Loading...
HomeMy WebLinkAboutVeolia ES Technical Solutions; 2014-11-20; TRAN1144TRAN 1144 AGREEIVIENT FOR CITY-GENEFJATED UNIVERSAL AND HAZARDOUS WASTE REIWIOVAL SERVICES, VEOLIA ES TECHNICAL SOLUTIONS, LLC mis AGREEMENT is made and entered into as of the day of 2014, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and VEOLIA ES TECHNICAL SOLUTIONS, a limited liability company ("contractor"). RECITALS A. City requires the professional services of a service provider that is experienced in removal of universal and hazardous waste. B. Contractor has the necessary experience in providing professional services and advice related to universal and hazardous waste removal. C. Contractor agrees to furnish all tools, equipment, apparatus, facilities, labor, services, and materials necessary to remove and dispose of materials as described in this agreement and its attachments. D. Contractor agrees that it assumes all risl< for loss of or damage to tools or equipment owned or rented by the Contractor to be used in the fulfillment of this agreement. E. Selection of Contractor is expected to achieve the desired results in an expedited fashion. F. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. G. Contractor, prior to commencing worl< under this agreement, shall provide to the City a listing of materials that will be used, and have this list accepted and approved. With this listing will be a legible copy of the IVlaterial Safety Data Sheet (IVISDS) for each product that requires a MSDS. When the Contractor makes a change to the list of materials, the Contractor must submit an updated list to the City with a revised MSDS. When a MSDS is revised, a copy of the revised sheet must also be submitted. H. Contractor shall provide the City with appropriate hazardous waste manifests for materials that are removed and show chain of custody to the final destination. I. Contractor shall comply with all Federal, State, County and City statutes, ordinances and regulations. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein. City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORIVIANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. City Attorney Approved Version 1/30/13 TRAN1144 3. TERM The term of this Agreement will be effective for a period of two years from the date first above written. The City Manager may amend the Agreement to extend it for two additional two year periods or parts thereof in an amount not to exceed twenty five thousand dollars ($25,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance. City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will not exceed twenty five thousand dollars ($25,000) per Agreement year for a total of fifty thousand dollars ($50,000) per Agreement term. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. City Attorney Approved Version 1/30/13 TRAN 1144 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coveraaes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. City Attorney Approved Version 1/30/13 TRAN 1144 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. I I If box is checked. Professional Liability City's initials Contractor's Initials Insurance requirement is waived. 10-2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates oflnsurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. City Attorney Approved Version 1/30/13 TRAN 1144 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. Foi" Citv For Contractor Name John Maashoff Name Devin Montgomery Title Public Works Superintendent Title Account Manager Department PW - Transportation Address 9530 Candida St. City of Carlsbad San Diego, CA 92126 Address 405 Oak Ave. Phone No. 858-244-0486 Carlsbad, CA 92008 Email devin.montgomerv(a>veolia.com PhoneNo. 760-434-2980 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware ofthe requirements ofthe Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othen^/ise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended City Attorney Approved Version 1 /30/13 TRAN 1144 method of resolution within ten (10) business days. Ifthe resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and ofthe percentage ofwork that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable underthis Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making ofthis Agreement. For breach or violation ofthis warranty. City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or othenwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part ofthe Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. City Attorney Approved Version 1/30/13 TRAN 1144 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// City Attorney Approved Version 1/30/13 TRAN 1144 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR VEOLIA ES TECHNICAL SOLUTIONS, a limited liability company By: CITY OF CARLSBAD, a municipal corporation of the State of California Ign here) / as) ciuinuri^ea oy xne on n Kk . ^ Patricia Thomas w-of Division Director as authorized b^^he City Manager (print name/title) By: (sign here) (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney Assistant City Attorney City Attorney Approved Version 1/30/13 QveoLiA November 10, 2014 To Whom It May Concern: Please allow this letter to serve as confirmation that John Flaminio serves in the capacity of Branch General Manager for Veolia ES Technical Solutions, L.L.C. In this capacity, pursuant to written VESTS policy, Mr. Flaminio has the authority to execute contracts, bids and proposals up to $1 million on behalf of Veolia ES Technical Solutions, L.L.C. If you require any additional information, please feel free to contact me at (708) 829-0988. Sinc^i J^rey Everett Assistant Secretary Veolia North America Head ofpce: 200 East Randolph, Suite 7900 Chicago, IL 60601 tel. +1 312 552 2800 - fax +1312 SS2 2866 www.veolianorthamerica.com 700 East Butterfield Road, Suite 201 Lombard, IL 60148 tel. +1 630 218 1500 - fax -H 630 268 8973 Q VEOLIA Veolia North America 9530 Candida Street San Diego, CA 92126 T: 626.587.6065 F: 858.244.0492 Devin Montgomery, Accoimt Manager devin .men tgomerv@veol ia. com October 22, 2014 Exhibit "A" Heidi L. Versteeg CITY OF CARLSBAD 405 Oak Ave Carlsbad, CA 92008 Main: (760) 434-2937, Fax: (760) 720-9562 Re: HAZARDOUS WASTE TRANSPORTATION AND DISPOSAL SERVICES Dear Heidi L. Versteeg: Veolia North America (Veolia) is pleased to submit an itemized estimate for the proper packaging, transportation and disposal of the hazardous materials from your various facilities located in Carlsbad, CA. This is a time-and-materials quote and the invoice will reflect actual labor hours required, supplies used and ultimate disposal fees. This quote is valid for thirty (30) days. Based upon our understanding ofthe scope ofwork as presented by CITY OF CARLSBAD, the following is a summary ofthe proposed Veolia products and services: Scope of Work This quotation includes the following activities: • Mobilization to and from the CITY OF CARLSBAD project service locations in Carlsbad, CA. Mobilization includes field crew and vehicle. • Classification, segregation and/or packaging of bulk and/or lab pack Waste Materials, as quantified on the generator's submitted inventory, by hazard class in accordance with DOT, EPA, state and local regulations. • DOT approved drums, absorbent, safety equipment, non-sparking tools, personal protective equipment (Level D), etc. to complete project. • All necessary Waste Material drum labeling, manifesting, permitting and any other paperwork as required by law. • Transportation and ultimate disposal at a Veolia approved Chemical Treatment Facility, Incinerator, or Recycling Facility. Visit us at our website: www, veolianorthamerica. com Page lof 5 CITY OF CARLSBAD - ENVIRONMENTAL SERVICES PRICING 10.22.14 Q VEOLIA Veolia North America 9530 Candida Street San Diego, CA 92126 T: 626.587.6065 F: 858.244.0492 Devin Montgomery, Account Manager devin .montgomerv(a!veol ia. com UNIT RATE SCHEDULE DESCRIPTION UBOR, DISPOSAL TfUVNSPORTATION, MATERIALS UNITOF MEASUM RATE (KJAUFIERS LABOR Project Manager Hour $ 65.00 Portal to Portal, 4 hours minimum for projects requiring a team for lab pack/packaging services Supervisor Hour $ 57.00 Portal to Portal, 4 hours minimum for projects requiring a team for lab pack/packaging services Technician Hour $ 45.00 Portal to Portal, 4 hours minimum for projects requiring a team for lab pack/packaging services Driver Hour No Charge DISPOSAL Latex Paint 55 Gallon $ 134.00 Treated Wood CYB $ 407.00 Empty Drums, For Recycling 55 Gallon $ 31.00 Asphalt Emulsion 55 Gallon S 195.00 Aerosols (Universal) 5 Gallon, 60S $ 70.00 No Pesticides, Herbicides, Adhesives Paint Related Material, Loosepack, CubicYard Box CYB $ 525.00 Flammable Loosepack 55 Gallon $ 341.00 Acid Loosepack 60L $ 125.00 Base Loosepack 5 Gallon, 60S S 125.00 Non-RCRA Liquids Loosepack 55 Gallon $ 275.00 Non-RCRA Liquids Loosepack 60L $ 125.00 Oil Filters 55 Gallon $ 58.00 Visit us at our website: www.veolianorthamerica.com CITY OF CARLSBAD - ENVIRONMENTAL SERVICES PRICING 10.22.14 Page 2 of 5 Q VEOLIA Veolia North America 9530 Candida Street San Diego, CA 92126 T: 626.587.6065 F: 858.244.0492 Devin Montgomery, Account Manager devin.montgomerv(S),veolia.com DISPOSAL continued Pesticide Labpack 5Gallon, 60S $ 125.00 Pesticide Labpack 30 Gallon $ 175.00 Household Hazardous Waste 55 Gallon CBC Case by case Cathode Ray Tubes (CRT) Each $ 20.00 $30.00 Disposal Minimum per Shipment Alkaline Batteries (Universal) Pound $ 0.70 $45.00 Disposal Minimum per Shipment NiCad Batteries Pound $ 0.85 $30.00 Disposal Minimum per Shipment Lead Acid Batteries, Vehides Pound $ 0.35 $30.00 Disposal Minimum per Shipment Lithium Batteries (Universal) Pound $ 6.00 $45.00 Disposal Minimum per Shipment Fluorescent Light Tubes, Straight, 4foot or Less Foot $ 0.13 $30.00 Disposal Minimum per Shipment Fluorescent Light Tubes, U-Shape tubes Each $ 1.00 $30.00 Disposal Minimum per Shipment Halogen Lamps Each $ 1.40 $30.00 Disposal Minimum per Shipment Compact Fluorescent Lamps Each $ 1.40 $30.00 Disposal Minimum per Shipment Fluorescent Light Ballasts Pound $ 0.62 Non-PCB, $125.00 Disposal Minimum per Shipment Incandescent Lamps Each $ 1.40 $30.00 Disposal Minimum per Shipment Removal of liquid from AP separators Removal CBC Case by case Removal of liquids from the sand and grease separator Removal CBC Case by case Removal of Solids from the sand and grease separator Removal CBC Case by case Visit us at our website: www.veolianorthamerica.com CITY OF CARLSBAD - ENVIRONMENTAL SERVICES PRICING 10.22.14 Page 3 of 5 Q VEOLIA Veolia North America 9530 Candida Street San Diego, CA 92126 T: 626.587.6065 F: 858.244.0492 Devin Montgomery, Account Manager devin.montgomerv(a).veolia.com TRANSPORTATION CubicYard Box/Pallet CYB, Pallet $ 85.00 55 Gallon Drum Drum $ 25.00 30 Gallon Drum Drum $ 20.00 14Gallon Drum Drum $ 15.00 60L Rocon Drum Drum $ 15.00 60S Rocon Drum Drum $ 10.00 05Gallon Pail Drum $ 10.00 MATERIALS Mid-Line Truck Day $ 145.00 Pickup Truck Day No Charge Level "D" PPE, Per Person, Per Day Day No Charge CubicYard Box w/ Liner Each $ 65.00 55 Gallon Steel, Open-Head Drum, Recon, 551A2 Each $ 47.00 30Gallon Poly, Open-Head Drum, 301H2 Each $ 70.00 4 Foot Lamp Drum Each $ 73.50 60L- Large Fiber Drum (Rocon), 141G Each $ 13.00 60S - Small Fiber Drum (Rocon), 051G Each $ 12.00 5 Gallon White, Poly Pail with Screw Top, 051H2 Each $ 15.00 Pallet w/Shrink Wrap Each $ 28.00 Shrink Wrap Each $ 19.80 Vermiculite, 4CuFt Bag Each $ 32.00 Drum Liners Each $ 1.65 85 Gallon Overpack Drum Each $ 165.00 55 Gallon Overpack Drum Each $ 47.00 Contingencies/Assumptions Disposal pricing is subject to the facility's acceptance of the waste material. Materials that do not conform to generator certified Waste Information Profile (WIP) sheet(s) may incur additional processing fees depending on the required treatment technology for the non-conforming waste, or will be rejected back to the generator's site at the expense ofthe generator. Any generator supplied container offered for shipment that does not comply with UN/DOT specifications will not be accepted for off-site transport. Waste materials shipped in salvage drums will be subject to additional handling fees. This quote does not include any DEA chemicals, bio-hazardous wastes, unknowns, warfare agents, CDC select agents, radioactive materials, explosives, temperature sensitive items, cylinders and highly reactive chemicals. Veolia will not accept improperiy identified or unidentified materials. Visit us at our website: www.veolianorthamerica.com CITY OF CARLSBAD - ENVIRONMENTAL SERVICES PRICING 10.22.14 Page 4 of 5 Q VEOLIA Veolia North America 9530 Candida Street San Diego, CA 92126 T: 626.587.6065 F: 858.244.0492 Devin Montgomery, Account Manager devin .montgomerv@veol ia. com Any additional services performed at the request of the customer, not listed contractually, will be noted on a Service Change Order or Activity Report. For any services or waste materials to be managed under this or future projects that have not been previously quoted or priced and agreed to will be subject to Veolia's standard, market-based pricing. Miscellaneous Conditions All work performed will be in strict compliance with all federal, state and local regulations and laws. CITY OF CARLSBAD must also comply with all applicable laws and regulations pertaining to generators of hazardous waste. Veolia will not accept improperly identified or unidentified materials. An Energy and Security Surcharge of 10% will be applied to all services. A 2% City of Azusa Tax will apply to disposal only. Dependent upon the method of disposal and the location of the facility, applicable hazardous waste taxes and/or surcharges imposed by the state will be charged. All waste material pick-ups will be done during standard Veolia business weekdays and hours (Monday through Friday, 7am to 5 pm). Veolia can accommodate non-standard service days or times if mutually agreed to and incorporated into the previously defined Scope of Work. Specific Quote Terms If a Purchase Order Number must be referenced for invoice payment, please include this information with your acceptance signature. Veolia Payment Terms of Net thirty (30) days supersedes all payment terms as listed on customer's issued purchase order. To schedule a service date, please sign and return a copy of this letter via facsimile to (626) 815-7901, Attention: Esperanza Orozco; via e-mail: esperanza.orozco(S)veolia.com . If you require additional time for evaluation or have any questions regarding the above, please feel free to call me at (626) 587-6065. Thank you. Sincerely, ACCEPTED: Veolia North America CITY OF CARLSBAD By: Title: Devin Montgoniery j Date: Account Manager Purchase Order: Visit us at our website: www, veolianorthamerica.com Page 5 of 5 CITY OF CARLSBAD - ENVIRONMENTAL SERVICES PRICING 10.22.14