitude of value added elements that support our vision of being a "preferred partner" to our customers. Additionally, as a member of the world's most experienced environmental services company, Veolia, we have the technological capabilities to solve most disposal problems. With our innovative waste management practices, expertise and resources, VES-TS can offer our customers the most comprehensive, proven programs for the servicing, packaging, transportation and disposal of hazardous waste at the most economical overall cost. We look forward to the further development of our business relationship. Please do not hesitate to call me at 281-216-0035. Sincerely, Chris Armintor Sales Manager Veolia ES Technical Solutions, Lt_C Veolia North America 1800 S Hwy 146 Baytown, TX 77520 tel +1 281 427 4099 fax +1 281 427 5367 www.voolianorthamerica.com CA7 Table of Contents TAB 1 Business Organization TAB 2 System Concept & Solutions TAB 3 Program TAB 4 Project Management Structure TAB 5 Prior Experience TAB 6 Personnel Resumes TAB 7 Authorized Negotiator TAB S Attachments TAB 9 Cost Proposal Veolia ES Technical Solutions 1800 S Hwy 146 Baytown, TX 77520 tel: 281-427-4099- fax: 281.427-5367 www.Veolia.com CORK RFP No. 20-025 #10UPCIPS Q VEOIIA Business Organization Responding Company: Veolia ES Technical Solutions, LLC 53 State Street, 14`h Floor. Boston, MA 02109 Incorporated in Delaware; June 30, 1999 Legal Structure: LLC-C Corp Tax ID: 36-4287998 DUNS: 08-218-4156 NAICS: 562211 Cage Code: 3C71-16 DEA Registration: RV0495588 DPS Registration: NJD080631369 EPA Registration: TXD000838896 TCEQ Registration: 50212 Servicing Branch Location: Veolia ES Technical Solutions, LLC 14319 Gregg Manor Rd, Suite 201 Manor, TX 78653 Parent Company: Veolia North America, Inc 474 Brookline Ave Boston, MA 02215-5415 Legal Structure: C-Corp Tax ID: 13-4038062 Regarding pending litigation, the Company is a party to various proceedings that arise in the ordinary course of doing business. The Company does not believe that any of these matters will have a material adverse effect on its financial condition or its ability to perform its services. We consider specific details regarding these matters to be confidential and proprietary information, covered by the attorney -client privilege, and cannot release detailed information. However, we can discuss in confidence any relevant concerns or issues you may have. In addition, we refer you to Veolia Environment's Report on Form 20-F filed with the Securities and Exchange Commission. GOAL ZERO Leading Safety Together Q VEOIIA FORT ARTHUR TREATMENT FACILITY Facility The Veolia Port Arthur, Texas Treatment Complex is located 3.5 miles West of Taylor's Bayou, approximately ten miles west of Port Arthur, TX. The site is located on 3,300-rural acres of which only 450-acres are involved in waste activity. The 150 million BTU/hr rotary kiln based incinerator occupies 16-acres. The remaining property represents RCRA closed or inactive land disposal units owned by the previous owner and spare acreage. The facility specializes in servicing generators who have large -volume waste treatment requirements (i.e., process wastes from manufacturing or one-time volumes from remediation projects). Port Arthur is permitted to handle up to 150,000 tons per year of RCRA and TSCA waste and auxiliary fuel with hourly constraints on individual feed devices, feed concentrations, and heat releases. History • Opened in 1975 by Conservation Services • Operated as permitted secure landfill until purchased 1978 • RCRA Part B permit March 1990 • TSCA permit June 1992 • CERCLA status granted 1993 Incineration RCRA and TSCA solids, sludge, energetic liquids, lean water, and containerized wastes are fed into the 16 feet diameter kiln which is 60 feet long and lined internally with 12 inches of refractory brick. As waste is heated in the kiln, organics are destroyed in place or volatilized and destroyed in the secondary combustion chamber. A minimum 99.99% (typically >99.9999%) Destruction Removal Efficiency (DRE) for RCRA and >99.9999% DRE for TSCA is achieved. Lab Testing Veolia's Port Arthur houses a fully equipped analytical laboratory to test incoming wastes. Within this 9,000 square foot facility are three primary instrument labs - organic, metals, and wet chemistry, with associated preparation areas for each lab. Wastes are accepted and sampled in accordance with a Waste Analysis Plan pursuant to40 CFR 264.13(b) and Port Arthur's RCRA/TSCA permit. Veolia's Certification The Veolia's Port Arthur Treatment Complex is permitted to handle all six RCRA hazardous waste code categories (ignitable, toxic, corrosive, acute hazardous, EP toxic, and reactive) as well as most PCB wastes. Veolia ES -Port Arthur accepts waste solvents, solvent/oil mixtures, organic and inorganic chemical wastes, pesticide wastes, petroleum wastes, aqueous wastes, contaminated soils and sludge, PCBs and capacitors, infectious wastes and containerized gases, as well as other wastes. Wastes which are prohibited or limited by permit are: radioactive waste material, explosive material (except class C), dioxin containing wastes (i.e., F020 - F023, and F026 - F028) and municipal garbage. Safety • Yearly RCRA & air inspections by Texas Commission on Environmental Quality (TCEQ) • Bi-annual inspections of Port Arthur Underground Injection Control System • Inspections performed on waste water/drinking water systems - TSCA inspections are performed by the USEPA 7665 Texas Highway 73, Beaumont, TX 77705 • www.veolianorthamerica.com • 409-736-2821 HIOUPCIPS Q VEOLiA Exceptions/Restrictions Pressurized Vessels Less than 3 gallons of liquid per container <100 Ibs per container Poly or Fiber containers only Sharps must be in puncture proof container GOAL ZERO Leading Safety Together #110UPIVE S "Work Plan QVEOLIA Preparation The following service plan includes our policies and procedures to show how Veolia operates. Veolia's commitment to quality service is evident in our team service approach. Veolia provides full service to our customers and minimizes the use of sub -contractors at our customer sites for our services. This helps to maximize coordination between all parties. This service plan is a description of a typical plan for waste services provided to our clients. Once the date is confirmed by the Customer Service Representative and the client contact, they will review the expected wastes for shipment or set up an appointment to meet or have a telephone conversation and review the waste inventory items or scope of work for the project. If new Waste Information Profiles (WIPs) are needed, the Project Manager will have the Veolia Technical Service Representative prepare these documents for signature by the client contact either prior to or on the day of shipment. Our field service begins when we receive a Request For Service (RFS) or inventory for material removal. This information, acquired through communications with client, a site visit, telephone request, email, etc., will be handled by the service team. This team will discuss the request and may seek additional information such as a hazardous waste inventory; accurate facility/site information or any other details needed to complete the service. If the service team feels it is necessary to do a pre -service site visit, we will set up a time and date. During this visit the Project Manager will inventory the material, sample drums (if required), acquire SDS's, fill out Waste Information Profile(s) (WIPs), and check the safety aspects of the job. Once the Project Manager has the inventory information, a Veolia Work Order is completed that connects to our main frame AS400 computer system. The Veolia Work Order provides the Veolia field crew necessary information to complete the project. It includes the necessary materials needed, waste streams for shipment, quantity for shipment, and manpower requirements. If inventories are not known at the time of order placement, project evaluation will be made at the beginning of the site project. On -Site Service The Veolia crew will arrive at your site at an agreed upon time that fits into your schedule. It is assumed that each client site will allow for a suitable work area or waste storage area where our work can be performed. The Veolia Project Manager is the overall supervisor of all work completed in the field and may be on -site for all or part of the project duration. For projects that require more than a simple drum shipment, the on -site team will complete a detailed Health And Safety Plan (HASP) that lists emergency procedures, equipment, and requires a job hazard assessment be performed prior to starting work. The most senior Veolia Environmental ��GOAL ZERO Leading Safety Together 190UPCEPS Q VEOIIA Specialist will be the supervisor for the project, and will manage all Veolia employees and is your point of contact for the day or project. Veolia utilizes a laptop computer, portable printer, and thermal label printer to prepare the documentation for the shipment. All items are typewritten for clarity and ease of review. The Veolia on -site crew will begin to segregate and characterize all lab chemicals for disposal. After the lab pack wastes have been properly characterized, they will be inventoried onto our packing slips and packaged with other compatible material using our proprietary Field Computer System. Waste codes and proper shipping names are assigned to lab pack containers based on information contained in the Veolia Chemical Database and other reference materials. Drummed materials will already be characterized based upon a completed Waste Information Profile. If a new waste stream is generated, the Technical Supervisor can prepare a new WIP on -site in order to ship that waste stream. Drum labels are prepared for each container with unique identification numbers and each container is properly labeled with the drum label and all appropriate shipping labels and markings. Highly Reactive Materials In addition to routine laboratory chemicals, Veolia has the capability to package, transport, and dispose of highly reactive chemicals, such as picric acid, ethers, sodium metal, and sodium azide to name a few. Our Reactive Field Service Technicians (or approved sub -contractors) are specially trained to properly classify, segregate, package and transport reactive chemicals. Also, they will perform any stabilization procedures necessary for safe and legal transport. As is the case with the routine laboratory chemicals, all associated documents will be properly completed. Scheduling and coordinating the packaging and stabilization of highly reactive chemicals may involve a more comprehensive pre -service site visit. Preparing for the handling and stabilization of these materials generally includes a more detailed HASP that describes the specific scope of work, emergency procedures, and specific job hazard assessments. Once all items are finalized, the manifests, land disposal restriction forms, and activity reports are printed via our field computer system and printers. While you review and sign all the shipping documentation, the Veolia field crew will load all waste materials onto our vehicle for transportation and clean the work area of any trash generated during our services. As a part of the services provided to our client, VES-TS will pack all highly reactive or high hazard materials in single -charge containers. This procedure minimizes handling of these dangerous compounds, therefore reducing the liability of managing such materials. Once the paperwork is signed, the Veolia field crew will depart your facility. GOAL ZERO Leading Safety Together #M110UPCEPS VEOIIA Normally, there are no sub -contractors required for routine drum and lab chemical disposal projects; therefore no coordination with any other subcontractors is required. For shipments of Low Level Radioactive Waste, certain explosive wastes, and special reactive wastes, approved sub -contracted labor and transportation will be proposed and utilized with client approval. Unknown Materials It is realized that it is the generator's responsibility to properly identify the waste to be disposed of. Each unknown will undergo an on -site "fingerprint" analysis. Upon completion of these tests, the unknown compound can be DOT/RCRA classified and Veolia personnel will work with the customer representative to complete the required profiles. This document is for internal use only and is an integral part of Veolia's Part B permit covering our TSDFs. Each unknown sample will be logged with a dedicated ID number to be included on the container packing slip along with the physical description of the compound. A worksheet containing all analytical data compiled during the fingerprint of each individually numbered sample will also accompany the packing slip and manifest. Client will receive a copy of all documentation described above. Unknown chemicals can be very dangerous and command the highest level of safety when opening and sampling such compounds. All unknowns will be processed based on the following Standard Operating Procedure: • All containers will be inspected for any outward signs of peroxidation, corrosion or contamination that could render the material or the container unstable or unsafe to open. Glass and metal containers thought to contain solvent of the types can form explosive peroxides (i.e., Ether, Tetrahydrofuran, p-Dioxane) will also be inspected for any signs of crystal formation around the cap or in the solvent itself • if any of the conditions above are present, a decision may be made to remote open the container in order to collect the sample. If the material is thought to be air or water reactive (i.e., sure -seal or poly coated glass bottle), it will be opened in a glove box under an inert Nitrogen atmosphere before the sample is taken. • Other field identification methods may be employed to determine if the unknown compound is organic or inorganic (i.e., char test). In order to determine if the unknown is a potential explosive, an ignition test will be conducted. Any additional field-testing methods needed to better characterize the unknown will be performed utilizing the HAZCAT chemical ID system. • VES-TS and its subcontractors will utilize the appropriate level of protection (Level A, B or C with or without proximity suit) as the situation warrants. VES-TS will upgrade to GOAL ZERO Leading Safety Together *We RESWRCERS Qvr=OLIA Self -Contained Breathing Apparatus (SCBA) or other supplied breathing air in lieu of cartridge respirators as necessary. All invoicing will be managed through your Customer Service Representative. We can customize our invoicing protocol based on your needs. Your Account Manager will set up Quarterly reviews to discuss past performance, issues of concerns, and future projects. These meetings will be used to improve our service approach to better serve our client. Please feel free to contact your Account Manager to discuss your project at anytime. Disposal and Transportation Transportation - All materials will be transported by vehicles owned and operated by Veolia ES Technical Solutions. Veolia transportation operated under Federal ID Number NJD080631369. US DOT Number: 609181 Disposal - All materials generated at the client location(s) will be received at Veolia's Incineration and TSDF Complex located in Port Arthur, Texas. Materials that are not processed at the Port Arthur facility will be remanifested with Veolia ES Technical Solutions, LLC as the generator and shipped to the appropriate off site facilities. Recycling Veolia Environmental Services (VES) offers recycling solutions for a variety of materials. Our facility in Phoenix Arizona manages the following materials for metals recovery. The glass from bulbs and electronic equipment is recycled as well as plastic from electronic equipment. All PCB flushes and collected oils are returned for incineration at our Port Arthur facility. These activities are performed at: VEOLIA ES TECHNICAL SOLUTIONS, L.L.C. 5736 WEST JEFFERSON STREET PHOENIX, AZ 85043 AZ0000337360 Mercury -Bearing Lamps Mercury Waste Straight fluorescent U-tubes Thermometers Thermostats Circular lamps Compacts Relays Manometers GOAL ZERO Leading Safety Together `*RfSQURCERS HIDs VHO power grooves Shielded/coated Ultra violets Batteries Alkaline Nickel metal hydride Mercury Zinc carbonaire Lithium Nickel cadmium Carbon zinc Silver oxide Magnesium Lead acid/gel cell Q VEOIIA Ignitron tubes Flow meters Rectifiers Gas pressure regulators Elemental Mercury Mercury Compounds PCB and Non -PCB Lamp Ballast Magnetic and Dimmable Fluorescent Ballasts CFL Ballasts Pulse Start Metal Halide Ballasts Mercury Lamp Ballasts Standard Metal Halide Ballasts Electronic HID Ballasts High and Low Pressure Sodium Ballasts PCB and Non -PCB Ballasts PCB and Non -PCB Electronic Waste Transformers Capacitors Switches Debris and oil Cable Bushings Computers and Electronic Equipment Cathode ray tubes (CRTs) PCs, mainframes, peripherals Telephone systems Generators Medical equipment Wire Office equipment Motors Lab Equipment GOAL ZERO Leading Safety Together O VEOLIA ENVIRONMENTAL SERVICES HEALTH AND SAFETY PLAN (HASP) I This document institutes basic procedural and equipment requirements for worker protection. This plan supplements the Corporate Health and Safety Program and implements the requirements of 29 CFR 1910,120 "Hazardous Waste Operations and Emergency Response" and company policy. Once operations commence, changes to the plan may be required to implement better procedures and to correct any deficiencies in the plan that were not foreseen. All company site personnel, site contractors and leased employees, and visitors are subject to this plan. This form must be completed for routine field services operations including: lab packing, drum handling and management, drum sampling, field fingerprinting, repack activities, container consolidation and household hazardous waste operations. Any additional task(s) must be discussed with the Safety Manager or designee. I. EMERGENCY PREPAREDNESS Customer Name: Contact Name: Alarm System: Nearest Hospital: In case of site emergency or evacuation, meet at: Address: Telephone #: Phone Location: Telephone #: Emergency Phone Numbers Interplant: Veolia: Police: Fire: Ambulance: Other: EMERGENCY EQUIPMENT AND LOCATION Fire Extinguisher Type: Safety Shower Location: Other: Type: H. CHEMICAL HAZARDS Location: Location: ❑ First Aid Kit Location: ❑ Eye Wash Location: _ ❑ Carcinogen ❑ Corrosive ❑ Toxic ❑ Irritant ❑ Compressed Gas ❑ Flammable/Combustible ❑ Reactive ❑ Other(s): PHYSICAL HAZARDS ❑ Slipping or Tripping Hazards ❑ Head Hazards ❑ Liquid Splash Hazards ❑ Thermal Stresses ❑ Foot Hazards ❑ Sharp Object Hazards ❑ Mechanical Hazards ❑ Electrical Hazards ❑ Pressure Buildup ❑ Confined Spaces ❑ Heavy Equipment Hazards ❑ Fall Hazards ❑ Excavation Hazards ❑ Material Handling ❑ Static Electricity ❑ Noise Hazards ❑ Other(s): MENTAL SAFETY ASSESSMENTS (MSA) PERFORMED ❑ Learnings Shared: HASP REVIEW AND APPROVAL Prepared By: Dale Signature PrintiType Name Based on the information provided, this plan has been reviewed and certified in accordance with 29 CFR 1910,120 "Hazardous Waste Operations and Emergency Response", 29 CFR 1910,132 "Personal Protective Equipment' and 29 CFR 1910.1200 "Hazard Communication". Reviewed and Certified By: PnnUrype Name Signature Dale VESTS CHSP IV-4-A Page I of 3 Revised 9-17-14 VEnL.IA ENVIRONMENTAISERVICES HEALTH AND SAFETY PLAN (HASP) I Ili. PERSONAL PROTECTIVE EQUIPMENT SELECTION The following personal protective equipment has been selected based on hazards identified. Work Task Description: Protection Level: ❑ Level B APE ❑ Level C PPE Inner Garment: ❑ Work Uniform ❑ Nomex Outer Garment: ❑ Tyvek ❑ Tychem CPF I ❑ Tychem SL ❑ Tychem CPF 3 ❑ Tychem BR ❑ Other: Gloves: ❑ Nitrile ❑ Natural Rubber ❑ PVC ❑ Butyl Rubber ❑ PVA ❑ Silvershield/4H ❑ Leather ❑ Di -electric Boots: ❑ Butyl Rubber ❑ Neoprene (Over Steel Toe) ❑ Disposable Boot Cover Type: Head Protection: ❑ Hard Hat ❑ None Eye/Face Protection: ❑ Faceshield ❑ Chemical Goggles Ear Protection: ❑ Ear Muffs ❑ Ear Plugs Respiratory Protection: ❑ SCBA (FF) ❑ Airline (FF) Work Task Description: Protection Level: ❑ Level B PPE ❑ Level C PPE Inner Garment: ❑ Work Uniform ❑ Nomex Outer Garment: ❑ Tyvek ❑ Tychem CPF I ❑ Tychem SL ❑ Tychem CPF 3 ❑ Tychem BR ❑ Other: Gloves: ❑ Nitrile ❑ Natural Rubber ❑ PVC ❑ Butyl Rubber ❑ PVA ❑ Silvershield/4H ❑ Leather ❑ Di -electric Boots: ❑ Butyl Rubber ❑ Neoprene (Over Steel Toe) ❑ Disposable Boot Cover Type: Head Protection: ❑ Hard Hat ❑ None Eye/Face Protection: ❑ Faceshield ❑ Chemical Goggles Ear Protection: ❑ Ear Muffs ❑ Ear Plugs Respiratory Protection: ❑ SCBA (FF) ❑ Airline (FF) ❑ Level D PPE ❑ Other: ❑ Tychem QC ❑ Tychem CPF 2 ❑ Tychem F ❑ Tychem CPF 4 ❑ Neoprene ❑ Viton ❑ Kevlar ❑ Other: ❑ Di -electric ❑ Other: ❑ Disposable Head Cover Type: ❑ Safety Glasses with Rigid Sideshields ❑ Other: ❑ Air purifying (FF) - Cartridges/Filters: ❑ Level D PPE ❑ Other: ❑ Tychem QC ❑ Tychem CPF 2 ❑ Tychem F ❑ Tychem CPF 4 ❑ Neoprene ❑ Viton ❑ Kevlar ❑ Other: ❑ Di -electric ❑ Other: ❑ Disposable Head Cover Type: ❑ Safety Glasses with Rigid Sideshields ❑ Other: ❑ Air purifying (FF) - Cartridges/Filters: NOTE: If additional work tasks are to be performed, this page may be duplicated as necessary. Please ensure document page numbers are updated if duplicated. VESTS CHSP IV-4-A Page 2 of 3 Revised 9-17-14 Q VEOLIA ENVIRONMENTAL SERVICES HEALTH AND SAFETY PLAN (HASP) I IV. ADDITIONAL HEALTH AND SAFETY PROVISIONS For additional information refer to the HASP Guidance Document, which supplements this HASP and includes sections on Decontamination Procedures, Training, Medical Requirements, Use of Contractors and Leased Employees, and Industrial Hygiene Monitoring. HEALTH AND SAFETY PLAN REVIEW All site personnel (company employees, sub -contractor's employees and visitors) have reviewed the enclosed documentation including, but not limited to: Emergency Preparedness Potential Physical and Health Hazards Personal Protective Equipment NOTE: For each task listed in this HASP form, a Job Safety and Hazard Analysis (JSA) should be performed according to the policy CHSP IV-3. If a JSA has already been prepared for the task described, the Job Safety and Hazard Analysis form may be either referenced or attached. I have reviewed and understand the contents of the enclosed document: Print Name Signature Date TRANSPORTATIONIDISPOSAL Materials left on site: ❑ Yes ❑ No Transported to: SUPERVISOR REPORT: VESTS CHSP IV-4-A Page 3 of 3 Revised 9-17-14 #_NGURCEPS OVEOLIA Project Management Structure MANOR SERVICE TEAM Account Manager Zane Hensley Cell Phone: (281) 838-2540 zane.henslev(&veolia.com Initial Technical Contact for Approvals and Special Projects Coordinate quarterly project reviews with TWU personnel Schedule Training Contract Amendments and Negotiations Trouble Shooting Issues Schedule Service Jobs Initiate profiles Field Proiect Personnel Field Supervisor/Reactive Chemical Lead — Patrick Donawho (281) 628-6063 Project Manager — Zach Drury (281) 814-1579 Environmental Specialist -- Von Dunn (281) 216-9670 Environmental Specialist — Renderick Childs (832) — 804-0129 Technical Service Representative Garret Villemez Cell Phone: (281) 818-7837 Fax: (281) 427-5367 Email: ag rret.villemez@veolia.com Manage Profile and Approvals Billing/invoicing Waste Tracking Documentation Technical Supervisor Andrew Foreman Cell Phone: (281) 900-6928 Email: andrew.foreman(Mveolia.com (70076 GOAL ZERO Leading Safety Together • Authorized by DEA to witness destruction on your behalf • Accepting DEA regulated and DEA/RCRA regulated materials • Turnkey Services —All steps are handled by Veolia personnel and facilities, from on -site pick-up through transport and incineration What is a DEA controlled substance? The United States Drug Enforcement Administration (DEA) regulates certain chemicals by requiring strict tracking from the time of manufacture to the time of dispensation to the consumer. They are called Controlled Substances and can be found in Title 21 of the Code of Federal Regulations (CFR) section 1300. These chemicals are divided into several lists, detailed in the regulations as Schedule I, II, III, IV and V. Controlled Substances can range from nonhazardous materials to RCRA hazardous wastes. Management of controlled substances Veolia is registered with the DEA as a Reverse Distributor which allows us to take possession of Controlled Substances from DEA registrants and destroy them at our incineration facilities. From packaging and pickup to destruction, Veolia maintains control of your waste at every step of the destruction process. Veolia assures compliance Regardless of what you need to dispose of, Veolia can accommodate your waste and assure regulatory compliance. You'll need to provide a copy of any required registration and the types and amounts of waste to be destroyed. Veolia will complete all necessary forms, take possession of the items to be destroyed and assure destruction is properly completed. Our incineration facilities and our transportation vehicles are owned and operated by Veolia, ensuring secure packaging, transportation and destruction. Technical expertise Veolia's technical representatives are thoroughly trained in safety and environmental regulations and are ready to assist you in any way. Ask us about government regulations, technical questions on treatment alternatives, training your employees, or setting up disposal prugrams to reduce your costs. Why Veolia • Outstanding environmental compliance record • Financially sound • Knowledgeable technical representatives • State-of-the-art recycling capabilities • Reducing waste, reducing cost Candidates for Assured Destruction • Chemicals Designated as DEA Controlled Substances • Drugs • Goods with Expired Dates • Seized Goods • Returned Goods • Lab Chemicals Veolia North America Industrial Business 53 State Street,14th Floor Boston, MA 02109 tel 888-262-4910 twitter: @veolia na For more information, call 888-262-4910 veolianorthamerica.com AVIM 7 �#Noukrxa 5 W� , -11. EDUCATION University of Houston -Main Campus Major: Biology Minor: Biochemistry CERTIFICATIONSISPECIAL TRAINING 40 Hour OSHA, 29 CFR PCB Management RCRA Respiratory Protection Reactive Chemical Lead Patrick Donawho Field Supervisor Reactive Chemical Lead Q VEOLIA CPR/First Aid Field Chemist Skills DOT HM-181 Hazardous Materials Trans —49 CFT EXPERIENCE Veolia ES Technical Solutions July 2010-Present Field Supervisor + Reactive Chemical Lead — Mar. 2019-present Managing field service personnel in day to day operations. Assigning workloads, distributing assigned personnel, and scheduling projects in response to customer needs and request for service in concert with both internal and external facility capabilities. Ensure that all field personnel are properly trained to fulfill their job functions. Act as liaison between field services and customer service joint corrective and preventative measures. EHSSupervisor —1uL 2010- Mar. 2019 Managed the Health and Safety for all field services operations in the Gulf Coast. Conducted training for the field group to include OSHA, 8hr Refresher, RCRA and DOT. Led the Baytown's VPP safety team. Managed all DEA and Special Reactive Chemical pickups. Conducts safety and compliance audits for the field group. Performed incident investigations for any work related incidents to include vehicle accidents, injuries and near misses. Ensured that staff operated within compliance of all applicable OSHA, EPA, DOT and state regulations including company policies and procedures. GOAL ZERO r Leading Safety Together Zach Drury Project Manager QVEOLIA EDUCATION Texas A&M University, College Station Major: Environmental Studies CERTIFICATIONSISPECIAL TRAINING 40-Hour OSHA Training, 29 CFR 1010.120 CPR/First Aid Training PCB Management Training Field Chemist Skills Training RCRA Training DOT HM-181 Training Hazardous Materials Transportation, 49 CFR 172.704 (HM-126) Reactives Training EXPERIENCE Veolia ES Technical Solutions - Nov. 2013-present Project Manager —May. 2018-preset Manages operations for the Manor Satellite office. Interfaces with customers, service technicians and drivers for multiple accounts; providing guidance in characterization and management of waste material. Works with other cross functional teams within the company organization to provide coordinated regional service. Ensures facility compliance and performs operational duties while adhering to EPA and DOT laws. Technical Service Representative —Feb. 2016-May 2018 Provide RCRA and DOT compliance resources for Veolia and generators throughout the Gulf Coast region. Coordinate with sales and customer service to effectively deliver customized waste management solutions and disposal projects for educational institutions, industrial facilities and hospitals. Environmental Specialist!! —Nov. 1013-Feb. 2016 Lead over 400 environmental safety projects in the field providing customers with services that ultimately lead to the safe and legal disposal of waste materials by complete knowledge of DOT, EPA, and facility requirements for labeling, marking, packaging and shipping hazardous waste from customer sites. GOAL ZERO Leading Safety Together o pOURCEPS EDUCATION Abilene Christian University Major: B.S. in Range Science CERTIFICATIONSISPECIAL TRAINING 40 Hour OSHA, 29 CFR PCB Management RCRA Respiratory Protection Reactive Chemical Von Dunn Environmental Specialist QVEOLIA RESUME CPR/First Aid Field Chemist Skills DOT HM-181 Hazardous Materials Trans —49 CFT EXPERIENCE Veolia ES Technical Solutions Environmental Specialist t Class A HazMat Driver— Oct. 1997-present Provides a wide array of field services for our customers, including: Academia Lab Packs, Decontaminations, Drum Pickups, On -Site Services and Compliance Checks. His focus is on the recycle, reuse and disposal of Hazardous and Non -Hazardous materials. Has a complete working knowledge of DOT, EPA, and facility requirements for labeling, marking, packaging and shipping hazardous waste. Previous experience includes operational procedures integration for all aspects of on -location environmental cleaning functions. Produced video operations for pipeline inspection. Directly supervised health & safety programs to insure compliance with OSHA regulations KEY PROJECT WORK U.S. Army/DRMO — Panama, Central America, Hoechst Celanese In -Plant Services, AEP/CP&L Soil Remediation Project, LyondeliBasell Equistar in plant services GOAL ZERO Leading Safety Together # eras Andrew Foreman Technical Service Supervisor QVEOLIA EDuCATION Houston Baptist University RESUME Major: BA, Marketing and History CERTIFICATIONSISPECIAL TRAINING 40-Hour OSHA Training, 29 CFR 1010.120 CPR/First Aid Training PCB Management Training Field Chemist Skills Training RCRA Training DOT HM-181 Training Hazardous Materials Transportation, 49 CFR 172.704 (HM-126) Reactives Training EXPERIENCE Veolia ES Technical Solutions - Mar. 2011-present Technical Service Supervisor —Oct. 2019-present Responsible for the assurance of superior customer service, accurate waste profile generation and routing and precise invoicing. The Technical Department provides RCRA and DOT compliance resources for Veolia and generators throughout the Gulf Coast region by arranging shipment and acceptance of hazardous waste into various facilities. Directs staff responsible for the operation, maintenance, and upkeep of Customer waste profiles and Veolia internal systems. His team manages hundreds of projects per month, from beginning to end with members in multiple locations. Technical Service Representative —Aug. 2014-Oct. 2019 Manage the hazardous waste for all UPS locations across the gulf coast region, from collection to disposal, through remote packing. Provide RCRA and DOT compliance resources for Veolia and generators throughout the Gulf Coast region. Coordinate with sales and customer service to effectively deliver customized waste management solutions and disposal projects for educational institutions, industrial facilities and hospitals. Project Lead —Mar. 2011-Aug. 2014 Lead over 400 environmental safety projects in the field providing customers with services that ultimately lead to the safe and legal disposal of waste materials by complete knowledge of DOT, EPA, and facility requirements for labeling, marking, packaging and shipping hazardous waste from customer sites. GOAL ZERO Leading Safety Together (j)VEOLIA Veolia Background Screening Criminal - Any felony 7 years or less is not eligible for employment with Veolia. Candidates with issues over 7 years old are evaluated for employment on a case by case basis. Misdemeanors are on a case by case basis. Every state and county the candidate has resided in the last 7 years is verified. Education - All Veolia employees are required to have a High School Diploma or GED at a minimum. Various positions within Veolia require a degree. Social Security - We verify validation of social security numbers. Driving Record - A Motor Vehicle Report is ran for all employees. Some positions require employees to have a valid Driver's license. Veolia North America 1800 S Hwy 146 Baytown, TX 77520 tel +1 281 427 4099 fax +1 281 427 5367 www.voolianorthamerica.com TITLE: NUMBER: QIEOr r w`1M Veolia ESS Corporate Health and Safety Program (CHSP): TABLE OF CONTENTS CHSP - TOC REVISED BY: EFFECTIVE DATE: John Dyer & team February 12 , 2020 REVIEWED & APPROVED BY: TITLE: Director of Health & Safety SUPERSEDES: June 21, 2002 John Dyer October 1, 2010 December 6, 2013 June 2, 2014 January and June 2015 August 2015 December 2017 May 14, 2019 October 18,2019 January 27, 2020 REQUIRED_ FORMS: NONE PURPOSE: TABLE OF CONTENTS for Veolia Environmental Solutions & Services (ESS) Corporate H&S procedures • Complete o Needs Review o In -Process CORPORATE HEALTH AND SAFETY PROGRAM PLAN TABLE OF CONTENTS SECTION I Procedure PROGRAM ADMINISTRATION Review Date Program MISSION Health and Safety Mission Statement / Health and Safety Policy CHSP I -I Organizational Structure 6-2017 CHSP I-2 (reserved) CHSP I-3 Environmental Health and Safety Committees (EHSC) 1 1-2017 CHSP 1-4 Safety Inspections and Audits 6-2017 CHSP I-5 Workplace Observation, Incident Reporting, 12-2017 Recordkeeping & Investigation CHSP I-6 Agency Inspections 6-2017 CHSP I-7 (reserved) CHSP I-8 Contractor Safety 8-2017 CHSP I-9 Visitor Safety 8-2017 CHSP 1-10 Outsourced Labor Program 6-2017 CHSP 1-11 Standard Operating Procedures (PSM-6) 6-2017 CHSP 1-12 Corporate Health and Safety Training Plan (PMS-7) 6-2017 CHSP I-13 OSHA/DOL: Signs, Warnings and Postings 6-2017 CHSP I-14 Computerized Chemical Database Program 7-2017 CHSP I-15 Behavior Based Safety (BBS) & Corrective Measures 7-2017 SECTION 11 Procedure MEDICAL PROGRAMS Review Date Program CHSP II -I Medical Monitoring Program 1-2019 CHSP 1I-2 Hearing Conservation 1-2020 CHSP II-3 Bloodborne Pathogen Exposure Control 1-2020 CHSP II-4 RTW Following a Work Related Injury 1-2019 CHSP II-5 RTW Following a Significant Non Work 1-2019 Related Injury -Illness Veolia ESS CHSP- TOC Page 1 effective —]an 2020 CHSP I1-6 Drug and Alcohol Policy 6-2015 CHSP II-7 First Aid and Emergency Medical Services 7-2017 CHSP 11-8 Access to Employee Medical and Exposure Records 7-2017 SECTION III Procedure INDUSTRIAL HYGIENE Review Date Program CHSP III-1 Air Monitoring 7-2017 CHSP III-2 Hazard Communication and Hazard Awareness 12-2018 (includes 9 chemical specific appendixes) CHSP 1I1-3 Carcinogens in the Workplace 7-2017 CHSP III-4 Radiation Protection 7-2017 CHSP 111-5 Temperature Stress Prevention 7-2017 CHSP 1I1-6 Indoor Air Quality 7-2017 CHSP 111-7 Chemical Hygiene Plan 10-2017 SECTION IV Procedure HAZARD EVALUATION AND CONTROL Review Date MEASURES Program CHSP IV-1 General Safe Work Rules 2-2020 CHSP IV-2 Process Safety Management Programs (PSM-1) 7-2017 CHSP IV-3 Job Safety and Hazard Analysis (JSA) 8-2017 CHSP IV-4 Site Specific Health and Safety Plans 8-2017 CHSP IV-5 Contamination Control / Site Work Zones 8-2017 CHSP IV-6 Fire Prevention and Planning 8-2017 CHSP IV-7 Cylinders 8-2017 CHSP IV-8 Ladder Safety 8-2017 CHSP IV-9 New Technologies 8-2017 CHSP IV-10 Employee Fatigue Management 8-2017 CHSP IV-1 I Reactive Chemical 8-2018 CHSP IV-12 Construction and Equipment Safety Reviews (non-PSM) 8-2017 CHSP IV-13 Fall Protection 8-2017 CHSP IV-14 Machine Guarding (new- coming soon) CHSP IV-15 Crane Lift Safety (new coming soon) CHSP IV-16 Inert Gas policy 8-2017 CHSP IV-17 Powered and Non -powered Hand Tools 8-2017 SECTION V Procedure PERSONAL PROTECTIVE EQUIPMENT Review Date Program CHSP V-I Personal Protective Equipment (PPE) 12-2018 CHSP V-2 Respiratory Protection 9-2017 SECTION VI Procedure HAZARDOUS WORK PROCEDURES Review Date Program CHSP VI -I Confined Space Entry 10-2019 CHSP VI-2 Line Breaking 10-2017 CHSP VI-3 Control of Hazardous Energy LockouVTagout 9-2017 CHSP VI4 Hot Work 2-2018 CHSP VI-5 Bonding and Grounding when handling flammable or combustible materials 10-2017 CHSP VI-6 Electrical Safety 10-2017 SECTION VII Procedure TRANSPORATION SAFETY Review Date Program CHSP V1I-1 Vehicle Safety 10-2017 Veolia ESS CHSP- TOC Page 2 effective -Jan 2020 CHSP VII-2 Traffic Control and Roadways 10-2017 CHSP VII-3 Industrial Trucks and Forklifts, Mobile Heavy Equipment 10-2019 & Recreational Vehicles used for Business Purposes CHSP VII-4 Aerial Work Platforms and Scissor Lifts 10-2019 SECTION VIII Procedure ERGONOMIC STANDARDS Review Date Program CHSP VIII-1 Material Handling 10-2017 CHSP VIII-2 Workstation Design 10-2017 CHSP VIII-3 Ergonomics Policy 12-2017 SECTION IX Procedure EMERGENCY PREPAREDNESS Review Date Program CHSP IX-1 Pandemic Influenza Plan 12-2017 CHSP IX-2 Emergency Response. -Contingency Plans 2-2020 CHSP IX-3 Industrial Fire Brigade 1-2018 CHSP IX-4 Emergency Showers and Eyewash 1-2018 CHSP IX-5 Workplace Violence 1-2018 SECTION X Procedure HEALTH AND SAFETY PLAN GUIDANCE Review Date DOCUMENT FOR VEOLIA PROJECTS Program CHSP X-1 Health and Safety Guidance for Veolia Projects- 1-2018 HASP Guidance Veolia ESS CHSP- TOC Page 3 effective -]an 2020 N Veolia In -House Safety Program Veolia's Health & Safety Program includes standards for compliance with all Federal and Company requirements. The H&S Program and the Company's Safety Management Systems align with Veolia's "Goal Zero — Leading Safety Together" commitment, and the elements of the OSHA Voluntary Protection Program. Management Leadership and Employee Involvement Policy, goals and objectives: Management demonstrates commitment through creation and implementation of policies and procedures as well as setting meaningful, attainable goals and objectives. Veolia policies are maintained in our Corporate EHS Manual, Employee Handbook, Intranet and Laminated Field Safety Procedures. Establishing clear lines of communication with employees; setting an example of safe and healthful behavior; reasonable access to top site management: New employees attend our new hire orientation training, covering all Veolia policies and procedures in our Corporate EHS Manual, Employee Handbook and Task Specific Laminated Safety Procedures. Responsibility, Authority and Line Accountability: All Veolia personnel are held accountable for their individual safety, and the safety of their coworkers and/or subordinates. All managers/supervisors are held accountable for the safety of all employees and operations undertheir direction. All employees, including supervision/management, are evaluated annually on their performance with safety being a major evaluation factor. Employee Involvement: All Veolia employees are full participatory partners in the implementation of our safety and health programs. Employees receive hazard recognition and avoidance training as part of their introduction to our behavioral based observation program. Employees are required to fully participate in the investigation of significant near misses, first aids, injuries and motor vehicle accidents. Employees participate in the Peer-2-Peer Observation & Intervention Program through behavioral based observations. Employee Recognition: The purpose of the Individual Safety Incentive Program is to recognize and reward employees for participation in their safety programs and for contributions to the overall safety of themselves and fellow employees: • Safety Meeting Attendance • Incident Reporting • Positive Safety Initiatives— Peer-2-Peer Safety Observations, submission of Unsafe Act/Condition Reports or Stop Work Authority • Adherence to Safety Procedures Behavioral Based Safety: The Peer-2-Peer Safety Observation and Positive Intervention Program is a proactive method to enable active employee Involvement through Peer-2-Peer observations in the process for identifying and eliminating at -risk or unsafe work practices/conditions. The program's objective is to reduce accident and employee injury potential in the work environment through active employee involvement and participation in the Peer-2-Peer Safety Observation and Positive Intervention process by raising employee safety awareness through training, observation, Intervention and correction of at -risk or unsafe work practices/conditions VEOUA NORTH AMER(CA Veolia ES Technical So-ulions, LA C. www veolianorthameriCa Corn N Stop Work Authority Program: Under the "Stop Work Authority" program, employees will carry the "Stop Work Authority" card on their person. If and when an unsafe situation or condition exists in the workplace, this card verifies the fact that every Veolia employee has not only the authority, but the obligation to take corrective actions; up to and including stopping a job if it is necessary to take those corrective actions. The President/COO of Veolia North America's Industrial Business Group gives this authority, as verified by his signature on the card. Annual Evaluation of Health and Safety Program: An annual evaluation of the Veolia H&S Program is conducted in -line with the OSHA VPP Annual Evaluation Requirements. Worksite Analysis Pre -Use Analysis: Veolia uses a layered protection approach to ensure that new materials or processes are thoroughly analyzed for impact on safety and health before they are used. All Veolia equipment has been thoroughly analyzed by operations and safety for use, with appropriate precautions and safe work procedures put in place for each service line. All Veolia jobs are required to begin with a thorough Job Safety Analysis and crew safety meeting covering the material contained in it. Safety, Health Surveys and Routine Self -Inspections: Veolia Operations Management, Site Supervision staff and Safety Department personnel conduct regular surveys of the workplace. Employee Hazard Reporting System: Veolia employees have many ways to report workplace hazards including "open door" access to supervision, safety and management at any time. All deficiencies or concerns submitted are reviewed and tracked through final resolution, and feedback is given to employees through safety meetings and postings. Accidentlincident Investigations: Veolia has a very effective, written incident investigation procedure in place. Each incident, including near misses, is scored on our standard system that requires deeper investigation for incidents involving substantial near misses and above. Trend Analysis: Trend analysis is performed at the site and companywide levels. All relevant information from observations, audits, employee suggestions and incident investigations is utilized in our trend analysis. Hazard Prevention and Control Hazard Controls/Disciplinary System: Veolia has a comprehensive, progressive disciplinary program in place, including verbal warning, written warnings, time off without pay and termination This policy applies equally to all personnel regardless of position. Hazard Elimination and Control: Veolia follows the preferred hierarchy of hazard control, engineering, administrative, work practice and personal protective equipment. Veolia processes are continuously evaluated for opportunities to engineer out and automate operations to protect employees as much as feasibly possible. Health & Safety Training: VEOLIA NORTH AMERICA Veolia ES Technical Solutions, L L.C.. ww w, veo I is no r t h a m e r i c a. c o m [A] Veolia establishes the requirements for training all personnel based on job requirements, customer requirements and potential exposure to hazards. All employees receive service line specific training through Veolia, as well as hazard recognition as part of our behavioral based observation process. Veolia Management and Supervisory personnel receive Supervisor Safety Leadership Training. Total work - hours invested in Veolia personnel Health and Safety Training equates to approximately 37,800 work - hours annually. OSHA VPP Star Status: Veolia currently has five OSHA VPP Star Sites for industrial cleaning activities: Valero - Corpus Christi, TX Star Approval: August2006 Valero - Three Rivers, TX Star Approval: September2007 Marathon — Robinson, IL Star Approval: January2010 Chevron Phillips — Cedar Bayou, TX Star Approval: September 2011 Valero — Houston, TX Star Approval: August2013 We have eight OSHA VPP Star facilities within Veolia that provide hazardous and regulated waste management to the industrial sector: • Flanders, NJ • Philadelphia, PA • York, PA • Gurabo, PR (customer site) • Richmond, CA • Baytown, TX • Vancouver, WA • Creedmoor, NC We have one OSHA VPP Starfacility in Knoxville, TN where Veolia provides water management services to a municipality. VEOLIA NORTH AMERIC4 Veolka ES Technical Solutions, L.L.C.. www veolianorthamerka com 7f'I?ESOI►PCEPS QVEOLIA Authorized Negotiator Chris Armintor 14319 Gregg Manor Rd, Suite 201 Manor, TX 78653 281-216-0035 christopher.armintor(&,veolia.com GOAL ZERO Leoding Sofety Together City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 962-45 September 2020 ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 20-025 RESPONDENT'S NAME: Veolia ES Technical Solutions LLC DATE: 10/14/2020 Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name The University of Texas System - 86 campuses & satellite locations Name of Contact Patrick Durbin Title of Contact Associate Director, Risk Control E-Mail Address pdurbin@utsystem.edu Present Address 201 W 7th Street City, State, Zip Code Austin TX 78701 Telephone Number ( 512 ) 499-4746 Fax Number: ( ) 2. Company's Name City of Fort Worth Name of Contact Rex Jonson Title of Contact Environmental Supervisor E-Mail Address rej.johnson@fortworthtexas.gov Present Address 6400 Bridge Street City, State, Zip Code Fort Worth, TX 76112 Telephone Number (817 ) 392-5275 Fax Number: ( ) 3. Company's Name US Department of Energy-Pantex Plant Name of Contact Joe Crockett Title of Contact Shipping Manager/Waste Operations Department E-Mail Address joe.crockeft@cns.doe.gov Present Address P 0 Box 30020 City, State, Zip Code Amarillo, TX 79120 Telephone Number ( 806 ) 477-6385 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 18 of 21 City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20.025 Classlitem: 962-45 September 2020 ATTACHMENT A PROPOSAL SUBMITTAL FORM AND EXECUTION NOTE: RESPONDENTS SHALL COMPLETE AND RETURN THIS ATTACHMENT WITH THEIR PROPOSAL. FAILURE TO DO SO WILL RESULT IN DISQUALIFICATION OF THE PROPOSAL. By signature hereon, the Respondent certifies that: All statements and information prepared and submitted in the response to this RFP are current, complete, and accurate. He/she has not given, offered to give, nor Intends to give at any time hereafter, any economic opportunity, future employment, gift, loan gratuity, special discount, trip, favor, or service to a City employee in connection with the submitted response. Failure to sign the Execution of Proposal or signing It with a false statement shall void the submitted offer or any resulting contracts. Respondent represents and warrants that the Individual signing this Execution of Proposal is authorized to sign this document on behalf of the Respondent and to bind the Respondent under any contract resulting from this request for proposals. RESPONDENT (COMPANY): Veolia ES Technical Solutions LLC SIGNATURE (IN INK): NAME (TYPED/PRINTED) _ _ Carson Jarnagin ^ TITLE: General Manager DATE: 10/14/2020 STREET: 1800 S Hwy 146 CITYISTATE/ZIP: Baytown, TX 77520 TELEPHONE AND FACSIMILE NO.: 281.4274099 281427-5367 (f) E-MAIL ADDRESS: customers. gulfcoast@veolia.com FEDERAL TAX IDENTIFICATION NUMBER (FIN): 36-4287998 By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, Terms and Conditions, In effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. In addition to the above General Terms and Conditions listed In Section IV, the City's Definitions, Terms and Conditions shall be enforced and part of the contract and can be obtained from the City's website at: httos:llwww.roundrocktexass.gov/department§/purchasing/ Page 17 of 21 City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/item: 962-45 September 2020 ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 20-025 RESPONDENT'S NAME: Veolia ES Technical Solutions LLC DATE: 10/14/2020 Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name The University of Texas System - 86 campuses & satellite locations Name of Contact Patrick Durbin Title of Contact Associate Director, Risk Control E-Mail Address durbin uts stem.edu Present Address 201 W 7th Street City, State, Zip Code Austin, TX 78701 Telephone Number ( 512 ) 499-4746 Fax Number: ( ) 2. Company's Name City of Fort Worth Name of Contact Rex Janson Title of Contact Environmental Supervisor E-Mail Address rej.johnson@fortworthtexas.gov Present Address 6400 Bridge Street City, State, Zip Code Fort Worth, TX 76112 Telephone Number (817 ) 392-5275 Fax Number: ( ) 3. Company's Name US Department of Energy-Pantex Plant Name of Contact Joe Crockett Title of Contact Shipping Manager/Waste Operations Department E-Mail Address joe.crockett@cns.doe.gov Present Address P 0 Box 30020 City, State, Zip Code Amarillo, TX 79120 Telephone Number ( 806 ) 477-6385 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 18 of 21 City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No_ 20-025 Class/Item: 962-45 September 2020 ATTACHMENT C PROPOSALCHECKLIST Please ensure you submit the following with your proposal: Proposal Documents Yes No Names, physical locations, and capabilities of any intended disposal and/or storage facilities x Exceptions to handling types of materials, list, & explanation of restrictions x DEA Registration/Licensing x DPS Registration s/Licensin x EPA Reg istration/Licensing x TCEQ Registration/LicensingRegistration/Licensing x List of any litigation your company may be involved with per the Solicitation x Disclosure of any facilities with pending administrative or judicial actions against them to restrict their use and their location x Example SPCC Plan x Example Site Health and Safety Plan x Driver Certifications x Driver Training Program x Vehicle Safety Program x for Spill Response Personnel copies of certifications, resumes, and background checks as outlined on Page 10 & 11 x Spill Response Unit Personnel Health and Safety Training Certifications Spill Response Personnel Resumes x Addendum s if applicable x Attachment A — Proposal Submittal Form and Execution x Attachment B — Reference Sheet x Attachment C — Proposal Checklist x Attachment D — Cost Proposal Sheet x List of any additional fees Contractor may charge and when they would be invoked x Page 19 of 21 City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 96245 September 2020 ATTACHMENT E SUBCONTRACTOR INFORMATION FORM COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 20-025 RESPONDENT'S NAME: Veolia ES Technical Solutions LLC 1 2. DATE: 10/14/2020 • CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below Subcontractor Name Name of Contact E-Mail Address Address City, State, Zip Code Telephone Number Describe work to be performed Percentage of contract work to be performed Subcontractor Name Name of Contact Title of Contact E-Mail Address Address City, State, Zip Code Telephone Number Describe work to be performed Percentage of contract work to be performed ( ) Fax Number: ( ) { ) Fax Number: ( } Add additional pages as needed Page 21 of 21 Attachment D- Cost Proposal Worksheet Transportation and Disposal of Hazardous Materials for Police Department RFP 20-025 _ The cost of items listed below should include all product, ordering. processing, administrative, and_shim ng charges. _ The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the serv-ceslgoods needed to satisfy requirements within budgetary constraints. which may be more or less than indicated The cost proposal sheet will be used for cost evaluation purposes only No. Description Estimated Unit Unit Cost Extended Total Quantity DEA Class 1 Regulated Drugs (<100 LBS PER CONTAINER 1 $158.00IMIN) 1 200 lbs. $1 A3 $1,236.00 DEA Class 1 Regulated Contaminated Gear (<100 LBS PER 2 CONTAINER $158 00/MIN) 300 lbs. $1.03 $309,00 Container Fee (for 1,500lbs of material) (14 GALLON 3 CONTAINER) 2 Drums $20.00 $40.00 4 Transportation Fee 2 Annually $1.200.00 $2,400.00 Total: $3,985.00 Section II - Fuel Surcharge This section will not be evaluated but will become part of the contract for billing purposes. 5 1 Fuel Surcharge I % 6 Witness Burn Fee 1 $1,575.001 $3,150.00 7 Two Person Crew(portal toportal) ? $160,001 $320.00 8 Container Fee - 30 allon 2 1 1 $60.001 $120.00 8 Energy, Security and Insurance Fee Total Inv I I 50 13 I TdD loft ROUND ROCK TEXAS City of Round Rock Agenda Item Summary Agenda Number: Title: Consider executing an Agreement with Veolia ES Technical Solutions, LLC for the transportation, disposal, and destruction of hazardous chemicals and materials. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 4/9/2021 Dept Director: Police Chief Allen Banks Cost: $22,725.00 Indexes: General Fund Attachments: CORR Contract, Response to RFP, RFP, CMAF Department: Police Department Text of Legislative File CM-2021-098 The City of Round Rock seeks to enter into a three-year agreement with Veolia ES Technical Solutions, LLC, who has the means and ability to transport, dispose and destroy hazardous chemicals and materials, including controlled substances and contaminated gear. The Round Rock Police Department is court -ordered to properly dispose of any collected Class 1 controlled substances at least twice a year. Veolia ES Technical Solutions, LLC shall provide services to transport from the Police Department to their facility for disposal/destruction. The contract sets unit prices on the services provided by the vendor and doesn't set a specific departme appropriation for these services. Cost will be dependant on the total number of items transported and disposed of. The set prices are for the life of the three-year term of the agreement. The total cost of the services provided will not exceed $22,725 over the three-year term of the agreement. Cost: $22,725 maximum over three years Source of Funds: General Fund City of Round Rock Page 1 of 1