Loading...
HomeMy WebLinkAbout2002-06-24 City Council (3)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS 9 DATE:JUNE 24, 2002 CMR:301:02 SUBJECT:APPROVAL OF AGREEMENT W!TH SAFETY-KLEEN (SAN JOSE), INC., IN THE AMOUNT OF $420,000 PER YEAR, WITH AN OPTION TO RENEW FOR TWO ADDITIONAL YEARS, FOR HOUSEHOLD AND CONDITIONALLY EXEMPT SMALL QUANT1TY GENERATOR HAZARDOUS WASTE MANAGEMENT PROGRAM SERVICES RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached one-year agreement with Safety-Kleen (San Jose), Inc., in the amount of $420,000, with the option for an additional two years in the amount of $420,000 per year, to provide services for the Househo |d and Conditionally Exempt Small Quantity Generator Hazardous Waste (HHW and CESQG) Management Programs. °Authorize the City .Manager or his designee to exercise the option to renew the agreement for the (second and/or third year) provided the proposed cost of the renewal agreement does not exceed the Consumer Price Index for all urban consumers (San Francisco - Oakland - San Jose, CA), the consultant is responsive to the City’s needs, and the quality of the consultant’s work is acceptable during the first year of the agreement (and/or other conditions which will determine the City’s willingness to renew the agreement). .DISCUSSION Project Description The work to be performed under the agreement involves providing monthly HHW management services, including mobilizing appropriate equipment and personnel to operate the monthly one-day residential collection event;, and providing hazardous waste packaging, transportation and disposal services. The work to be performed also includes the operation of a hazardous waste collection program for businesses in the Palo Alto Regional Water Quality Control Plant (PARWQCP) service area that qualifies as CESQGs under state and federal hazardous waste regulations (generate less than 220 pounds of hazardous waste per month). This service will be provided at no cost to the City and PARWQCP partners, as the CMR:301:02 Page 1 of 2 cost for the service is recovered through charges assessed by the contractor to participating businesses. Selection Process Staff sent a request for proposals (RFP) to four consulting firms on April 22, 2002. Firms were given twenty-nine days to respond to the request, A total of four firms submitted proposals. Proposals ranged from $29,367 to $32,196 per average monthly event. A selection advisory committee of Public Works Operations staff experienced with the City’S existing HHW program reviewed the proposals. The committee carefully reviewed each firm’s qualifications and submittal in response to the RFP relative to the following criteria: company and ¯staff experience and qualifications; verification of client references for experience and performance of HHW and CESQG programs; examination of each firm’s regulatory compliance record; detailed review, of operation and healtl~ and safety plans; costs for scope of services; and overall proposal quality and completeness. Safety-Kleen (S.an Jose),. Inc.,was selected for its experience, ability to meet the criteria established in the RFP, and~cost effectiveness of the proposed fees relative to the services provided, RESOURCE IMPACT Funds for this.project are included in the FY 2002-03 Refuse Fund Budget. POLICY IMPLICATIONS Approval of this agreement is consistent with existing City policies. ENVIRONMENTAL REVIEW The HHW program was addressed in the negative declaration for the Source Reduction and Recycling Element and Household Hazardous Waste Element approved by Council on June 6, ¯ 1991 (Negative Declaration No. 91-EIA-12). The CESQG program was addressed in the negative declaration for the implementation of the program approved by Council on June 24, 1993 (Negative Declaration No. 93-EIA-22). ATTACHMENTS Attachment A: Agreement PREPARED BY: . Sean Kennedjb l~Ianage[~E~al Control Programs DEPARTMENT HEAD: -’~ GLENN S. ROBERTS CITY MANAGER APPROVAL: Director of Public Works EMILY HARRISON Assistant City Manager CMR:301:02 Page 2 of 2 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND SAFETY-KLEEN (SAN JOSE) INCORPORATED FOR OPERATION OF A HOUSEHOLD HAZARDOUS WASTE COLLECTION PROGRAM AND A CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR HAZARDOUS WASTE COLLECTION PROGRAM THIS AGREEMENT is made and entered into this day of June, 2002, by and between the CITY OF PALO ALTO, a California municlpal corporation hereinafter referred to as "CITY," and SAFET¥-~LEEN (SAN JOSE) INCORPORATED (Taxpayer Identification Number 94~2685637), a California corporation, with offices at 1040 Commercial Street, Suite 109, San Jose, California95112, hereinafter referred to as "CONTRACTOR" hazardous Program") hazardous Program") WITNES SETH: WHEREAS, CITY desires to allow both a household waste collection program (hereinafter,the "HHW and a conditionally exempt smal’l quantity generator waste collection program (hereinafter, the "CESQG to be operated to help limit the inappropriate disposal of hazardous wastes at CITY’s landfill and through CITY’s sanitary sewer and storm sewer systems, thereby helping CITY achieve its regulatory mandates for limiting discharges to the landfill and such systems; and .. WHEREAS, CITY desires to engage CONTRACTOR to provide, implement, administer, operate and be responsible for the Programs by reason of CONTRACTOR’s qualifications and experience for performing such services; and WHEREAS, CONTRACTOR has offered to provide the collection Programs on the terms and in the manner set forth herein. NOW, THEREFORE, in consideration of covenants, the parties hereto agree as follows: their mutual SECTION 1 -DEFINITIONS i.i CITY The term "CITY" as used in this Agreement shall mean and include all the territory lying within the municipal boundaries of the City of Palo Alto, California, as presently existing, plus all 020606 sm 0053048 territory which may be added thereto during the Germ of this Agreement by annexation or otherwise. 1.2 City Manager The term ".City Manager" shall mean the duly appointed C~ty Manager of the City of Palo Alto,California,or his designated representative. 1.3 City Clerk The term "City Clerk" shall mean the duly appointed City Clerk of the City of Palo Alt0, California, or her designated representative. 1.4 Risk Manager The term "Risk Manager" shall mean the duly appointed Risk Manager of the City of Palo Alto,California,or her designated representative~ 1.5 Program The term "Programs" means both the HHW Program and the CESQG Program as described ±n Exhibit "A" entitled "Scope of Services,"attached hereto and made a part hereof by this reference. SECTION 2 -PROGRAM COORDINATION 2.1 CITY The City Manager shall be the representative of CITY for all purposes under this Agreement. SEAN KENNEDY i.s designated as the PROGRAM MANAGER for the City Manager, and he shall supervise the progress and execution of this Agreement, and shall be assisted by RON ARP, the ASSISTANT PROGRAM MANAGER. 2.2 CONTRACTOR CONTRACTOR shall assign a single PROGRAM DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. THOMAS J. ROLLINGS hereby is designated as the PROGRAM DIRECTOR for CONTRACTOR. Should circumstances, or conditions subsequent to the execution of this Agreement require a substitute PROGRAM DIRECTOR for any reason, the PROGRAM DIRECTOR designee shall be subject to the prior .approval of the PROGRAM MANAGER. 020606 sm 0053048 2 SECTION 3 - DUTIES OF CONTRACTOR 3.1 Services to be Furnished CONTRACTOR shall perform the services set forth in Exhibit "A", which includes providing, implementing, administering, operating and being solely responsible for the Programs as described in Exhibit "A" 3.2 Laws to be Observed With respect to the laws to be observed in connection with this Agreement, CONTRACTOR shall fully comply with all of the requirements set forth in Exhibit "A". CONTRACTOR shall further: 3.2.1 Prepare and maintaln all necessary plans, licenses, or other mandatory documents required by regulatory agencies under federal, state and local law~, ordinances, or regulations for the implementation and operation of the Programs which may be necessary and incident to the due and lawful prosecution of the servlces to be performed and the Programs-to be provided by CONTRACTOR under this Agreement; 3.2.2 Keep itself fully informed of all existing :and future federal, state, and local laws, ordinances, regulations, orders and decrees, including but not limited to California Health and Safety Code ("HSC") Section 25218.1 and its accompanying regulations, as amended, which may affect those engaged, or employed under this Agreement or the Programs, any materials used in CONTRACTOR’s performance under this Agreement, or the .performance of the services under this Agreement and under the Programs; 3.2..3 At alI times observe and comply with, and cause all-of its subcontractors and employees, if any, to observe-and comply with, all of the laws, ordinances, regulations, orders and decrees mentioned above; and 3.2.4 Immediately report to the PROGRAM MANAGER in writing any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Programs or any provisions of this Agreement. 3.3 Release of Reports and Information Any reports, information, data or other material given to, or prepared or assembled by, CONTRACTOR orits subcontractors, if any, under this Agreement for CITY shall be the property of 020606 sm 00530,~8 CITY and shall not be made available to any ihdividual or organization by CONTRACTOR or its subcontractors,-if any, without the prior written approval of the City Manager. 3.4 Copies ofReports and Information If CITY requests additional coples of any reports, drawings, specifications or any other material which CONTRACTOR is required to furnish to CITY in limited quantigies as part of the services under this Agreement, CONTRACTOR shall provide, such additional copies as are requested and CITY shall compensate CONTRACTOR for the costs of duplicating such copies,at CONTRACTOR’s cost. 3.5 Monthly Event Summary Reports CONTRACTOR shall provide CITY with one (i) copy of each HHW Program Event Summary Report required under Section B(2) (e) (5) of Exhibit "A" hereof, and one (i) copy of each CESQG Program Monthly Event Summary Report required under Section C(8) of Exhibit "A". CONTRACTOR shall provide each required report to CITY within two (2) weeks after each Program collection event. 3.6 Qualifications of CONTRACTOR CONTRACTOR represents that it is qualified to furnish the services described under this Agreement. As evidence thereof, CONTRACTOR warrants that it is .appropriately licensed by the State of California as may be required by law in order to perform its services under Exhibit "A" hereof. SECTION 4 - COMPENSATION 4.1 Compensation for HHW Program For the full performance of CONTRACTOR’s services rendered hereunder in connection with the HHW Program, CITY shall pay CONTRACTOR a total sum not to exceed Four Hundred Twenty Thousand Dollars ($420,000) per year for the first, second and third year of the term of this Agreement. Such sum shall be payable to CONTRACTOR in accordance with the attached Fee Schedule, marked Exhibit "B" and .incorporated herein by this reference. Progress payments shall-be made on a monthly basis to CONTRACTOR, within thirty (30) days of CONTRACTOR’s submission to CITY of itemized billings in triplicate in accordance with Exhibit "B", for services rendered in connection with each HHW Program event. // 020606 sm0053048 4 4.2 Compensation for CESQG Program CITY has no obligation to compensate CONTRACTOR for any of CONTRACTOR’s servlces rendered hereunder in connection with the CESQG Program. In lieu thereof, CONTRACTOR shall be entitled to charge a fee based .upon the cost of operating the CESQG Program. CONTRACTOR shall collect such fees solely and directly from the participants in the CESQG Program (hereinafter, the "Participants"), in compliance wfth HSC Section 25218.1., as amended. The Participants .shall be businesses located within the .service area-of the Palo Alto Regional Water Quality Control Plant ("PARWQCP")that meet the definition of a "conditionally exempt small quantity generator" under HSC Section 25218.1(a), as amended. The service area of the PARWQCP shall mean the entire jurisdictions of the cities Of Palo Alto, East Palo Alto, Los Altos and Mountain View, the town of Los Altos Hills and Stanford. Regardless of whether CONTRACTOR fully, recovers its costs incurred in providing the CESQG Program from the Participants, CITY shall not be responsible or liable for any fee payment or compensation to C~NTRACTOR in connection with the CESQG Program, nor any CESQG Program costs, except as may be provided expressly herein. SECTION 5- DUTIES OF CITY below: CITY shall provide all specified services as set forth 5.1 CITY shall provide designated space at the PARWQCP (the "Site"), for CONTRACTOR’s operation of the Programs under this Agreement. CITY hereby grants CONTRACTOR a license to operate the Programs from the Site as set forth in Exhibit "A" hereof. 5.2 CITY shall provide traffic control.equipment for the queuing at the entrance to the Program collection Events, which shall include traffic cones and signs. 5.3 With respect to the HHW Program, CITY shall further provide: 5.3.1) the HHW Program advertising, in CITY’s sole discretion; 5.3.2) survey forms; 5.3.3) the literature for survey takers to distribute to Event participants; and 5.3.4) the debris boxes for disposal of nonhazardous wastes and for corrugated cardboard. 5.4 With respect to the CESQG Program, CITY shall further provide CESQG Program advertising, in CITY’s sole discretion, through local newspapers, directed mailings and utility bills. CONTRACTOR may also provide advertising for the 020606 sm 0053048 CESQG Program. At CITY’s sole option, CITY may coordinate with CONTRACTOR to facilitate effective CESQG Program publicity. SECTION 6 - TERM This Agreement shall commence on July i, 2002, and shall continue in full force and effect until June 30, 2005 unless it is sooner termlnated as provided herein; The City Manager may extend the term of this agreement by thirty (30) days to allow for the small transition to a new contractor. Notwithstanding the foregoing, the parties hereto agree that this Agreement may be annually renewed for up to an additional two (.2) years either on the same terms and conditions or under modified terms and conditions as mutually agreed upon by CITY and CONTRACTOR. Such renewals shall be subject to the City Council’s continued annual appropriation of sufficient funding for the Agreement in each subsequent year. CITY and CONTRACTOR shall negotiate with each other concerning the potential annual renewal of this Agreement within ninety (90) days of the expiration of the Agreement"s then current term. SECTION 7 -TEMPORARY SUSPENSION The City Manager shall have the authority in her discretion, with or without cause, to immediately suspend this Agreement, wholly or in part, for such period as he or she deems necessary. SECTION 8 -TERMINATION OF AGREEMENT 8.1 CITY’s Right to Terminate Notwithstanding any other provision in this Agreement, the City Manager may terminate this Agreement in his or her discretion, with or. without cause, by giving fifteen (15) days’ written notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR shall immediately discontinue its performance under this Agreement.. 8.2 CONTRACTOR’s Right to. Terminate CONTRACTOR may terminate this Agreement by giving thirty (30) days’ written notice thereof to CITY, but only in the event of substantial failure of performance by CITY under this Agreement. // // 020606 sm 0053048 SECTION 9 -ASSIGNMENT; SUBCONTRACTORS; EMPLOYEES 9.1 Assignment Both parties shall give their personal attention to the faithful performance of this Agreement and shall not assign, transfer, convey, or otherwise dispose of this Agreement or any right-, title or ±nterest in or to the same or any part thereof without the prior written consent of the other party, and then only subject to such terms and conditions as the other party may require. A consent to one asslgnment shall not be deemed to be a consent to any subsequent assignments. Any assignment without such approval shall be void and, at the optlon of the other party, shall .terminate this Agreement and any license or privilege granted herein. This Agreement and any interest herein shall not be assignable by operation of. law without the .prior written consent of the other party. 9.2 Contractors It is agreed that this Agreement is for the personal services of CONTRACTOR and cannot be performed by any other person or organization. 9.3 Subcontractors; Employees CONTRACTOR shall be responsible for employing or engaging all persons necessary to perform the servlces of CONTRACTOR hereunder. All subcontractors are deemed to be under the direct and sole supervision of CONTRACTOR, and CONTRACTOR agrees to be solely responsible for their performance and full compensation. CONTRACTOR shall give its personal attention to the fulfillment of the-provisions of this Agreement by all of its employees and subcontractors, if any, and shall keep the work under its control. If any employee or subcontractor of CONTRACTOR fails or refuses to carry out the provisions of this Agreement or appears to be incompetent or to act in a disorderly or improper manner, he shall be discharged immediately from the work Under this Agreement on reasonable demand of the PROGRAM MANAGER. SECTION i0 -NOTICES All notices hereunder shall be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk 250 Hamilton Avenue Palo Alto, CA 94303 020606 sm 0053048 With a Copy .to :Public Works Department Attn: Deputy Director of Public Works. 3201 East Bayshore Road Palo Alto, CA 94303 To CONTRACTOR: Attention of the PROGRAM DIRECTOR. at the address of CONTRACTOR recited above SECTION ii ~ INTEREST OF CONTRACTOR In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and shall not acquire any :interest, direct or :indirect, financial or otherwise, which would conflict in any manner or- degree with the performance of the servlces hereunder. CONTRACTOR further covenants that, in the peff0rmance of this Agreement, no subcontractor or person having such an interest shall be employed. CONTRACTOR certifies that no one who has or will have any financial interest under this Agreement is an officer or employee of CITY. It is expressly agreed that in the performance of the services and the Programs required under this Agreement CONTRACTOR, and any of its subcontractors or employees, shall at all tlmes be considered independent contractors and not agents or employees of CITY. SECTION 12 -INDEMNITY 12.1 CONTRACTOR’s Obligation to Indemnify CITY CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, agents and employees from any. and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CONTRACTOR in the performance or failure to perform this Agreement. CONTRACTOR’s obligations under this Section 12 include the obligation to protect, indemnify~ hold harmless and defend CITY, its Council members, officers, agents and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments CITY may incur, arising in whole or in part or as a result of CONTRACTOR’s, its officers’ employees’, agents’ or subcontractors’ operation of the Programs as set forth under Exhibit "A" hereof. CONTRACTOR’s duty to protect, indemnify, defend and hold harmless CITY 020606 sm 0053048 8 hereunder shall include such liability that may arise at any time under: the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C., §§ 9601-75, as amended); the Resource Conservation and Recovery Act (42 U.S.C., §§ 6901-82, as amended); the Hazardous Waste Control Act (Heal. & Saf. Code, §§ 25100- 25250.24, as amended); the Safe Drinking Water and Toxics Enforce- ment Act (Heal. & Saf. Code, §§ 25249.5-25249.13, as amended); the Un~ergr6und Storage of Hazardous Substances Act (Heal. & Saf. Code, §§ 25280-99.6, as amended); the Hazardous Substance Account Act (Heal. & Saf. Code, §§ 25300-95, as amended); the Toxic Substances Control Act- (15 U.S.C., §§ 2601-2671, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Heal. & Saf. Code, §§ 25300-25395, as amended); or any other local, state or federal ordinance, statute or regulation that may now exlst or hereinafter beenacted, or at common law. 12.2 CITY’s Obligation to Indemnify CONTRACTOR CITY agrees .to protect, indemnify, defend and hold harmless CONTRACTOR, its officers, agents and employees from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CITY’s, its Council members, officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CITY in the performance or failure to perform itsobligations under this Agreement. SECTION 13 -WORKERS’ COMPENSATION CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions before commencing this Agreement. SECTION 14 -INSURANCE 14.1 Insurance Coverage Requirements CONTRACTOR, at its sole cost and expense, shall obtain and maintain, in full force and effect throughout the entire term of this Agreement and for five (5) years thereafter, the following insurance coverage, insuring not only CONTRACTOR but also, with the exception of workers’ compensation ~nsurance, CITY, its Council members, officers, agents and employees, and each of them, with respect to the Programs and all of the services performed by 020606 sni 0053048 CONTRACTOR for or on behalf of CITY under the provisions of this Agreement: CONTRACTOR’s REQUIPmD INSURANCE COVERAGE MINIMUM LIMITS OF COVERAGE Commercial General Liability, ¯ including broad form contractual,. products and completed operations and personal injury, bodily injury and property damage. $i~000,000 per. occurrence and $2,000,000 in the aggregate o Comprehensive Automobile Liability, :including owned, leased, hired, borrowed and non-owned automobiles, with deletion of pollution exclusion. $i,000,000 per accident for bodily injury. and property damage o ° MCS-90 Endorsement, including ~environmental restoration coverage for accidents during transportation. Pollution Liability or Sudden and Accidental Pollution Liability. $5,000,000 per Occurrence and $2,000,000 in the aggregate °Employer’s Liability.$5,000,000 per accident and $i,000,000 each employee bodily injury by disease and $2,000,000 in the aggregate In addition, CONTRACTOR shall insure its subcontractors, if any, have adequate Pollution Liability insurance coverage. All insurance coverage required hereunder shall be provided through carriers with a Best rating of A:VII or higher that are admitted to do business in the State of California. .Any and all subcontractors of CONTRACTOR under this Agreement shall obtain and maintain, in full force and effect throughout the term of this Agreement and for five (5) years thereafter, identical Commercial General Liability and Comprehensive Automobile Liability insurance coverage, with CITY named as additional insured under such policies as required under Section 14.2 hereof for the HHW Program and with CITY, the cities of East Pal0 Alto, 020606 sm 0053048 ! 0 Los Altos, and Mountain View, the Town of Los Alto’s Hills, and Stanford named as additional insureds under such policies as required under Section 14.2 hereof for the CESQG Program. 14.2 Certificates Evidencing Insurance Coverage Certificates evidencing the insurance coverage required hereunder shall be filed with CITY concurrently with the execution of this Agreement and shall be attached hereto as Exhibit "C" and incorporated herein by this reference. All such certificates shall be subject to the prior approval of the Risk Manager .and shall contain endorsements stating that, to the extent that CONTRACTOR is at fault or deemed to be at. fault, the insurance is primary coverage ’and will not be cancelled or altered by the insurer except after filing with the City Clerk thirty (30) days’ .prior written notice of such cancellation or alteration. The certificates shall evidence and name CITY as additional insured under the General Liability and Auto Liability policies in connection with both Programs and shall also name the cities of East Palo Alto, Los Altos and Mountain View, the Town of Los Altos Hills and Stanford as additional insureds under the General Liability and Auto Liability policies in connection with the CESQG Program. Current certificates of such insurance shall be kept on file at all times during the term of this Agreement and for five (5 years thereafter with the City Clerk. 14.3 No Limit of.Liability The procuring of such required policy or policies of insurance shall not be construed to limit CONTRACTOR’s li’ability hereunder nor to fulfill the indemnification provision and requirements of this Agreement under Section 12 hereof. Notwithstanding said policy or policies of insurance, CONTRACTOR shall be obligated for the full and total amount of. any damage, injury, or loss caused by the services performed under this Agreement, . including after the Agreement has terminated or expired. SECTION 15 -AUDITS CONTRACTOR agrees to permit representatives of CITY’s Auditor’s Office and Finance ; Department to audit, at any reasonable time upon reasonable notice during the term of this Agreement and for three (3) years thereafter, all documents and ¯ records of CONTRACTOR pertaining to the Operational scope of this Agreement. Such documents.and records shall include records and documents which the CONTRACTOR is required to file or maintain under any federal, state, or local law, relating to CONTRACTOR’s services performed under this Agreement, including the handling, 020606 sm 0053048 11 transportation, storage, treatment, and disposal ’of hazardous waste hereunder. CONTRACTOR further agrees, to maintain such records for at least three (3) years after this Agreement has terminated or expired. SECTION 16 -AGREEMENT BINDING The terms, ~covenants,and conditions of. this .Agreement shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns and subcontractors of both parties.. SECTION 17 -WAIVERS The waiverby either party of any breach or violation of any term~ covenant, or condition of this Agreement or .of. any provision, ordinance, or law shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, or law or of.any subsequent breach or violation of the .same or of any other term, covenant, condition, ordinance, or law. The subsequent acceptance by e~ther party of any fee or other money which may become due hereunder shall not be deemed to be a waiver of.any preceding breach or violation by the other party of any term, covenant, or conditi0n.0f this Agreement or of any applicable law or ordinance. ~ECTION 18.- COSTS AND ATTORNEYS’ FEES -The prevailing party in any action brought to enforce the terms of this Agreement or arising oht of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with such an action from the otherparty. SECTION19 -NO IMPLIED WAIVER No payment, . partial payment, acceptance, or partia.l acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20 -NONDISCRIMINATION; PENALTY -20.1 Duty of CONTRACTOR No discrimination shall be made in the employment of persons under this Agreement because Of the age, race, .color, national origin, ancestry, religion, disability, sexual preference or sex of such person. If the value of this Agreement is, or may be, Five Thousand Dollars ($5,000) or more, CONTRACTOR agrees to meet all requirementsof the Palo Alto Municipal Code-pertaining to nondiscrimination in employment, including completing the ,,Compliance Report--Nondiscrimination Provisions of City of Palo 020606 sm 0053048 12 Alto Contracts" on the form furnished by CITY, attached hereto as Exhibit "D" and made a part hereof by this reference. CONTRACTOR agrees that services from its subcontractors substantially as follows: each written agreement for shall contain a provision "Subcontractor ~shall provide CONTRACTOR with a certificate stating that he (or she) is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment;that he (or she) will pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that he (or she) will not discriminate in the employment of any person under this contract because of age, race, color, national orig±n, ancestry, sex or religion, disability or Sexual preference of such person." 20.2 Penalty for Discrimination If CONTRACTOR is found ~n violation of the nondiscrimination provisions of the State Of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of this Agreement, it shall thereby be found in material breach of this Agreement. Thereupon, CITY shall have the power to cancel or suspend this Agreement, in whole or in part, or to deduct from the -amount payable to CONTRACTOR the sum of Twenty-Five Dollars ($25) for each person for each calendar day during which such person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California. Fair. Employment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this subsection. SECTION 21 -ENFORCED DELAY; EXTENSION In addition to specific provisions of the Agreement, performance by any party hereunder shall not be deemed to be in default, where delays or defaults are due to the elements, accident, casualty, unavailability or delays in delivery of any product, fuel, service or materials, failure or breakdown of equipment, strikes or other labor disturbances, acts of the public enemy, orders or inaction of any kind from any governmental, military or clvil authority, war, insurrections, riots, epidemics, landslides, or acts of God, which are not within the control of the party claiming such inability or disability, which such party 020606 sm 0053048 13 could not have avoided by exercising due diligence ~and care and ¯ regarding which such party shall use all reasonable efforts that are practically available to it in order to correct, such condition. However, no party hereto shall be entitled to any extension of time pursuant to this Section 21 due to any event or condition caused by a party’s inherent financial condition or financial inability to pay its monetary obligations when due. Notwithstanding anything to the contrary in this ¯ Agreement, an extension, of time for any such cause Shall be for¯ the period of time reasonable in light of the enforced delay. The extension of time shall commence to run from the time of the commencement of the cause, .so long as the party claiming the extension has notified the other party in writing of the nature of the matter constituting the enforced delay within thirty (30) days after the occurrence of the enforced delay. SECTION 22 -AGREEMENT CONTAINS ALL UNDERSTANDINGS; AMENDMENT This document represents the entire and integrated agreement between CITY and CONTRACTOR and supersedes all prior negotiations, representations,, and agreements, either written or oral. Th~s document may be amended only by-written instrument, signed by both CITY and CONTRACTOR. // /I /I I/ /I II // II I/ II II ’ 020606 sin 0053048 14 SECTION 23 - GOVERNING LAW This Agreement shall be governed by the State of California-. IN WITNESS WHEREOF, the parties hereto this Agreement the day and year first above written. ATTEST:CITY OF PALO ALTO laws-of the have executed City Clerk APPROVED AS TO FORM: City Attorney APPROVED: Assistant City Manager Director of Administrative Services Director of Public Works Contract Manager (Insurance Review) Mayor (SAN JOS .) Name : Doug Legze Title: Vice President, Western Region Name: Shawn Lavery De James Title: Secretary Taxpayer Identification No. 94-2685637_ (Compliance with corp. Code § 313 is required if the entity on whose behalf this contract is slgned is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments: EXHIBIT ~A": EXHIBIT "B": EXHIBIT ~C": EXHIBIT "D": SCOPE OF SERVICES/DESCRIPTIONOF PROGRAMS FEE SCHEDULE FOR HHW PROGRAM INSURANCE CERTIFICATES NONDISCRIMINATION COMPLIANCE REPORT. 020606 sm 0053048 !5 " CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF onC~Z/7~ /~ , 2002, before me, the undersigned, a Notary Public ~i~. and for said County and State, personally appeared ~k~.~ /.~~, personally known to me o~ p~v~d ~o me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed.to the within instrument and. acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the persqn s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 020606 sm 0053048 1 t5 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) ) SS.0F ) On ~/~ /~ , 2002, before me, the undersigned, a Notary Public in and for said Countyand State, personally appeared ~/~)/7. ~_~!~/~d/ ~/~_/77~L~, personally known to me or proved .~o me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he!she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 020606 sm 0053048 1 7 EXHIBIT A PART I!1 - SCOPE OF SERVICES " ~ CITY OF PALO ALTO HOUSEHOLD ANDCONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR . HAZARDOUS WASTE MANAGEMENT PROGRAMS ~ A; OVERVIEW. The City of Palo Alto requests. Proposals for the ope~’ation of an ongoin~ monthly Household Hazardous Waste Management Program (H.HW Program) and a Conditionally Exempt Small. Quantity Generator (CESQG) Hazardo.us Waste Management. Program (CESQG PrOgram). The City began periodic household hazardous-waste (HHW) collection in 1983 and increased the program frequency to a monthly cycle inSeptembe,.r 1991. In -November, 1993, the City implen3ented a CESQG Hazardous. Waste Management Program.(CESQG Program). The CESQG Program.is operated in conjunction ¯with but separately from the. HHW. Program.-Descriptions of the HHW Program and CESQG Program are presented below in Sections B.1 and. C:1.. .. Th s .Request..fo.r Pr0pos.a. IS alsq..[?..r.o,_,vide,s for 24-hour ~ergency response¯ .services as presented in Section D. ,: ,~ .-- . : ThisF~equest, for Proposals is seeking the services of aqualified and experienced firm for household (including .mobile collection) and CESQG hazardous waste Collection. and -- management services over a three--year period.. This. Requestf6r Proposals provides for a one-year, agr~ement with the. optionof extending the :agreement. annually foi" two additional years. The City of Palo Alto resei"ves the right.to modify or cancel the-agreement.- based on the Contractor’s performance and/or changes in appropriations for this work in each fiscal year’s budget as.adopted bythe Palo Alto City Council...T~e City shall negotiate -. the extensions of the agreement with the Contractor On an annual .basis. ,’Thecontinuation¯. of this., agreement, and.the, extension 0f:the agreement over the .three-year period issubject. ’ to .the"contractor’s performance onthe.programs, the pro.posed .pricing inCreases from the contractor, and the City of Palo Alto’s allocation of.funding for each fiscal.year. The’ City does not expressly or by !mplication agrees that the actual amount of-work shall .- correspond therewith. The .City .reserves the right, to increase,~decrease O.r, modify the. amo:unt Of any ¯class or portion of"the .woi’k or to omit portio.ns Of the work, as .may be ¯deemed necessa~ or expedient b.y the Program Manager. ¯. . . ~. : .: . .:. ...-..~. ..¯.. -- ..,. . : .. . B~SCOPE OF WORK FOR HOUSEHOLD HAZARDOUS.WASTE PROGRAM 1..General Information -"" ’ " : Since 1983, Palo Air0 has-sponsored HHW Collection; e~/ents for its residents. Tables la, l b, and 2 provide general ’ information regardingthe-number of participating residents and the quanti!ies of Waste that have been brought to recent -Ci’i’Y OF PALO ALTo: (3/2002)RFP143451 , ~" SECTION III. Page 1 of i7 PART Ii1.- scOPE OF SERVICES collection.events. Events are typicallyheld on the first Saturday of each month f~o.m 9:00 a.m. to 12:00 noon, and the first Fridays of April and September from 3:00-to 5:00 p~m, at the Palo Alto Regional Water Quality Control Plant (PARWQCP) at 250i Embarcadero Way (~see .Figure 1). At these =events, all HHW are .collect .e.d from City residents, with ~he exceptiOn of: ~ ¯ those materiais pr6hibited Under Title 22 of the California Code of Regulations, :Section 67450.4:(22 CCR 67450..4), asamended; .. .... - ¯ ¯ those materials prohibited by the Temporary Household Hazardous Waste -- C011ectionVariance-(..’I’.H HWC-see Appending) H I~WVAR010108~ and ¯ ~e~ain reeyclable hazardous wastes (m0to~:"0ii,.used oil filters, antifreeze household, batteries-, and automobile batteries). ., ThelCity of;Palo Alto also operates a HHW Mobile Collection (MC).for Residents with physical limitations. The .HHWMC service.operates on the.collection event d&ys and targets those indMduais such as seniors.and physically limited residents Who may have difficuity Using the HHW colleotion events. This service is described :in more detailin Sectio.n 4 below. .. The collected HHW is packagedfor shipp.ing, and transported to approved. Treatment,.. storage, and Disposal Facilities (TSDFs). The HHW Progm..m. is. conducted in.compliance with 22 CCR 67450.4, Permit by Rule .regulations under 22 CCR 66270~60, and the.THHWC variance. HHW events scheduled through. 3une 2003 are as.follows:. ~.. .- ¯ Saturday, July 13, 2002. Saturday, August 3, 2002 ~ Fr daylSaturday, Septe[nber 6 & 7, 2002 SatUrday, October _5,. 2002 Saturday, November 2; 2002 Saturday, December 7, 2002 services to be Provided by the Contractor Saturday, Jaquar~ 4, 200.3 Saturday, February’1,2003 Saturday~ Ma(ch .-1 ,,;2003 -Friday & Saturday, April 4 & 5, 2003 Saturday, May 3, 2003 ’ .Saturday, June 7, 2003 2.a The Contractor shall designate a Project Manager to act as contact fo~ the coordination of each event. The~ Project. Managerwil! be present full-time during each event..T.he Contractor’s Proiect Manager shall be directly responsible for hi,/her firm’s activities related to this agreement. If requested by the City,. the Contractor’s Project Managershall .attend one meeting before each event to ensure, procedures are-followed, coordination is established, and record keeping-is ,.maintained, The Contractor shall be responsible for preparing and maintaining-any and all necessary plans, licenses or other mandatory documents-as required by fede~’al, state ,or local laws, regulations, and ordinances, including but not CITY OF PALO ALTO: (3/2002) .RFPI43451 SECTION ill ~ Page 2 of 17 PART !11 -SCOPE OF SERVICES 21d limited to, health and safety plans, contingency plans and site operations plans, The City shall provide such reasonable assistance to the Contractor .as it may request. The Contractor shall provide-to..the Program .Manager copies of all plans, licenses or other mandatory .documents prepared for the operation of the HHW Program: The City will prepare and submit regulatory notifications such. as local agency and state Permit by Rule noti.fications as. necessary. The.Contr&Ctor shall provide such reasonable ass!stanGe to theCity as/it mayrequest. The City has an -EPA Generator Identification Number.for the HHW Program. The Contractor shall operate .monthly HHW.Program collecti0n.events and .shall.~ provide a molsile collection service .for residents w.it~i physical limitations.., including event .pr.eparation, tear .down, and clean-.up .in accordance with .22 GCR 67450.4, as-amended, and the THHWC variance,. federal, state, and local~laws and regulations..The Contractor shall provide all staff, labor, materials,, tools and equipment-for handling; identification, profil!.ngI packaging., labeling, marking, .placarding, manifesting, io~ding, transportation, and final"-disposal of collected hazardous Wastes. The .Contractor shall conduct all actiyities and. operate co!lection events in accordance with all applicab!e..fe.deral, state and local laws arid regulations, and.the health and safety, con. tingency and operation plans prepared by-the ~Contractor and approved bythe Program!Manager, All personnel handling hazardous waste shall be trained inhazardous waste management and-have the training as .specified in 22 CCR 66264.16,. including the use of personal ProtectiVe. safety iequipment, and-emer~gency .response equipment and pro.cedures as required~ under app!.ic.able state...and federa.I laws and regulations ..... - ~ ... The contra~t0r s,hall not collect, without prior approval of the Department of Toxic-Substances Cor~trol .(DTSG) and .the Program Manager,~..mat.erials prohibited under 22 CCR 67450.4 or.the THHWC variance, including but not limited.to: ¯bi0-hazar.dous wastes;...... ¯radioactive-wastes; ¯ -compressed gas cylinders greater than.~0.p0unds;and ¯ explosives. The Contractor shail not collect motor oil,. antifreeze, oil filters and automobil,e batteries. Participantswith these wastes shall be instructed tO take. them to tl~e Pal0 Al~o Recycling Center~-Should any of these wastes be inadvertently ~eceived at the HHW-P. i:ogi’am, the Contractor shall deliver said wastes to. the appropriate facilities at thePalo Alto Recycling. Center. CiTY OF PALO ALT(~: (3/2002)RFPI43451 SECTION III Page 3 of 17 PART !11 SCOPE OF SERVICES ,6 ’The Contractor sha~il p~’ovide appropriate documentation, certificates a6d records-as .required’by applicable federal, state and .local. laws and - regulations and the Program Manager~ All documentation shall be filled out clearly; correctly and legibly-and copies of any manifest.attachments shall be provided to the Program Manager at the.time of transport. Docurhentation submittals sha!I -include but not be.limited to.: .. 2.e.1 ’ Hazardous waste manifests and bills Of lading; ’~ 2.e.2 2.e.3 2.e.4 " 2,e.5 - Fully legible-inventory forms .indicating-the contents of each labpacked drum and referencing a unique identification number for each. drum; ¯ , . St~ite and federal land"disposal restriction notification forms; Forms, doi~umentsi or cer~ificates° required .for receipt of waste by- TSDFs and other.waste/recycling faciiities; ¯ ~ ,,~ , . ~ HHW e.v.,ent~ summary report, listing and’ sorted by: hazardous waste manifest number and. by DOT l~azard ¯class, which.includes the " following information for-each drum collected~. ¯ unique drum.ID..number; : ¯ - containertype/size; ¯ ~ ¯ .. -- .- . ¯estimated, actual quantityof Wastes (in pounds exclusive.of- .container and absorbent for solids and gallons for liquids);-and ¯ .TSDF.profile number (if applicable). The report shall also.include: " 2,e.6 ¯ -subtotals of the number of drums and weight/volume of wastes for each manifest; ¯DOT ha~’ard class and the total number of drums; and." ¯weight/v01ume of wastes for all hazard classeS. If required bY the Pi’ogram Managei’., reconciliation of manifests including a letter .of. expianatien, for. any sh’ipping or_,. rhanifest discrepancies. 2.e.7.The Contractor shall provide City staff with ihe Califomia Integrated Waste-Management Board (GIWMB) Form 303 (SectionH waste volumes with management methods used) collected for the residential Collectionand CESQG-programs-for the fiscal years,the contract is.in effect. ¯ CITY OF PALO ALTO: (312002)RFP14345.1 SECTION III - Page 4 of..17 PART II!- SCOPE OF SERVICES 3.~. Description of Fee.Schedule,Item-1 - Mobillzationand Implementation The Contractor.shalJ mobilize, crews and .equipment to the site .as. needed for each ’HHW collection event. This task shall include providing all staff, labor., materials, tools and equipment foroperating each event. This task inclu~des, but is not limited to: - .- " ¯ ¯ ¯ ¯ ¯ ¯ ¯ ¯ p¢oviding mater.ials handling and contain merit equipment; emergency response, equipment; s.a~ety equipment; - per¢onnel protective gear’; tables and pertableshelter,~, for the events; performing mobilization;" site prep,aration;" demobilization; and . clean-up. -¯ - Lump.sum Fee for Mobilization and.lmplementation, shall include: 3.a.2 Full:comRe~i~&ti6dfor prov!ding app#0p.’riate numbers-and types of vehicle~ ~’nd equipmentfor each .event, vehicle mileage costs, and tr&vel time for contractor personnel; " ... ’ - Full compensation for-disposal, of contaminated equipment (plastic sheeting, PPE, etc.) generated during the event; and. 3.b 3.a.3 All staffing and labor costs associated with the personnel requirementsfor .all tasks as outlined below; (i.e. ~et UP, collection, tear down, clean-up, paperwork} etc.). TheContractor shall pFovide qualified" personnel as. outlined b.eiow: One (1) Project.Manager-with appropriate Credentials and experience to oversee all activities and safety during each event. The Project Manager shall be directly responsible for the Contractor’s activities at each event. The Project Manager shall be on site forthe duration of the .event: 3..b.2 Unless, aE#rov.-ed., by the pr~ogram Ma.n.ager, the.Con.tractor,..shall provide ithree (3).chemists With Credentials and certifications.to satisfy" ~.. all.applicab e.federa!,i state and]o~al laws. arid reg~ilations:g.o~erning. ¯ . ¯ training for handling, identification, profiling, segregating, packaging, -labeling,imarking,. placarding~, manifest!qg, ~nd .transporting of hazardous wastes/These indivi~luals.shall have as amJr~imum,.the equ!valent .of. a Bachelor’s degree in ’Chemistryand three-years C!TY OF PALO ALTO: (3/2002)RFP143451 ": ."SECTION !11 - Pag~ 5 Of 17 PART !!1 - SCOPE OF SERVICES 3.b,3 3.b.4 experience in hazardous Wastes. The chemists shall be on site .for t!~e duration of the event. If fewer than three chemists are Utilized,. appropriate discounts based on the.Contractor’s standard schedule of,fees shall be applied to the lump sumFee for Mobi-IlZation and Implementation. ° Unless approved bythe Program Manager, the Contractor shall provide fifteen (!5)technicians for each event for:performingthe duties under the direction of the Project Manager and site chem~s, s, ihclUding, 5ut not limited to, Vel~icie unloading and hazardous-wastes handling, .segregating, packaging, la~oe!ing, .marking, placarding, and manifesting. Technicians .shall have the appropriate level of training, for the. duties they a~re to pe~orm; as required by app.~icable federal, state and local laws. Ifadditional technicians are required,, the Contractor shall notify the. Program :Manager for review iand approval of the request for additional technicians. If approved.by the Program Manager, additional technicians Shall be billed and paid for at the . straighttime rates as specified onthe Contra.ctoCs standard schedule . of fees.. If fewer titan .fifteen technicians-are-.utilized~ .ap.propriate discounts shal!-be applied to the._ .lump sum. Fee for Mobilization and Implementation. Unless approved by the Program Manager, the Contractor shall -provide twd ..(2) survey takers for each ~vent for .performing the .following duties~ inc.lud!ng,but-not limited toi . ¯verifying participants’ residence Statusi ,:.. ¯gathering surveylinformation-(forms prQvid,ed by the City); ¯answering general questions;-".- ¯ - distributing educational literature (provided by the City); ¯providing traffic contr.ol; and ¯preventing walk-in access totheevent. Survey takersshall wear-apPropriate safety equipment including safety vests while working. " Survey’ takersshall be.. on site for the ¯ public drop-off hours for each event. If fewer, than two survey.takers are Utilized, appropriate discounts based on the Contractor’s standard -schedule of fees, shall be applied to the lump sum Fee for:. Mobilization and Implementation. 4.Description of Fee Schedule: Item 2 - Mo’bile Collection The Contractor shall coordinate, collect, package, Ioadl and transport mobile collection wastes .to the HHW collection event to be. consolidated with the .other HHW wastes as directed by the Program Manager in accordance with ¯ CITY OFPALO ALTO: (3/2002) RFP143451, ¯ . , SECTION-Ill - Page 6 o~ 17 PART III - SCOPE OF SERVICES ¯ all applicable federal, state ahd local laws and regulations. Physically limited residents who .participate in the program will submit an application form .to City HHW program staff. Staffwill review the application-and determine whether a resident is-eligible for thisspecial service, A list of residents meeting the eligibility requirements will be compiled by HHW staff and submitted to the Contractor. A copy of the mobile collection application form. currently used is shown on Figure 2. The .Contractor shall then cOordinate and contact eligible residents.and schedule, an appointment on the Saturday (or Friday if on a weekend when Friday eventsare held) of the HHW collection ever}t:.-Contractortechnicians shall travel to the resid~nt’s home, assist them-with gathffring the Wastes, .package, load and .transport to the HHW evdnt to be cohsotidated..with the other wastes and ~,hip .ped off-. site to the appropriate w.aste facility. . = Description of Fee Schedule. Items 3 throu,,qh 36-:Packaging., Transportation and Disposal -. .The OontraCtorshall identify, categorize, p.rofile,-segregate, package,;label, mark, m&nifest; transport, and :dispose.of all collected wastes as directed by the Program Managerand in accorda.noe with-all applicabl~.federal, state and local laws and ’regulations. -- Fees pro~/ided under-Packaging, Transportation and Disposal Shall .incorporate all’costs related to .packaging,,tr.ansportation; and- disposal, including, but not limited to, identification, profiling, bul.king, loose-packing, lab-packing, waste compaction (eg., emp,ty container,crushing), marking, manifesting; and loading, transportation and. disposal-of alL.,.collected wastes. It is. the City’s preference to utilize nonqandfill-management.methods, where feasible.. Recycling.,i fuel substitution, incineration,, treatment .and other incinerationides!ruct, i,on‘ -alter.natives ..w.ill " be considered ..:f~rt_ use as management, methods .for the program,, where practical....!if, .waste rnar~agement methods other than those listed in-the Fee Schedule are p~oposed,.the Proposer shall specify the alternate, disposal method on the Fee Schedule. -- . Latex paint-; oil-based paint, and flammable liquids Shall be bulkedon.site.or loose-packed in cubic yar.d boxes, ,unless-oth,erwise appr.oved...bythe Program Manager, Proposers.shall provide pricing for both bulking and cubic yard box loose-pack. All other wastes shall be eitherlab-packed or loose packed"in accordance with all applicable federal and state laws and regulations. CITY OF PALO If the Contractor. proposes to. use packaging-methods other than those specified in the fee .schedule, the Contractor shall provide sufficient detail in the proposal to enable the City to evaluate the cost; operational efficiencies, ALTO: (3/2002)RFP143451 SECTION III - Page 7 of 17 PART III -SCOPE OF SERVICES and approprfateness of the alternate packaging methods,-. Emptied steel cans from latex paint-bulkingoperations shall either be managed by-the Contractor through steel can recy.oling (-Fee Schedule i,tem 7)-or will be disposed of.by the City. Non;steel cans from latex paint butking operations will be disposed of by the City, Emptied steel and non-steel cans from Oil-based paint and-flammable liquid bulking operations-shall either be managed bythe Contractor through i’ecycling or through other meahs subject to the-approval of the Program Manager. ._ 6. Equipment/Information Provided by.the Citv The C!ty shall provide the following:.- ¯ HHW program advertisement; ._. ¯ -:trafficcontrol eqdipment.(signs;.c0nes)including set-up and removal line outside, of WQCP entrance; - - ..~ f ¯survey forms;’" : ..... ¯literature for survey’takers to.distribute to event participants; and-- for queui.ng debris boxes f0r-dis posal of non-I~azardous wastes and for corrugated cardboard recycling. -- The ContractOr ~hall separate corrugated cardboard and place in bin ma~-ked as such for recycling. Additionally, as stated in Section 2.b above; the City shall provide- support.in preparing..necessary plans,: licenses or other documents required..by regu at0ry agencies for.the operation of each 6vent. Si~OPE OF WORK FOR-CONDITIONALLY. :GENERATOR PROGRAM EXEMPT. SMALL QUANTITY General:lnf0rmatioh - " - .Since November, 1993, a voluntary CESQG progi’am has been made available for the: collection and management of hazardous wastes generated b~i’bu~inesses that iqualify ;as CESQGs located in the service-area for the .~ARWQOP (theco~nmdnities of Palo AIto,:: East~ P~lo.Alto, I0s-.Altos, Lo¢.’AIt0s"Hills;.~Mountain.View,-aud Stanford). Table la. and 2 provides general informationregarding the number.of .participating businesses and the quantities of waste that have been brought to rece nt CESQG collection, events. The CESQG Program shall be operated by the Con{ractor in Conjunction with but separate from the HHW program. The Contractor shall operate the CESQG Program in compliance with all federal, state, and local laws, regu!ations .and ordinances, including but not limited to 22 CCR 67450..4, as amended, and the City CITY oF PALO ALTO: (3~2002)RFP143451 SECTION III - Page 8 of 17 . PART III - SCOPE OF SERVICES. of Palo Alto CESQG manifesting and transportation variance V95HQSEB151.R2. (see .Appendix B). The CESQG Pr6gram shall, on!y provide, hazardous waste ~ collection,transp6rtati0n, treatment and disposal serVices for those businesses within’-the PARWQCP service area-that meet the definition of.a "conditiooally ¯ exempt small quantity generator" as specified un. derCa!ifornia .Health and Safety Code section.25218.1(a) (HSC 25158,ri(a)). The Contractor Shall-operate the CESQG Program (~ollection-event on the same days KS th~ I4HW Program between --thehours of 12:00 noon and 4:00 p.m., or at days and times set by th~ Program.Manager.-........-...- The contractor shall permit, participating and qualified, businesses to deliver wasies by appointment with the Contractor to, the PARWQCP o[i-the designated days; The appointmentsystem shall provide information to the Contractor which ,~hall aid in the Contractor’s arrangements for the management 0f. wastes, verification of l~usiness. status, verifiCation, of.C.ESQG Status, verification-of waste quan{i~ies ge.n.erated,..and payment.for services provided by. the Contractorto participating businesses. A copy of the form currently used for CESQG .reg!stratio.nis shown on Figure.&,. " "Services to-be Provided. by the-Contractor . ~-~ ..:.... .~... ¯.~ .-:’. " 2.a The Contr~actol~ shalt:.operate and be-responsible for the GESQG. Prog[am, ... under which it shall..provide for the .. appr0p[jat,e handling;-, packaging, transi~rtation, and -dis posal of hazardoUs waSte~ .generated-byCESQGs in the PARWQCP service area. .. ¯ . . ...- 2.b Tlie Contractor shall provide all staff, mater!als,, labor~ forms.,-to.o.ls, and equipment necessary forconducting the CESQG Program, ihcluding, but not limited to, the following Services: ¯record keeping, appointment arrangements; ¯billing and cost recovery; ¯!dentification; ¯profiling; ¯packag!ng.; ¯ ’labelil?g; ¯marking; ¯placarding; ,manifesting; ¯removal;. trans#ortatio~.; an~l " di§posal of all. colleCtedhazardous wastes,: " " All work and the preparation of materials under the-CESQG program shall be conducted in accordance with all applicab e feder.al, state, and local laws, SECTION. Ill - Page 9of 17 PART III - SCOPE OF SERVICES ordinances, and regulations, amended. ’ .... -- ’- including but not.limited to 22CCR67450.4, as - The Contractor shall. have the sole responsibility-for the identification, -segregation, packaging, transporting,.and disposal of the wastes csIlected through the CESQG Program. .= 2.d.T.he C0n.tractor shall not.collect, without priOr approval of the .DTSC and the ProgramManager,:"materials .prohibited.under 22 CCR-67450.4 including, but not limited to:.bio-hazardous wastes, radioactive wastesl compressed..gas cylinders gr~a.ter than20 Pound.s,. arid explosives." ’ Schedule " -= = Underthe CESQG Program,.wastes from qualified CE.SQGs shall be accepted by the.Contractor between the hours Of. 12:00 noon and4:00 p.m.,on the same.days as.the HHW Program or such. other days and time periods approved..by the Program Manager. Qualified businesses shall be required by the Contractor to.arrange appointments withthe. ContractOr-for participation in the CE SQG Program. Service Area for CESQGPro.qram The service area-for-the...OESQG .Program-shall include, the communities of Palo Alto, Eas~. Palo.Alto,-Los Altos, Los Altos Hills,-MoUn~ain View, and Stanford.. Requirements for Participants. ~.;. " ’ The COntractor Shall 0nly..aliow .appropriately qualif.ied-b~sinesses within the jurisdictions listed in Section C.4; which meet the definition: o{ a "Conditionally exempt small qdantity generator" as specified underHSC 25.158.1 (a)as amended; to participate.in the CESQG Program. The Contractor shall be solelyresponsible for verification of the CESQG status of all participants. - .. Fees The Contractor shall ibe. solely responsible for recovering all C.ESQG Programfees and costs from the Program .pa.rticipants, The City expressly disclaims-any responsibility or lability.for payment of the cost of operating tlie CESQG P[ogram through the imposit!on of.fees pe~’mit~ed pursuant to the terms of this Request for Proposals. The Contractor is authorized to collect fees on a -cost-recovery b~sis for services rendered at the time Of delivery Of the wastes to -the PARWQCP. It shall be.the Contractor’s sole responsibility to ensure.that the:[a~es established for.the CESQG Program cover all costs" including, but not lirfiited to,". packaging, tran~portatior~, disp£sa!, maintenance of reqU!red records, staffing for.the CESQG Program, operation ofthe appointment system, and billing management. " CITY OF PALO ALTO: (3/2002) ’ " ’RFP143.4.51 . SECTION !11 - Page 10 of 17 .PART II1 - SCOPEOF SERVICES Any .taxes Which are assessable upon the rendering of such services may .be passed on tothe participating business as part of.the CESQG Program .costs. The City expressly disclaims anY responsibility or liability for .payment of such t.axes Which the Cbntractor may be required by law to collect. = = Record Keepin,q - The Contractor shall be solely responsible to maintain-all records required by IocaJ, state, and federal laws, ordinances, and regulations, .including bu.t not limited to:. t.rackin, g of participating businesses, including waste quantitiesand types;, .verification of.CESQG status; business hazardous waste generator identification .numbers .and permits (as ¯ .appliba~le); " business name, address, and phone number;.. fees charged, and Collected;. uniform hazardous waste manifests; stateand federal land disposal restriction notification forms for:hazardous waste subject to land disposal restrictionS; hazardous waste profiles--re~luired by TSD. Fs.and other waste/recy"cling facilities; and . " " ¯ " bills of lading _for no.n-hazardous wastes collected and: ma.naged through the CESQG P~:ogram. " All records shall be retained and made available for inspection, review, and audit by representatives ofthe PARWQCP.jurisdiction.~luring n.ormal: business hours throughout the term of the Agreement for a period of three (3) y~ars :following the expiration or termination of the Agreement for any reason.-. Monthly Event Summary.ReP0rt ’ : ; : "" A monthly event.summ~ry report ~hall be .prepared and submitted.by the Contractor to the Program Manager within one (1) Week after each CESQG Program collection event. Each reportshall include, at a minimum; the following: 8.a Copies of.participant registration forms for all participating CESQGS which shall include, but not be limited-, to the. following information: ¯ - business name, address; and telephone number; ¯ Federal Environmental Protection Agency hazardous waste generator identification number (as applicable); -¯ descriptions for all wastes delivered including waste type, we!ghts (for solids) and volumes (for liquids); and ¯ . fees charged"to.each such.business by the Contractor. " Ci~rY OF PALO ALTO: (3/2002)RFP143451 SECTION Iii - Rage 11 of 17 PART III - ScoPE-OF SERVICES 10. 8.c " The Contractor shall also provide: Addiiional information and certifications ¯consistent.with.the sample.C.ESQG registration form.shown as Figure3 shall alsobe provided. " Volume and types of wastes collectedby DOT :Hazard-Class.. ’ o. copies of all uniform hazardous waste manifests; .- .. ¯bills of ladingf0r non,hazard0us wastes Collected and managed throug.h ¯ "the CESQG Program by the Contractor;. ,~: i~ib-pack.forms indicating .the contents of .each ~lab-packed drum. and. ¯ .referencing a unique idet~tifi.cation number’f0r each-drur~; .:, :-° state and federal:landdisposal.restriction notification.fo~s for’~azardou.s "-.o. hazardous w~ste profiles" requi~ed byiTSDP-;~ &’i~d~ 0ther.wasteirecycl~ng ¯-.. . facilities. ’-" - - . . .. ’ . " ’ " The Citywill provide .ad.v.ertising for, the :CESQG Program’as it dee.ms appropriate through, local newspapers, directed mail!ngs, utility bills, etc, The c0ntractor.will be allowedto pr0vi.de .publii=ity for the CESQG Program as well..At the-City’s.sole. optioni the ,City may provide e0prdinated efforts with the COntractor to facilitate- effective Program publicity. ¯ " Mandatory Approvals .’The Contractor shall be responsible fo.r preparing and .maintaining any and all necessary plans, licenses, or.other mandatory documents required~.for. the OESQG Prog~am,.by regulatory .agencies,: federal,, state or .local laws, ordinances or regulations, including but not limited to, health and s.afety;’plans, contingency plans and site. operations plans..The .Gity.shall provide su.¢h reasonable~ssistance to the Contractor as Jrmay request. The Contractorshall provide.to the Program Manager copies of ail plans, I!censes Or 0ther~ ma-ndato~.d6c[~me~ts p~ep~red .for the c~Pe.ration of the CESQG Program. The City will prepar.e and Submit any regulatory notifications ~uch as local agency and state Permit by R.ule. notifications, as necessary.. The Co.nt#actor Shall provide such reasonable assistance to the City as it may request.. As required by the DTSC, the EPA Generato[..l-dentification Number for the. HHW Program shall be used for the.manifesting of wastes collected L~nder CESQG Program.. - .. CITY OF PALO ALTO:(3/2002)RFP143451-SECTION-Ill - Page 12 of t.7 PART III - SCOPE OF SERVICES 11.Transporter, Arranger of.Disp0sal.i and Operator Status t1.a -The Contractor shall solely assume: 11 .a.1 Responsibility for transporting of, including arranging fo~ transportation of all wastes managed Under the CESQG ~ Program hereunder; . 11 .a:2 11 .a.4 Arranger status for the disposal. of ail wastes collected and managed undertheCESQ.G. Program hereunder; and ...... Operator status foi"ali wastes collected and’ managed through, the CESQG Pi’ogram hereunder. 11.b To the extent permitted by law, the City disclaims any responsil~ility,liability, or status in Connection with the CESQG Program under the.Agreement. The City assu rues no title to nor ownership 0fthe wastes, co.llected~ transported, recycled or disposed of through the CESQG Program..The.City shall n0t.be deemed a. transPorter, disposer, operator or .generater for, such wastes collec{ed.and managed under theCESQG Program except as may be established by law; In additibnl theCity, disclaims any reSPonSibility or liability fo~;-.arrang..emen.t: disposal of suchiwaste8 collected and managed.,un.d.er-the CESQG..Progr..am- hereunder. - .~- - " ..--. -.~- --- 2~LHOUR EMERGENCY RESPONSE SERVICES.- ..... .. -.- Inthe event of a hazardous materials.or waste incident (abandoned Waste, spill, leak, etc.)that requires services beyond those that the City is capable of-provid!ng ¯ internaily,.the Contractor will be listed as a potential service provider for.emergenCy response: Typical services to be provided under this task may include, but not be ¯ ¯ ¯ furnishing of vacuum tanker services for pumping of underground tanks¯ and utility vaults (may.inv.o.lve PCB contaminated wastes.);. furnishing personnel and materials and/or equipment for waste containment; spill clean-up and site decon.tarfiination; Hazcat identification of unknowns; and waste packaging, transportation, and disposal. . CITY OF~ PALo AL.TO,:(312002)RFP143451 SECTION II! - Page 13 of 17 PART E= III -SCOPE OF SERVICES The Contractor Shall furnish 24-hoUr emergency contact telephone numbers and. nOtification procedures .for requesting emergency response services. Upon notification by the Program Manager or his designee, the Contractor shall mobilize appropriate personneli materials and equ pment to respond toinci~ents’t~ proVideemergency response services. ~ - o Services rendered under this task wil[be compensated for on a time and.., materials: basis in accordance with the.C0ntractor’s standard schedule of fees. CONTRACTOR SELECTION CRITE RIA Selection of the successful Propo.ser..sh#ll, in part, bebased on the following Criteria: 1..-Fees relativeto.theservices pr.ovided:. = W, aste management methods-.and TSDFs utilized (hierarchy of disposal methods from most preferred :to-least: recycling, .fuel substitution,-incineration, treatment/neutralization,-landfill disposal). - Proposer;s record .0fviolations related to hazardous waste handling and TSDFs Proposer’s. experien..~e,, five references, and-capabilities in hazardous,., waste management; and emergency responSe, including project .personnel.exper~enc.e and tr.aining. completeness, clarify, and detail of the submitted Proposal .and evaluation-of the submittal documentation in SectionG below. Financial Stability-Of contractor. F=PRE~PROPOSAL MEETINGS A p[e-proposal meeting wi!l not be required. ¯ G. PROPOSAL SUBMITTAL REQUIREMENTS Proposers.shall at a minimum include the following in their. Proposal.packages (original and two cop!es of each)! 1.Complete Proposer’s HHW Program Fee Schedule and Bidder’s Page~. .pr~oPoser’s standard schedule-of fees. :CITY OF PALO ALTO: (312002)RFP143451 SECTION II1..- Page t4 of t7 PART III - SCOPE OF SERVICES = A d.escr!ption of the Proposer’s experience and capability in this type of work including: ~ 3.a -Resumes of key.personnel and staff to.be assigned to this project; 3.b Pro.posed or~lanization chart of key personnel and staff to be. assigned .to this Project; and .. " ." A list o.f references of at least five re(~ent y.completed projects ofa similar. -nature. including client names, contact.persons, .telephone.:numbers and project descriptions. ...... A description of the Proposer’s arrangements for tr.ansportation of.hazardous wastes _ te be.managed under this projectincluding: A copy of the State of California DTSC Certificate of Registration as a hazardous ;.waste .-transPorter for, P.~oposer. (if-Proposer provides. transportation) and for any subcontracted transporters to.be utilized; .A list Of. transporter hazardous waste, hauler, registrati,ons-for otherStates through which hazardous.wastes to be managed under this project may.be transported. " ’- A .Waste Management Plan describing the TSDFs,and. other waste/recycling facilities to be utilized to .manage wastes-collected unde.r this-project including the facility name, address, telephone number,. EPA ID-number, specific.waste streams to bemanaged at each-TSDF listed, and a description.0f the wa~te-management processes to be utilizedl If available, a Copy of the T.SDF’s Ackr~owled-gement Of Notification.of Hazardous Waste Activity shall be i.ncluded~ - A detailed descriptionof auditing procedures Used. by the P.rop6ser for.selecting TSDFS an,d, other waste/recycling .facilities: and. a brief.,discussion Of audit results forthose facilities prbpesedif0.i~iutiiization in this p~gt~m shall be-inciude~l inthe Proposal...’Ehe City may .request more detailed facility audit information at a-late[ date. :, .. ... . ¯ ¯ .. General HHW PrQgr~m and CESQG Program Operati0n.Plan(s) Which shall inClude. at a minimum detailed descriptions of the following: 6.a " Organization of staffing and a description of duties of each.staff member; CITY OF PALO ALTO: (3/2002)RFP143451 SECTION i11.-. Page 15 of 17 PART III - SCOPE OF SERVICES 6.b Employee safety and procedural.training; = 6.C Safety procedures; supplies, materials and equipment to be furnished for operations, safety, and contingencies; ¯ Waste acCeptance and handling procedures !ncluding screening, Qnload!ng, identification, classification, and segregation; 6.f Procedures for-packagingand con~01idation of collected’wastes; 6.g Documentation and invent’ory con~:rdl procedures in~ludin~j!’~Proqeduresfor drum inventory, and content control, labelling, ,manifesting and ~sociated 6~h Procedures for identification of unknowns; 6.i -- Proce:dures f~r management Of unacceptable or unusually hazardous wastes; and .... " 6.j Procedures for, site clean-up and restoration. NOTE:.The general HHW Program and-CESQG Program Operation Plan(s) being requested for submittal with the proposal .need. notbe tailored specifically :.t0 the Palo.AIto programs.-The Plans tobe submitted with the.proposal must ptovide"sufficient information and detail to demonstrate capabilities, for the oper&tion Of the HHWand CESQG.Programsi.The .successfu! Contractor shall- be requi~ed to,. prepare site specific. HHW Program and CESQG-Program Operation Plan(s) tailored to the Palo Alto Programs.upon notification., of selection. -Genera! HHW Program and CESQG.Program Conting~noy: Plan(s)that shall inclt~e at a minimum detailed desci’iptions of the following: 6.d Sil~e setup prodedures; ¯6.e 7.a Organizat!on of staffing and a description .of.daties of.each staff member; 7,b Contingency Plan :~raining including first aid, implementation procedui’es,use of safety, containment and clean:up equipment; .- ¯ Supplies, materials and equipment to be furnished for Contingency Plan implementation; " ’ CITY oF PALO ALTO: (13/2002)RFPq43451 SECTION ill - Page 16 of 17 PART III - SCOPE OF SERVICES. 7.d Procedures for emergencies including spills,fire, explosions, injuries,~.natural disasters, etc.; Procedures fornotifying OUtside emergency response agencies and regulatory agencies including identification of agencies that may p0te~ially be notified; Procedures for dealing with inclement weather; and = ’9. 7.g Communication procedures, NOTE: The general HHW Program.and CESQG P~ogram Contingency Plan(s) being requested for submittal with the proposal need not be tailored SPecifically to the. Palo Alto. programs. The Plans to be submitted with the proposal must provide Sufficient information and detail to demonstrate capabilities for the operation of the HHW and CESQG Programs. 3"he successful Contractor shall be required to. prepare site specific HHW Program and CESQG Program Contingency Plan(s) tailored to the Palo Alto Programs upon notification of selection. ’ A discussion of the ~egulatory compliance record of"the Prbposer land any subcontractors. This. discussion .will include .a description of any accidents or. ¯ violations issued to the Proposer and. any subcontracted-transp0.rter.by the. EpA, Department of Transportation,. D,’I’SC, local-regulato, ry. agency..an.d .Ca!ifornia Highway Patrol duringthe pastyear from the date of.proposal submittal. -. De.t~!led and specific information on. prop.oser’s..c.apabili~t!.es..for emergency, response services .in~luding .location(s) of emergency response groups, a.,nd.equipment, a listing of.locally av,a!!able..emergency ~:esponseequipment, eme~:gency response capabilities a.nd experience, etc.. .. CITY OF PALO ALTO: (3/2002)REP.143451 SECTION III. Page 17 of.17 EXHIBIT B o Or- (i~ E E_.m 0 .< N ~;.~ -... ~ ~ .-. ’~>~,.~,~ ~.~ .-. 8 8 "0 0 o o o 00 ’ 0.,. 0 LL 0 0 D- o ""~ ’R, ~o) mz 0 o0._I 0 O.o ~ 0 o 0 mE~ ¯ 0 < o._ z n.~ June 41 2002 ChemicalServices Division safetq,ldeen. Mr. Sean Kennedy City of Palo Alto 3201 East Bayshore Road Palo Alto, California 94303 RE: RFP 143451 .Dear Mr. Kennedy: The following is to confirm on the contract specifications agreed upon on May 29, 2002 between City of Palo Alto and Safety-Kleen (San Jose)., Inc. 1.)The.mobilization cost for a Friday and Saturday Temporary HHW Collection Event is $6,869.53, 2.)Latex paint containers less than half full will be bulked. Latex containers greater than half full in volume will be Ioosepacked in cubic yard boxes. Oil-based paint containers less.than half full will be bulked together with buik flammable liquids. Oil-based paint containers greater.than half-full in volume will be Ioosepacked in cubic yard boxes. Note: Approximately 125 1-gallon containers and 65 ~luarts will fit into a cubic yard-box (.-. 141 gallons, approximately 3. bulk drums). Photo Developer will be recycled as Ioosepack at Safety-K!een’s Reedley Recycle Center, Fee Waste Description ¯ Item 13.IUsed Photo Developer, Mgmt Method Fuel Substituition -Packing Method .Loosepack Unit Price:, Packaging, Transportation & Disposal per 5-gal Drum $43.00 0nit PPice: Packaging, Transportation & Disposal per 30-gal Drum $100.00 Unit Price: Packaging, Transportation & Disposal per 55-gal .Drum $143.00 Propane Cylinders (all sizes) will all be recycled. 3.) 4.) 5.) Safety-Kleen’s response to the City of Palo Alto’s Request for Proposal for Household, CESQG and Emergency Response Hazardous Waste Manage.ment Program will remain valid for the entire term of the contract. Safety-Kleen will provide advanced written request to the. City of. Palo Alto for lesser number of on-site staff during the winter collection events. Safety-.Kleen will assure customer service odented Survey takers .as Safety- Kleen realizes that public relations is a vital factor in repeat program participants. 6.)Safety-Kleen will have Friday collection events expanded to the hours of 1:00 p.m.. to 5:00 p.m. " 7.) SAFETY-KLEEN (ARAGONITE), INC. E.P.A.I.D. No.:UTD981552177 Site Location: 72 miles west and 4 miles south of S..ait Lake City, Utah (Exit56 off.l-80) - Mailing Address.’ P.O. Box 22890, Salt Lake City, UT 84122-0890 Shipping Address: 1i600 North Aptus Road, Aragonite, uT 84029 Phone:(801) 323-8100 Fax:(801) 323-8877 Aragonite Incinerator Facility Management Vice-Pre~ident and General Manager: Shawn Raju Engineering and Maintenance Manager: Tom Reames Human Resources Manager:Camille Guth Health and Safety Manager: Business Manager: O perations Manager: Environmental Affairs Manager: Laboratory Manager: Production Planning Manager: Training Manager: Description Shelly Duszynski Peter Pasquier Dan Locke Peter Dwelley Pat Canney Ladislao Garcia Roger Thompson Land for the-Aragonite Incineration Facility was purchased in May 1987. Ground breaking was held on May 2, 1989 and construction was completed o.n July 8, 1991. On December-19, 1.991, the Aragonite Incineration Facility commenced incinerating waste. The RCRA-permitted Aragonite Facility provides a full range of. high-tech, highly sophisticated incineration services. Located in a remote section of north-central Utah, this site can accept a wide range of materials - including PCB waste. An on-site customer service operation assures ongoing communications With generators and rapid ahd efficientresponse to any client demands. Aragonite complies with MACT. As a precaution to ensure that compliance; .we are in the process of adding a carbon and lime injection system .tominimize further mercury and dioxin/furan in the gas flow. The incineration system, thermally oxidizes and destroys liquid, solid, gaseous and sludge-like .hazardous wastes at temperatures ranging from 1,8200 F to as much as 2,2000 F to assure destruction of the most difficult wastes. -The system is permitted for a thermal capacity of 140 million BTUs per hour. The kiln is operated under a slight vacuum, thereby assuring that .any flow. of gas-or corfibustion air in the l~eed system _is into the kiln. This ensures no escape of untreated combustion off-gasses to the atmosphere. The facility is permitted to handle, treat and store a wide variety of hazardous and non-hazardous waste streams. The facility can treat most RCRA waste. Waste codes that are unsuitable for treatment at Aragonite can be managed at one of Safety-Kleen’s alternate facilities for final disposal or recycling. The facility is one of the few disposal sites in thewestern United States that can safely and effectively manage TSCA wastes or those wastes containing PCBs. Other disposal capabilities available at Aragonite are the management and treatment,of reactive wastes, household hazardous waste and industrial waste. The facility is permitted to store bulk solids (1,200 yd3), b.ulk liquids (480,000 gal), bulk sludges (37,000 gal), and drummed wastes (10,208 55- gal drum equivalents), All storage areas were designed to meet or exceed regulatory requirements to assure secondary containment and detection systems that preventg round co ntamination. Approval Process To receive approval, for incineration of a waste stream, generators must submit the following: ¯One QUart (approximately 1000ml) representativ~ sample.(except for lab-packs and unused/unopened containers). ¯A completed Safety-Kleen Profile Waste Data Sheet. ¯Any other lab analysis, technical data-and/or other data needed for waste approval Features and Benefits The Aragonite facility is permitted by the. USEPA and the. State of Utah to accept nearly all waste codes, as. well as PCB waste. , The facility is located in an isolated part of northern Utah, far from any. populated areas. This not only .minimizes public cqncems, but also further reduces the likelihood that operations will have any impact on surrounding areas. The site can be accessed by either rail-or truck, which helps keep waste transportation costs to a minimum. With its ample on-site storage capacity, the facility can accept large volumes of material prior to treatment, so there are no scheduling hassles or service interruptions. A laboratorY at the location is fully staffed and operational. This enables trained chemists to sample and test all material and provide timely approval and efficient processing. The facility’s dedication to customer satisfaction is reinforced by on- site customer service capabilities. This ensures that any client concern; question or demand receives an immediate response. Residual material from Aragonite’s operations is managed within the company’s network, at highly engineered facilities and in full compliance with State and Federal regulations. This eliminates any issues related to liability transfer, and helps minimize the risk of long-tetTn exposure for customers. We .continue to enjoy our business relationship with the City of Palo Alto and we are 101oking. forward, to another successful term. Please call me at (916) 375’0355. if you have any questions or Tige Nelson at (916) 375-2611 ext. 2029. Respectfully,¯ . "~Se~ior Proposal Developer SECTION 2. EXHIBIT B Chemical Services Division ssafeiq,l leen. -STANDARD SCHEDULE OF FEES Proposal for City of Palo Alto: RFP 1,43,451, Household and Small Quantity Generator Hazardous Wast~ Management Program Page 2 Standard ER Pricing LABOR Industrial Hygienist Project Manager Response Foreman- Chemist Lead Technician Field Tec.hnician Administrative Clerk HOURLY RATE $95.00 $75.00 $63.00 $60.00 $50.00 $.45.oo $20.00 TRANSPORTATION Emergency Response Unit with Cellular Phone Vacuum Truck - Mild Steel (60-70 bbl)* Vacuum Truck- Mild Steel (120-130 bbl)* Vacuum Truck - Stainless Steel (130 bbl)* Vacuum Truck - PVDF Lined (130 bbl)* Vaccum Truck - Conical SS (130 bbl)* 40’ Trailer and Tractor 40’ Flatbed 18’ Van or,Flatbed .(Bobtail w/Liftgate) Pickup Truck 4-Door Sedan Roll-Off.Truck Roll;Off Tandem Truck End-Dump Truck (18 -24 cubic yards) HOURLY RATE $70.00 $75.0O $80.O0 $.9O.0O $100.00 $-95.oo $75.0O $75.0o $70.oo $20.oo $2O.OO $75.oo $9o.00 $80 "m00 * Vacuum Truck rates include oper~or . " OPERATIONAL EQUIPMENT ¯ Roll-Off Sludge Bin (10, 15, 20, 30, and 40 cubic yard sizes) Forklift, ER Support Trailer Mobile Steam Cleaner Mobile Decontamination Trailer 150 CFM Air Compressor ¯¯ 10 or 20 CFRM Compressors., Pressure Washer Generator HEPA Vacuum 1½ to 2½ Diaphragm Pump Rivet Buster Chop Saw-Metal with one (1) Blade Sawzall Skillsaw- with one (1) Blade Barricades UNIT per day RATE $15.00 per day COST + 25% per day $200.00 per day COST + 25% per day $190.00 per day $225.00 per day $100.00 per day $225:00 per day $125.00-200.00 per day $-150.00 per.day $125,00 per day $125.00 per day $125.00 .per day $50.00 per day . $50.00 per day $10.00 S~ndard ER Pricing MATERIALS 5 Gallon Steel Drum 5 Gallon Poly Drum 14 Gallon DOT Poly Drum 20 Gallon DOT Poly Drum 30 Gallon DOT Steel Drum 55 Gallon DoT 55 Gallon DOT 55 Gallon DOT 55 Galion DOT 55 Gallon 55 Gallon 85 Gallon 85 Gallon Triwall Box Bin Liner Drum Liner, Plastic Drum Ring and Bolt, 55 Gallon Drum Bung Surepak - 4 cubic foot bag Solid-a-sorb 25 pound bag Pozzalonic Ash, i cubic foot bag Pozzalonic Ash, 1 ton bag Caustic Soda, 50 pound bag Cement, 100 pound bag Sandbags, Empty Floor-Dry, 25 pound bag Absorbent - Booms Absorbent - Pads. Plastic Sheet - Visqueen Hazardous Waste Labels DOT Shipping Labels Hazard Tape Rags Disposable Siphon Pumps (POGO) - Shrink Wrap Camera (Polaroid) Propane Torch Extension Cord Eye Wash Water Cooler Ear Plugs Disposable Safety Blanket Duct Tape Tow Rope Harness with Safety Line Tripod with Extension Devices Spray paint Spray Adhesive Steel Drum, Open Top (Reconditioned) Steel Drum, Open Top (New) Steel Drum, Closed Top Poly Drum, Closed Top DOT Poly Drum, Open Top Fiber Drum DOTRecovery Drum - Steel DOT Recovery Drum - Poly UNIT. each each each each each each each each each each each each each each each each each each each each each each each each .each each each each per roll each each per roll per pound each per.roll per picture per day per length per use per use per pair each per roll per length per day .per day each each $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ .$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $. $ $ $ $ $ RATE 15.00 15.00 37.75 49.50 45.25’ 45.25 75.50 45.25 52.00 52.00 27.00 145.00 194.00. 100.00 60.00 6.00 18.00 7.00 15.00 15.00 10.00 140.00 45.00 22.00 5.00 6.00 55.00 3.00 100.00 1.00 0.50 35.00 3.00 22.00 30.00 6.00 25.00 15.00 25.00 25.00 1..00 35.00 5.00 25.00 65.00 200.00 7.00 15.00 Standard ER Pricing MATERIALS Eye and Skin Neutralizer Instant Eye Packs Fire Extinguisher 1 Gallon Plastic Bags Decontamination Materials~ Vegetable Oil Simple Green Detergent Tfisbdium Phosphate (TSP) Caustic Bleach Alcohol Other INSTRUMENTS I TESTING EQUIPMENT Mercury Vapor Analyzer. Organic Vapor Anayzer-PID Hnu Combustible Gas Indicator-LEL Magnetometer Drager Air Pump Drager Colorimetric Tubes Radiation Detector Air Sampling Pump Sampling Pipettes Ph Paper- Box One Quart Sample Ja~s 8 oz. SampleJars 4 oz, Sample Jars HazCat Kit PCB Screen Kits QC -Rods Sample Auger Sam pie Tubes-2"x6" Brass Drum Thieves Sample Packing and Shipping PERSONAL PROTECTION EQUIPMENT Level h, - Fully Encapsulating Gas Tight Suit w/SCBA Level, B - Poly Tyvek through Fully Encapsulated Suit but not gas tight w/SCBA Level C - Air Purifying Respirator, Tyvek Suit, Gloves, Safety Glasses and Boots Level D -Tyvek Suit, Gloves, Safety Glasses and Boots Breathing Air - 224-Cubic Foot Cylinder SCBA Bottle Full Face Air Purifying Respirator UNIT RATE each $12.00 each $5,00 per day $15.00 each $1.00 per gallon $10.00 per gallon $15.00 per gallon $12.00 per pound $5.00 per pound $5.00 per gallon $12.00 per gallon $12.00 COST + 25% UNIT= per.day $ per day $ per day $ per day $ per day $ per day "$ per day $ each $ each $ each $ each $ each $ per ID $ each $ each $ per day $ each $ each~$ per sample $ UNIT per ensemble $ per ensemble $ per ensemble $ per ensemble $ each $ each $ each $ RATE 175.00 150.00 85.00 -75,00 50.00. ¯ COST + 25% 50.00 65.00 1.00 20.00 11.00 8.00 6.00 10.00 20.00 ¯ 6.00 75.00 8.00 4.00 65.00 RATE 650.00 225.00 90.00 50.00 45.00. 25.00 35:00 ¯ Additional PPE: Acid Suit Tyvek Coveralls Poly Cover Tyvek Coveralls Saranex Coveralls Fully Encapsulating Gas Tight Suits Fully Encapsulating Suits Stee-Toe .Boots Boot Covers Dust Masks APR Cartridges Goggles Safety Glasses Surgical Gloves - Latex Surgical Gloves - Nitrile Cotton Gloves Rubber Gloves Face Shields Safety Vests Rain Gear Standard ER Pricing UNIT each each each each each each per pair per pair each per pa=r per pa=r per pa~r per pa~r per pa~r per pa=r per pair each each each $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RATE 68.00 8.50 13.00 21.00 600.00 175.00 20,00 6.00 10.00 15.00 25.00 25.00 5.00 5,00 3.00 4.00 5.25 25.00 25.00 Please note the following: 1.) Emergency response rates apply to all services which require Safety-Kleen to mobilize in 48 hours or less from the time of completed request for service. 2.) All work scheduled between 0700 and 1800 will begin at straight,time rates. All transportation and labor rates between 1800 and 0700 or after 8 continuous hours will be. billed at overtime rates. Overtime rates for labor and transportation are time and a half of the~ubli§hed hourly rates. 3.) All work after 12. continuous hours, weekends or holidays will be at premium time rates. Premium rates for labor and transportation are double time of the published hourly rates. 4.) Subcontract, disposal, unlisted materials, or outsifde services will be billed at COST + 25%. 5.) Transportation for disposal will be negotiated and quoted, on a case-by-case basis. 6.) Per diem of $95.00 per day will be charged for field employees when necessary due to distance or project. 7.) All pricing is based on time and materials and subject to change. EXHIBIT C INSURANCECERTI~ICATES PRODUCER MarshTwo Uberty square . 75 Beaffie Plata Suite 300 :’~.’-..~..~envifle, SC 29601-2164 NSURED ATL-000681113-O0 1H15 CERT~=IOATE I$ ISSUED Aa A MA’I-~R OF’INFORYATION ONLY/~ID OONFER$ NO RIGHTS UPON THE GERTIFIGATE HOLDER OTHER THN~ THOSE PROVIDED R THE POLICY.THIS C;ERTI=IP.~TE DOE3 NOTAMEMD, EXTEND OR ~LTER THECOVERAGE . ~FFORDED BY TI’IE POLIGIES DEaGRIBED HEREIN. COMPANIES AFFORDINI~ COV~RAO~ 715701 A AMERICAN HOME ASSURANCE COMPANY SAFE’[Y.KLEEN (CALIFORNIA), INC.B NATIONAL UNION FiRE INSURANCE COMPANY 3201 EVERGREEN AVENUE, SUITE 360 ~ST SACRAMENTO, CA 95691 c<~MpANY C INSURANCE CO STATE OF PA CCMP.~IY D GREENW1CI~ INSURANCE COMPANY THIS IS TO C~RTIFY THAT PO_ICIES OF INSURII~NC~ DESCRIBED HEREIN HA~/~ BEEN ISSUED TO THE INSJRED NRAED HERI:=IN FOR THE POLICY PERICO INDICATF_O. NOT1NTHSTANDING ANY REQUIREMENT I"~RM OR CONDI’rlCN OF ANY CONTRACT <DR OTHER DOCUMENT WITH RES=IECT TO V~HICH THE CSRTIFICATE MAY BE ISSUED OR MAY PERT.NN, THE INSURANCE/IFFORDED BY THE POUC|ES DESCRIRmD HERBN IS SUBJECT TO/~L THE TERM~ CONDITIONS NqD EXCLUSION.S OF SUCH POLICIES LIMITS MAY HA~ BEB~J REDUCED BYP,ND CL.NMS LTR C C C C POLICY NU¥ BER ’1737614 5273498 - All Olher States 5273500 -TX 5273501-MA, VA BE8713603 1663520. All Olher States POLICY EFFECTIVE DATE ~MIDDPt’Y) ~J9101t01 09101101 09/01/01 09101101 09101101 09/01/01 POLIOY EXPIRMION 09/01/02 09/01102 09/01102 09/01102 09/01102 09/01102 LIMITS GENIAL AG ORE GA’I’E PRODUCTS - CO~4 P/OP AGG ~R~N~ & ~VINJURY ~ ~RREN~ " FIRE D~AGE (~y me flt~ ~BINEO SNGLE LIMIT BODILY INJJRY BODILY I N,.URY pe~ accident) ~O~R~ D~AGE NJTO ONLY - EA ACODENT OTHER THAN AIJTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGA’FE "N/A TO INSURER "D" I WC STATU-OTH.TORY L’M’TSIX, $ $ $ $. $ $. $ 2,000,000 2,000,000 500,000 500,000 50,000 2,000,000 $. 10,o00,000 $10,000,000 $ ’D THE PROR~IEI’OR!~-~ INCLPARTNERS~CUllVECFFIC~S ARE"EXCL O]HER CONSULTANTS ENVIR LIAB POLLUTION LEGAL LIAB 1663540 - CA 1663546 - Wl 1663582 - O R =EC0007099 09101/01 09101101 09/01/01 09/01 I01 ! 0115/00 0~/01102 EL E~CH ACCIDENT ~/0i 102 EL DI~A~.PQ.ICY LIMIT 0~01/02 EL DI~ EMPLOYEE ~H LOSS ~Ol/~AGGREGATE ~CH LOSS 11117~AGGREGATE $ $ $ 1,000,000 1,0OO,OO0 I O~UUU, U~’U 1O,O00,O00 10,000,000 10~000~000 ;DESCRIPTION OF OPERATIOM,SILOCATIOMSIVEHIOLESISPEClilI~ ITEMS (LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS)’CITY OF PALO ALTO, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES ARE LISTED AS ADDITIONAL INSURED AS RESPECTS LIABILITY ARISING OUT OF THE OPERATIONS OR PREMISES OWNED BY OR WRITTEN BY THE NAMED INSURED UNDER GENERAL &AUTOMOB LE LIABILITY POLICIES ONLY. CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION P.O. BOX 10250 PALO ALTO, CA 94303 --:.:::~::.- ~HOULD ANY OF TIE POU(~ES.DES~RIBED IEREIN BE CAN~LED BEFORE TIE E,~IRAllON DATE TheReOF. PARTII-PROPOSERINFORMATION EXHIBIT D SECTION 300A PROVIDE THE INFORMATION REQUESTED BELOW OR INDICATE "NOT APPLICABLE", IF APPROPRIATE NAME OF PROPOSER (COMPANY) Safety-Kleen (San Jose), Inc. Phone Number: (408) 451-5000 A.. Proposer is a: ADDRESS 1040 Commercial Street Suite 109 San Jose, CA 95112 IRS Number: 94-2685637 Fax Number: (408) 453-6045 ’California Corporation Corporation organized under the laws o~f the State of with head offices located at and offices in California at , propr etor. [] [] [] [] California Limited Liability Company S01e Proprietorship; Partnership Limited Liability Partnership List names of partners; state which partner o’r partners are managing partner(s) []Other (attach Addendum with explanatory details)~ B.How many years have you (or your firm) done business under-the name listed above? C.How many years of experience similar {o work or services cove red in this RFP? D.Provide relevant references ofcontracts satisfactorily completed in the last three (3) years: CUSTOMER COMPANY 4 years 18 years CONTACT/PHONE NUMBER I DATE COMPLETED Please see Proposal Section 3C (pg. 17), HHW References CONTRACT AMOUNT (PROVIDE ADDITIONAL SHEETS, IF NECESSARY) CITY.OF PALO ALTO RFP 143451 PAGE t OF 4 PART II- PROPOSER IN.F~ .O.R_MATION Fo SECTION 300A Have yo.u (or your firm) previously worked for the City of Palo Alto? _.~ Yes, or No (if "Yes"i list above, or if necessary, provide information-on additional sheets). [f applicable, provide a list of the plant(s), and/or facilities, and equipment Owned by the Proposer which are available for use on the propo.sed work as may be required herein. ~QUANTITY NAME/TYPE/MODEL, CAPACITY, ETC.CONDITION LOCATION ( NCLUDE ADDITIONAL: ~PAGES IF NECESSARY) Provide alist of the Proposer’.s ma[~agement staff who will manage.the proposed work or ~ervices: FIELD OF EXPERTISE/CAPABILITIES/EXPERIENCENAME- ¯(INCLUDE ADDITIONAL PAGES IF NECESSARY) Contractors license, number/type: Minority Business Enterprises: JProposer is __, or is not " . a minority, or Women, or Disadvantaged Business EnterprIse - Small BusinessConcern: yi’ "Proposer is -- , or is not . a small Business Concern Identify the names and business address of each subcontractor performing work, under this RFP. After opening of proposals, no changes or substitutions will be allowed except as otherwise .permitted by City. ’ The listing, of more than one subcontractor for each item of work.to be performed with the words ’and/or’ will not be permitted. Failure to comply with this requiremept will render-the Proposal as non-responsive and may cause its.rejection. List all such subcontractors below, or in additional sheets, as required: NAME AND ADDRESS SCOPE OF WORK (INCLUDE ADDITIONAL PAGES IF NECESSARY) not perform work, provide labor, or render services in or about the work RFP (check and initial). CiTY OF PALO ALTO RFP 143451 PAGE 2 OF 4 PART ~1] -.:, PRQPOSER,INFORI~ATION L :~S~]a~fit Secreta~; C~zef. F2han:e~aL,~fficeq..o~Aast~an~,-:Treasurer,. In the.a[ter~abve; ;a cedified :~rp6~ats.resolut on a~ti~g .tO~fies~gn:aiory":aUth~r ~ e#:the;lndMauat~,si#ni~g In ~heir respe~ive ~paoltie8 is a~eptab[e ~I~-O.F.~ALO~ALTO RFP 143451 PART II - PROPOSER IN_F.0.R_MATION :. /’:.:~:::,;. ..~":-::~:~;:.’" Or~ SECTION 300A The undersigned certifies that., the Proposer is not a:corporatio.n, and is not subject to the requirements of California Corporations code, and hereby agrees to, and accepts the terms and .conditions of this RFP. (Signature) (Printed name 0f signatory) (Title of signatory) CITY OF PALO ALTO RFP 143451 PAGE 4 OF 4