HomeMy WebLinkAboutMINUTES - 06071994 - 1.43 TO: rBOARD OF SUPERVISORS
FROM: Mark Finucane, Health Services Director AA__ till, Contra
By: Elizabeth A. Spooner, Contracts Administrator Costa
DATE: May 20, 1994 Coulty
SUBJECT: Approval of Standard Contract #22-447-1 with
Rollins Chempak, Inc.
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
I. RECOMMENDED ACTION:
Approve - and authorize the Health Services Director or his designee
(William Walker, M.D. ) to execute on behalf of the County, Standard
Contract #22-447-1 with Rollins Chempak, Inc. , for the period from
July 1, 1994 through June 30, 1995, with a payment limit of
$1, 000, 000, for household hazardous waste collection and disposal in
Contra Costa and Alameda Counties.
II. FINANCIAL IMPACT:
This Contract is funded by Contra Costa County's Solid Waste Tipping
Fee revenues and by the Alameda Waste Management Authority.
III. REASONS FOR RECOMMENDATIONS/BACKGROUND:
In 1992, the Board of Supervisors approved implementation of a
countywide mobile household hazardous waste collection program to
prevent toxic contamination of solid waste landfills, storm drains,
and sewage treatment systems.
Subsequently, the Environmental Health Division of the Health
Services Department issued a Request for Proposals for a hazardous
waste management firm to manage collection events and to transport
and recycle/dispose of the hazardous wastes collected from County
households. Following a competitive bid process, Rollins Chempak,
Inc. was selected and on June 15, 1993, the Board of Supervisors
approved Contract #22-447 with Rollins Chempak, Inc. to provide
services from June 25, 1993 through Fiscal Year 1993-94.
Rollins Chempak, Inc. owns fully permitted incineration facilities
in Texas and Louisiana and a transfer, storage, and disposal
facility in Los Angeles, and during the past year, the County's
household hazardous wastes have been sent to these facilities for
processing and disposal.
Approval of Contract #22-447-1 will allow the Company to conduct a
series of two-day household hazardous waste collection events at
various locations throughout Contra Costa and Alameda Counties
during Fiscal Year 1994-95 so that residents may bring their
household hazardous wastes for the Contractor to transport and
recycle or dispose of, as appropriate.
CONTINUED ON ATTACHMENT: YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMME NftT,1N OF BOARD CGCMMITTEE
APPROVE OTHER
SIGNATURE(S)
ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
UNANIMOUS (ABSENT ) I HEREBY CERTIFY THAT THIS IS A TRUE
AYES: NOES: AND CORRECT COPY OF AN ACTION TAKEN
ABSENT: ABSTAIN: AND ENTERED ON THE MINUTES OF THE BOARD
Contact: j-lilliam Walker, M.D. (370-5010) OF SUPERVISORS ON THE DATE SHOWN.
CC: Health Services (Contracts) ATTESTED I lqq4
Risk Management Phil hetet,&A of the Board of
Auditor-Controller Supervisors and County Administrator
Contractor
M382/7-83 BY __1 <.a�
DEPUTY
Contra' Costa County Number 22-447-1
Standard FQim 1/87 STANDARD CONTRACT Fund/Org # 5874
(Purchase of Services) Account # 2866
1. Contract Identification. Other #
Department: Health Services (Environmental Health Division
Subject: Household Hazardous Waste Collection and Disposal
2. Parties. The County of Contra Costa, California (County) , for its Department named
above, and the following named Contractor mutuall a ree and promise as follows:
Contractor: ROLLINS CHEMPAK, INC.
Capacity: Delaware corporation Taxpayer ID # 51-0228924
Address: 3777 Spinnaker Court, F wont, alifornia 94538
3. Term. The effective date of this Contract is July 1. 1994 and it terminates
June 30. 1995 unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not
exceed $1,000,000.
5. County's Obligations. County shall make to the Contractor those payments described in
the Payment Provisions attached hereto which are incorporated herein by reference,
subject to all the terms and conditions contained or incorporated herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that
work described in the Service Plan attached hereto which is incorporated herein by
reference, subject to all the terms and conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and
Special Conditions (if any) attached hereto, which are incorporated herein by
reference.
8. Project. This Contract implements in whole or in part the following Project described
documents: Household Hazardous Waste Collection Program, approved by the Board of
Supervisors .on November 17, 1992; the Department's Request For Proposal, dated January
5, 1993, and the Contractor's Proposal, dated January 29, 1993; and any modifications
or revisions thereto.
9. Legal Authority. This Contract is entered into under and subject to the following
legal authorities: California Government Code Section 31000.
10. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
QV
DR
foTEST: Phil Batchelor, Clerk of the Board
BOARD OF SUPERVISORS Sgid.
pervisors and County Administrator N
By By
Chairman/Designee Deputy
CONTRACTOR
By By
(Designate business capacity A) (Designate business capacity B)
Note to Contractor: For corporations (profit or nonprofit), the contract oust be signed by two officers. Signature A must be
that of the president or vice-president and Signature B must be that of the secretary or assistant secretary (civil Code Section
1190 and Corporations Code Section 313). A11 signatures must be acknowledged as set forth on page two.
Contra Costa County Standard Form 1/87
APPROVALS/ACKNOWLEDGEMENT
Number 22-447-1
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVED
By By
Designee
APPROVED: COUNTY ADMINISTRATOR
By
ACKNOWLEDGEMENT
State of California ACKNOWLEDGEMENT (By Corporation,
Partnership, or Individual)
County of
The person(s) signing above for Contractor, personally known to me in the
individual or business capacity(ies) stated, or proved to me on the basis of
satisfactory evidence to be the stated individual or the representatives) of the
partnership or corporation named above in the capacity(ies) stated, personally
appeared before me today and acknowledged that he/she/they executed it, and
acknowledged to me that the partnership named above executed it or acknowledged
to me that the corporation named above executed it pursuant to its bylaws or a.
resolution of its board of directors.
Dated:
[Notarial Seal]
Notary Public/Deputy County Clerk
-2-
Contra' Costa County PAYMENT PROVISIONS Standard Form 6/90
(Fee Basis Contracts)
Number 22-447-1
1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the
following Payment Provisions, County will pay Contractor the following fee as full
compensation for all services, work, expenses or costs provided or incurred by
Contractor:
[Check one alternative only. ]
[ ] a. $ monthly, or
[ ] b. $ per unit, as defined in the Service Plan, or
[ ] c. $ after completion of all obligations and conditions herein.
[R] d. As set forth in Attachment A (Fee Schedules) which is attached hereto and
incorporated herein by reference.
2. Payment Demands. Contractor shall submit written demands. Said demands shall be made
on County Demand Form D-15 and in the manner and form prescribed by County. Contractor
shall submit said demands for payment no later than 30 days from the end of the month
in which the contract services upon which such demand is based were actually rendered.
Upon approval of said payment demands by the head of the County Department for which
this Contract is made, or his designee, County will make payments as specified in
Paragraph 1. (Payment Amounts) above.
3. Penalty for Late Submission. When Contractor fails to submit to County a timely demand
for payment as specified in Paragraph 2. (Payment Demands) above, and as a result of
Contractor's late submission the County is unable to obtain reimbursement from the
State of California or otherwise; to the extent the County's recovery of funding is
prejudiced, County shall not pay Contractor for such services, even though such
services were fully provided.
4. Right to Withhold. County has the right to withhold payment to the Contractor when,
in the opinion of the County expressed in writing to the Contractor, (a) the
Contractor's performance, in whole or in part, either has not been carried out or is
insufficiently documented, (b) the Contractor has neglected, failed or refused to
furnish information or to cooperate with any inspection, review or audit of its
program, work or records, or (c) Contractor has failed to sufficiently itemize or
document its demand(s) for payment.
5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying
to, and/or complying with any audit exceptions by appropriate County, State or Federal
audit agencies occurring as a result of its performance of this Contract. Contractor
also agrees to pay to the County within 30 days of demand by County the full amount of
the County's obligation, if any, to the State and/or Federal government resulting from
any audit exceptions, to the extent such are attributable to the Contractor's failure
to perform properly any of its obligations under this Contract.
Initials:
Contractor County Dept.
SERVICE PLAN
Number 22-447-1
1. Scope of Service. Under the terms of this Contract, Contractor will
manage and conduct public mobile household hazardous waste (HHW) events on
scheduled weekends at various locations throughout Contra Costa County and
Alameda County. Contractor will provide personnel, equipment and supplies
for the events which entail the collection, identification, segregation,
packaging, transportation, treatment and disposal of HHW which County
residents will bring to the collection sites. Contractor hereby agrees to
accept generator status for any household hazardous waste materials collected
at an Alameda County Household Hazardous Waste Collection Event.
Contractor warrants that it has sufficient and requisite experience,
personnel, education, licenses and permits, equipment, and knowledge to
safely and lawfully collect, identify, segregate, package, transport, treat,
and dispose of all household hazardous waste which will or may be brought for
disposition by residents of the County. Contractor also warrants that it
understands the currently known hazards which are present to persons,
property and the environment in the transportation, storage and
treatment/disposal of the wastes typically received at collection events.
2 . Independent Status. Contractor is an independent contractor and County
shall neither direct nor have control over Contractor, Contractor's
activities, or the methods and details by which Contractor fulfills his/her
obligations under this Contract. In providing services hereunder, Contractor
shall work cooperatively with County's Health Officer or his designee.
3 . Service Specifications. Contractor's services hereunder shall include,
but may not be limited to the following:
A. Permits. Contractor shall obtain all required Federal, State and
local permits to carry out its work as described in this Contract. County
and Contractor shall jointly share responsibility for obtaining local permits
to conduct HHW events, if such permits are required. . .*
Contractor warrants that its owned or approved storage treatment/disposal
facilities are currently licensed and permitted. In the event that
Contractor's storage/treatment facility loses its permitted status hereafter,
during the term of the Agreement, Contractor shall promptly notify County of
such loss.
Contractor warrants that all of the vehicles it uses for transporting
hazardous waste are appropriately licensed by the State of California, and
that all of the drivers operating said vehicles are fully licensed by the
State of California to operate the vehicles and to transport hazardous waste.
B. operation I Contingency Plan. Contractor shall provide consultation
and technical assistance to County staff in the development of an Operation
Plan and Contingency Plan for the HHW collection program. Such assistance
Initials:
Contractor County Dept.
1
SERVICE PLAN
Number 22-447-1
shall include participation in meetings with local agencies such as local
police and fire departments with regard to developing these plans.
C. Collection Events.
(1) Scheduling. Contractor shall conduct two-day HHW collection
events at County's request on the dates, at the times, and at the sites
selected by County. Contractor shall provide advice to and cooperate with
County's Hazardous Materials Staff in preparing the collection site and shall
be ready to accept waste from the public by 9:00 a.m. on each day of each
two-day collection event.
(2) Safety Precautions. Contractor shall exercise precautions
for the protection of persons and property. Contractor shall install
adequate safety guards and protective devices for any and all equipment and
machinery. Contractor shall ensure that its work proceeds under the highest
standards of safety and prudence, and in compliance with all applicable
Federal, State, and local laws relating to safety.
(3) Equipment and Suyplies. Contractor shall furnish all supplies
and equipment necessary to carry out its work under this Contract.
(4) Contractor's Personnel.
(a) Chemists and Technicians. During any collection event,
Contractor shall provide up to four (4) qualified chemists and up to two (2)
technicians at the collection site. In the event that a larger or smaller
number of staff is needed, County shall provide Contractor with a two-week
notice in advance of a scheduled collection event. Responsibilities of the
chemists and technicians shall include, but may not be limited to,
segregating collected wastes into compatible categories, performing on-site
waste characterization tests on unknown wastes, and performing on-site
Quality Assurance/Quality Control activities.
(b) Additional Technicians. During any collection event, at
County's request, Contractor shall provide up to twenty (20) technicians at
the collection site. At least two weeks in advance of a scheduled collection
event, County shall advise Contractor of the actual number of technicians
needed. Technicians shall unload cars, deliver wastes to the designated
processing areas and consolidate flammable liquids (solvents and oil based
paints) . At County's discretion technicians may also consolidate latex
paint. Contractor shall ensure that its technicians consolidate flammable
liquids only after the collection site has been closed to the public.
(c) Contractor's Program Manager. Contractor shall assign
one of its employees as site supervisor to oversee each collection event.
(d) Health and Safety. Contractor shall be responsible for
the health and safety of its employees. Contractor certifies that all the
employees it provides for the project meet the compliance requirements
Initials:
Contractor County Dept.
2
SERVICE PLAN
Number 22-447-1
outlined in 29 CFR 1910. 120 (Hazardous Waste Operations and Emergency
Response) and 8 CCR 5194 (Hazard Communication) .
Contractor understands that its activities hereunder require the use of
personal protective equipment and/or respirators and certifies that all the
chemists and technicians it provides for this project have met the following
criteria:
(i) Completion of an Occupational Medicine baseline
medical examination including blood chemistry,
pulmonary function test and chest x-ray.
(ii) Clearance to use personal protective equipment and
respiratory protection by Occupational Medical
Personnel.
(iii) Successful completion of respirator fit testing.
(iv) Completion of the Occupational Safety and Health
Administration (OSHA) 40-hour hazardous waste
operation and emergency response training.
Contractor shall provide all chemists and technicians it assigns to this
project with the personal protective equipment necessary to perform the
functions set forth in this Contract. Contractor shall require all
operations personnel to wear appropriate safety equipment including
protective clothing, protective gloves, safety eyewear and boots or shoes
with steel toe and shank (for its personnel involved in drum transfer) .
(5) Waste Management. The hierarchy of waste management is
reuse; recycle; chemical, biological or physical treatment; fuel
incineration; destructive incineration; stabilization and encapsulation prior
to landfill; and direct landfill. Contractor's responsibilities for
management of the waste collected at HHW collection events shall include, but
may not be limited to: waste segregation and packaging; segregation of
materials for reuse; identification of unknown waste; recycling; treatment,
and disposal; and waste removal, storage, and transportation; as follows:
(a) Segregation & Packaging. During each collection event,
Contractor's chemists shall segregate the wastes into compatible categories
for lab packing, in accordance with Department of Transportation (DOT) and
Environmental Protection Agency (EPA) regulations, and with treatment and
disposal facility criteria. Contractor's personnel shall complete drum
inventories for the laboratory packed materials and perform on-site Quality
Assurance/Quality Control to ensure that waste will be accepted by the
proposed treatment and disposal facilities.
Contractor's personnel shall segregate materials suitable for recycling such
as latex paint, used oil and lead-acid batteries for management by County's
staff. If Contractor considers said items to be unrecyclable or to pose a
hazard (e.g. , a leaking battery or contaminated paint) , Contractor shall
Initials:
Contractor County Dept.
3
SERVICE PLAN
Number 22-447-1
accept such items for treatment or disposal, at Contractor's discretion.
Contractor shall segregate and discard in debris boxes, materials that
Contractor determines are non-hazardous materials that can be managed as non-
hazardous Class III solid waste.
(b) Segregation of Materials for Reuse. Contractor shall
segregate "lower hazard" items that may be suitable for the reuse program
operated by County. Contractor shall set aside such items in their original
and uncompromised containers, with original and legible labels. Following
consultation with County, Contractor shall determine which items are suitable
for reuse program.
(c) Unknown Waste Identification. Contractor shall perform
on-site waste characterization tests on unknown wastes to determine how to
package the waste meeting all DOT and Treatment, Storage, and Disposal
Facility (TSDF) criteria.
(d) Recycling, Treatment and Disposal. Contractor shall
arrange for the ultimate disposition of all household hazardous wastes which
cannot be reused or recycled.
(e) Waste Removal and Transportation. Following the closing
to the public of a collection event, Contractor shall be responsible for
clean-up of the collection site, and Contractor's activities hereunder shall
include, but may not be limited to the following activities:
(i) At the end of the first day of a collection event
and with the exception of those wastes which will be stored overnight as set
forth in subparagraph (f) (Overnight Storage) below, Contractor shall remove
all hazardous wastes at the collection site within four (4) hours after the
collection is closed to the public.
(ii) Contractor shall load wastes into a truck for
transportation to the disposal site immediately following the termination of
waste processing on each collection day.
(iii) At the end of the second day of a collection event,
Contractor shall completely clear the collection site of waste, equipment,
vehicles and personnel within four hours after the collection site is closed
to the public. Contractor shall completely restore the site to its orginal
condition.
(iv) Contractor shall be responsible for preparing waste
profiles and any other paperwork necessary for permits and variances and for
TSDF acceptance of waste.
(f) overnight Storage. Following the closing of a collection
site to the public on the first day of a two-day collection event, Contractor
shall store latex paint, used oil, antifreeze and items for the reuse table
overnight in a locked vehicle. Contractor shall be responsible for security
of the site and any stored materials and waste. By mutual agreement of both
Initials:
Contractor County Dept.
4
SERVICE PLAN
Number-22-447-1
parties, other partially packed and drummed wastes may also be stored
overnight in the locked vehicle. At the request of County, Contractor shall
provide camera surveillance or other security for any wastes that are stored
overnight.
(g) Rejection of Waste by Treatment and Disposal Facilities.
Contractor shall be responsible for payment of any additional costs which
result from errors in the manifest which Contractor is responsible for
preparing, as set forth in subparagraph (6) (b) (i) below, or for additional
costs which may be incurred as a result of a proposed treatment and disposal
facility's refusal to accept waste material even though it conforms to the
Uniform Waste Data Sheet. However, in the event that waste is rejected
because an individual intentionally misrepresented a material by placing it
in a container with a label for waste that a treatment and disposal facility
normally accepts, Contractor, with County assistance shall locate an
appropriate treatment and disposal facility for such waste.
(6) Reporting and Documentation Requirements. .
(a) Final Report of Each Collection Event. Following the
completion of each collection event, Contractor shall submit to County, in
the form and manner required by County, a detailed accounting of how much
waste was collected within each waste category, how the waste was packaged
(e.g. , lab pack vs. bulk) , the treatment method and where the waste was sent
for treatment or disposal. In addition, no more than two weeks following the
completion of any collection event, Contractor shall provide to County a
computer diskette, readable by County computers, summarizing the information
described above.
(b) Regulatory Documentation. Contractor shall be responsible
for all required regulatory documentation, including the following:
(i) Preparation and submission to County of waste
inventories and waste manifests, for signature by County, authorizing the
transport of collected waste to the permitted recycling, treatment or
disposal facility specified on the manifest;
(ii) Submission to County of Certificates of Destruction
as proof of treatment/disposal following the ultimate disposition of the
wastes treated by destructive incineration; and
(iii) Submission to County of Certificates of Discharge
for oil based paints and solvents, and wastes sent to Rollins Oil Processing
Company (OPC) for treatment.
(7) Training for County Temporary Workers. In the event that
County hires temporary employees to work at waste collection sites during HHW
collection events, Contractor shall provide a one-hour basic training in site
procedures and safety precautions to said County employees before the
employees work at any collection events.
Initials:
Contractor County Dept.
5
SERVICE PLAN
Number 22-447-1
4. County's Obligations.
A. Site Selection and Scheduling for Collection Events. County will
provide Contractor with dates and locations of future HHW events at least
four weeks in advance of each event. County agrees to give consideration to
Contractor's suggestions and requirements for site selection, however,
County maintains authority for final site selection.
B. Permits. County will obtain the Extremely Hazardous Waste Permit
and provide the required permitting rule notification or variance application
from the State of California EPA's Department of Toxics Substance Control.
County will pay the costs of any permit specifically required for the conduct
of the HHW events described hereunder.
C. Safety. County will work in close coordination with Contractor to
ensure that hazardous waste collection activities are provided in a safe
manner.
D. County Personnel.
1. Temporary County Employees. County will hire temporary
employees to work at future collection events which County schedules during
the term of this Contract. These employees shall perform the work set forth
in Section 3 .C. (4) (b) (Additional Technicians) , above.
2 . County's Site Representative. County shall assign an employee
to act as liaison between the Contractor, the County, collection site owners,
and the public. County's Site Representative will also be authorized to sign
each manifest representing County as the legal generator of collected
hazardous wastes. The Site Supervisor is authorized to extend the hours of
operation as necessary.
E. waste Management. County reserves the right to select the waste
management method for all waste streams and to approve all sites to which
Contractor takes the wastes it collects at HHW collection events.
F. Payment to Contractor. County will pay Contractor in accordance
with the Contract Payment Provisions which are attached -hereto and
incorporated herein by reference.
Initials:
Contractor County Dept.
6
SPECIAL CONDITIONS
Number 22-447-1
1. Indemnification. General Conditions Paragraph 18 . (Indemnification) is
hereby deleted in its entirety and replaced with a new Paragraph 18. , to read
as follows:
1118. Indemnification. The Contractor shall indemnify, defend and hold
harmless the County of Contra Costa (hereinafter "County") , its officers,
agents and employees from any loss, liability, claim, injury, damage or
regulatory fine arising out of, or in connection with performance of this
Contract by Contractor and/or its agents, employees or subcontractors,
excepting only loss, injury or damage caused solely by the acts or omissions
of personnel employed by County. It is the intent of the parties to this
Contract to provide the broadest possible coverage for County. Contractor
shall reimburse County for all costs, attorneys' fees, expenses and
liabilities incurred with respect to any litigation in which Contractor is
obligated to indemnify, defend and hold harmless County under this Contract. "
2. Insurance. General Conditions Paragraph 19. (Insurance) is hereby
deleted in its entirety and replaced with a new Paragraph 19, to read as
follows:
1119. Insurance. Without limiting Contractor's indemnification of
County, Contractor shall provide and maintain at its own expense, during the
term of this Contract, or as may be further required herein, the following
insurance coverages and provisions:
"A. Evidence of Coverage. Prior to commencement of this Contract,
Contractor shall provide an original Certificate of Insurance
certifying that coverage as required herein has been obtained
and remains in force for the period required by the Contract.
Individual endorsements executed by the insurance carrier must
accompany the certificate. In addition, County reserves the
right to review the policy or policies at any time.
This verification of coverage shall be sent to Contra Costa
County, Environmental Health Division, 4333 Pacheco Blvd. ,
Martinez, CA 94553, Attention: Robin Bedell-Waite.
Contractor will not receive a Notice to Proceed with the work
under the Contract until it has obtained all insurance
required and such insurance has been approved by County. This
approval of insurance will neither relieve nor decrease the
liability of Contractor.
"B. Notice of Cancellation or Reduction of Coverage. All policies
shall contain a special provision for thirty (30) days prior
written notice of any cancellation or reduction in coverage to
be sent to the address shown on the Certificate of Insurance.
Initials:
Contractor County Dept.
1
SPECIAL. CONDITIONS
Number 22-447-1
C. Qualifying Insurers. All policies shall be issued by
companies which hold a current policy holder's alphabetic and
financial size category rating of not less than A:IX,
according to the current Best's Key Rating Guide, unless
otherwise approved by County.
"D. Insurance Required.
(1) Comprehensive General Liability Insurance--for bodily
injury (including death) and property damage which
provides limits of not less than one million dollars
($1, 000, 000) combined single limit (CSL) per occurrence.
OR (2) Commercial General Liability Insurance--for bodily injury
(including death) and property damage which provides
limits as follows:
(a) General limit per occurrence $1, 000, 000
(b) General limit aggregate 2,000, 000
(c) Products/Completed Operations 1,000, 000 aggregate
(d) Personal Injury limit 1, 000, 000
If coverage is provided under a Commercial General
Liability Insurance form, the carrier shall provide
County's Insurance Manager with a quarterly report of the
amount of aggregate limits expended to that date. If
over 50% of the aggregate limits have been paid or
reserved, County may require additional coverage to be
purchased by Contractor to restore the required limits.
(3) For either type, insurance coverage shall include:
(a) Premises and Operations.
(b) Product/Completed Operations with limits of one
million dollars ($1, 000, 000) per occurrence/
aggregate to be maintained for two (2) years
following acceptance of the work by County.
(c) Contractual Liability expressly including liability
assumed under this Contract.
(d) Personal Injury liability with deletion of
exclusions for:
(i) liability assumed under contract, and
(ii) suits brought by employees.
(e) Independent Contractors' liability.
Initials:
Contractor County Dept.
2
SPECIAL CONDITIONS
Number 22-447-1
(4) For either type insurance, coverage shall include the
following endorsements, copies of which shall be provided
to County:
(a) Additional Insured Endorsement. Such insurance as
is afforded by this policy shall also apply to the
County of Contra Costa, its officers, agents and
employees, individually and collectively, as
additional insureds.
(b) Notice of Cancellation or Change of Coverage
Endorsement. This policy may not be canceled nor
the coverage reduced by Contractor without 30 days
prior written notice of such cancellation or
reduction in coverage to County at the address
shown on the Certificate of Insurance.
(c) Contractual Liability Endorsement. This policy
shall apply to liability assumed by the insured
under written contract with County.
(d) Personal Injury Endorsement. This policy shall
provide Personal Injury coverage, including
deletion of the standard exclusions for liability
assumed . under contract and suits brought by
employees.
(5) Claims Made Coverage. If coverage is written on a claims
made basis, the Certificate of Insurance shall clearly
state so, and evidence of coverage extending from the
date of execution of this Contract, or from the date of
the first performance of services, whichever date is
earlier, until three (3) years from the date the work or
services are accepted as completed, shall be included.
The following additional information shall be provided:
(a) Defense coverage included in the limit (Yes or No) .
(b) Aggregate limitation.
(c) Retroactive date, which shall be no later than the
date of execution of the Contract or the date of
first performance of services, whichever date is
earlier.
(d) Length of time for extended reporting period.
(e) Limitations on invoking reporting period (if other
than non-payment) .
(f) Is "Notice of Circumstances" allowed (Yes or No) .
Initials:
Contractor County Dept.
3
SPECIAL CONDITIONS
Number 22-447-1
(6) Comprehensive Automobile Liability Insurance for bodily
injury (including death) and property damage which
provides total limits of not less than one million
dollars ($1, 000, 000) combined single limit per occurrence
applicable to all owned, non-owned and hired vehicles.
(7) Workers' Compensation and Employer's Liability Insurance
for:
(a) Statutory California Workers' Compensation coverage
including a broad form all-states endorsement.
(b) Employer's Liability coverage for not less than one
million dollars ($1, 000, 000) per occurrence for all
employees engaged in services or operations under
this Contract.
(8) Environment Impairment Liability or Hazardous Waste
Liability coverage with a minimum limit of not less than
one million dollars ($1, 000, 000) per occurrence and not
less than two million dollars ($2, 000, 000) aggregate for
bodily injury, personal injury and property damage.
Provisions of Section D. (4) (a) -(d) and D. (5) (a) -(f) above
are to apply to this policy.
"E. Special Provisions. The following provisions shall apply to
this Contract:
(1) The foregoing requirements as to the types and limits of
insurance coverage to be maintained by Contractor and any
approval of said insurance by County are not intended to
and shall not in any manner limit or qualify the
liabilities and obligations otherwise assumed by
Contractor pursuant to this Contract, including but not
limited to the provisions concerning indemnification.
(2) County acknowledges that some insurance requirements
contained in this Contract may be fulfilled by self-
insurance on the part of Contractor. However, this shall
not in any way limit liabilities assumed by , Contractor
under this Contract. Any self-insurance shall be
approved in writing by County.
(3) Should any of the work under this Contract be sublet,
Contractor shall require each of its subcontractors of
any tier to provide the aforementioned coverages, or
Contractor may insure subcontractors under its own
policies.
Initials:
Contractor County Dept.
4
SPECIAL CONDITIONS
Number 22-447-1
(4) County reserves the right to withhold payments to
Contractor in the event of material noncompliance with
the insurance requirements outlined above.
(5) Contractor is required to include public or private
property owners of HHW collection sites as "additional
insureds" on Contractor's policy(ies) . "
3 . Faithful Performance Security Instrument. County reserves the right to
require Contractor as a condition for entering into this Contract to
furnish a Faithful Performance Security Instrument, such as a
performance bond, certificate of deposit, cash, or letter of credit to
County not to exceed 100 percent of the contract amount. Contractor
shall furnish said instrument within ten (10) working days upon receipt
of written notice by County. If the instrument is a bond or letter of
credit, it shall be executed by a responsible surety that is authorized
to transact business in the State of California, and must be acceptable
to County. If Contractor fails to furnish the security instrument for
the full amount within ten (10) working days of notice of award, the
Contract may be terminated by County.
4. Endorsements. Contractor shall not in its capacity as a contractor with
Contra Costa County publicly endorse or oppose the use of any particular
brand name or commercial product without the prior approval of the Board
of Supervisors. In its County contractor capacity, Contractor shall not
publicly attribute qualities or lack of qualities to a particular brand
name or commercial product in the absence of a well-established and
widely-accepted scientific basis for such claims or without the prior
approval of the Board of Supervisors. In its County contractor
capacity, Contractor shall not participate or appear in any
commercially-produced advertisements designed to promote a particular
brand name or commercial product, even if Contractor is not publicly
endorsing a product, as long as the Contractor's presence in the
advertisement can reasonably be interpreted as an endorsement of the
product by or on behalf of Contra Costa County. Notwithstanding the
foregoing, Contractor may express its views on products to other
contractors, the Board of Supervisors, County officers, or others who
may be authorized by the Board of Supervisors or by law to receive such
views.
Initials:
Contractor County Dept.
5
Contra Costa County Standard Form 1/87
GENERAL CONDMONS
(Purchase of Services)
1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local
laws and regulations applicable with respect to its performance under this Contract, including but not
limited to, licensing, employment and purchasing practices; and wages, hours and conditions of
employment, including nondiscrimination.
2. Insaection. Contractor's performance, place of business and records pertaining to this Contract
are subject to monitoring, inspection, review and audit by authorized representatives of the County, the
State of California, and the United States Government.
3. Records. Contractor shall keep and make available for inspection and copying by authorized
representatives of the County, the State of California, and the United States Government, the
Contractor's regular business records and such additional records pertaining to this Contract as may be
required by the County.
a. Retention of Records. The Contractor shall retain all documents pertaining to this Contract
for five years from the date of submission of Contractor's final payment demand or final Cost Report;
for any further period that is required by law; and until all Federal/State audits are complete and
exceptions resolved for this contract's funding period. Upon request, Contractor shall make these records
available to authorized representatives of the County, the State of California, and the United States
Government.
b. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section 1861(v)(1)
of the Social Security Act, and any regulations promulgated thereunder, Contractor shall, upon written
request and until the expiration of four years after the furnishing of services pursuant to this Contract,
make available to the Secretary of Health and Human Services or to the Comptroller General, or any of
their duly authorized representatives, this Contract and books, documents, and records of Contractor
that are necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value
or cost of $10,000 or more over a twelve-month period, such subcontract shall contain a clause to the
effect that upon written request and until the expiration of four years after the furnishing of services
pursuant to such subcontract, the subcontractor shall make available, to the County, to the Secretary or
to the Comptroller General, or any of their duly authorized representatives, the subcontract and books,
documents, and records of the subcontractor that are necessary to verify the nature and extent of all costs
and charges thereunder.
This special condition is in addition to any and all other terms regarding the maintenance or retention
of records under this Contract and is binding on the heirs, successors, assigns and representatives of
Contractor.
4. Reporting Requirements. Pursuant to Government Code Section 7550, Contractor shall include
in all documents or written reports completed and submitted to County in accordance with this Contract,
a separate section listing the numbers and dollar amounts of all contracts and subcontracts relating to .
the preparation of each such document or written report. This section shall apply only if the payment
limit under this Contract exceeds $5,000.
1
Contra Costa County Standard Form 1/87
GENERAL CONDMONS
(Purchase of Services)
5. Termination.
a. Written Notice. This Contract may be terminated by either party, at their sole discretion,
upon thirty-day advance written notice thereof to the other, and may be cancelled immediately by written
mutual consent.
b. Failure to Perform. The County, upon written notice to Contractor, may immediately
terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder.
In the event of such termination, the County may proceed with the work in any reasonable manner it
chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum
due the Contractor under this Contract, without prejudice to the County's rights otherwise to recover
its damages.
C. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal,
State, or other non-County funding for this Contract ceases, this Contract is terminated without notice.
6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties.
Except as expressly provided herein, no other understanding, oral or otherwise, regarding the subject
matter of this Contract shall be deemed to exist or to bind any of the parties hereto.
7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures
and budgets required by this Contract, including but not limited to, monitoring, evaluating, auditing,
billing, or regulatory changes, may be developed and set forth in a written Informal Agreement between
the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be
amendments to this Contract except to the extent that they further detail or clarify that which is already
required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this
Contract, including any sums of money to be paid the Contractor as provided herein. Informal
Agreements may be approved and signed by the head of the County Department for which this Contract
is made or his designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a written document
executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval,
by its designee, subject to any required State or Federal approval.
b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and
the Service Plan may be amended by a written administrative amendment executed by the Contractor
and the County Administrator or his designee, subject to any required State or Federal approval,
provided that such administrative amendments may not materially change the Payment Provisions or the
Service Plan.
9. Disputes. Disagreements between the County and Contractor concerning the meaning,
requirements, or performance of this Contract shall be subject to final determination in writing by the
head of the County Department for which this Contract is made or his designee or in accordance with
the applicable procedures (if any) required by the State or Federal Government.
2
Contra Costa County Standard Form 1187
GENERAL CONDITIONS
(Purchase of Services)
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in
accordance with the laws of the State of California.
b. Any action relating to this Contract shall be instituted and prosecuted in the courts of
Contra Costa County, State of California.
11. Conformance with Federal and State Re--ulations and Laws. Should Federal or State regulations
or laws touching upon the subject of this Contract be adopted or revised during the term hereof, this
Contract shall be deemed amended to assure conformance with such Federal or State requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections
or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's
performance or any part thereof complies with the requirements of this Contract, or acceptance of the
whole or any part of said performance, or payments therefor, or any combination of these acts, shall not
relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby
estopped from bringing any action for damages or enforcement arising from any failure to comply with
any of the terms and conditions of this Contract.
13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and
representatives of Contractor. The Contractor shall not enter into subcontracts for any work
contemplated under this Contract and shall not assign this Contract or monies due or to become due,
without the prior written consent of the County Administrator or his designee, subject to any required
State or Federal approval.
14. Independent Contractor Status. This Contract is by and between two independent contractors and
is not intended to and shall not be construed to create the relationship between the parties of agent,
servant, employee, partnership, joint venture or association.
15. Conflicts of Interest. Contractor, its officers, partners, associates, agents, and employees, shall
not make, participate in making, or in any way attempt to use the position afforded them by this
Contract to influence any governmental decision in which he or she knows or has reason to know that
he or she has a financial interest under California Government Code Sections 87100, et seq., or
otherwise.
16. Confidentiality. Contractor agrees to comply and to require its officers, partners, associates,
agents and employees to comply with all applicable State or Federal statutes or regulations respecting
confidentiality, including but not limited to, the identity of persons served under this Contract, their
records, or services provided them, and assures that:
a. All applications and records concerning any individual made or kept by Contractor or any
public officer or agency in connection with the administration of or relating to services provided under
this Contract will be confidential, and will not be open to examination for any purpose not directly
connected with the administration of such service.
3
Contra Costa County Standard Form 1/87
GENERAL CONDMONS
(Purchase of Services)
b. No person will publish or disclose or permit or cause to be published or disclosed, any list
of persons receiving services, except as may be required in the administration of such service. Contractor
agrees to inform all employees, agents and partners of the above provisions, and that any person
knowingly and intentionally disclosing such information other than as authorized by law may be guilty
of a misdemeanor.
17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract
shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or
ethnic background, or handicap, and that none shall be used, in whole or in part, for religious worship
or instruction.
18. Indemnification. The Contractor shall defend, indemnify,save, and hold harmless the County and
its officers and employees from any and all claims, costs and liability for any damages, sickness, death,
or injury to person(s) or property, including without limitation all consequential damages, from any cause
whatsoever arising directly or indirectly from or connected with the operations or services of the
Contractor or its agents, servants, employees or subcontractors hereunder, save and except claims or
litigation arising through the sole negligence or sole willful misconduct of the County or its officers or
employees. Contractor will reimburse the County for any expenditures, including reasonable attorneys'
fees, the County may make by reason of the matters that are the subject of this indemnification, and if
requested by the County will defend any claims or litigation to which this indemnification provision
applies at the sole cost and expense of the Contractor.
19. Insurance. During the entire term of this Contract and any extension or modification thereof, the
Contractor shall keep in effect insurance policies meeting the following insurance requirements unless
otherwise expressed in the Special Conditions:
a. Liability Insurance. The Contractor shall provide comprehensive liability insurance,
including coverage for owned and non-owned automobiles, with a minimum combined single limit
coverage of$500,000 for all damages, including consequential damages, due to bodily injury, sickness or
disease, or death to any person or damage to or destruction of property, including the loss of use thereof,
arising from each occurrence. Such insurance shall be endorsed to include the County and its officers
and employees as additional insureds as to all services performed by Contractor under this agreement.
Said policies shall constitute primary insurance as to the County, the State and Federal Governments,
and their officers, agents, and employees, so that other insurance policies held by them or their self-
insurance program(s) shall not be required to contribute to any loss covered under the Contractor's
insurance policy or policies.
b. Workers' Compensation. The Contractor shall provide workers' compensation insurance
coverage for its employees.
C. Certificate of Insurance. The Contractor shall provide the County with (a) certificates)
of insurance evidencing liability and worker's compensation insurance as required herein no later than
the effective date of this Contract. If the Contractor should renew the insurance policy(ies) or acquire
either a new insurance policy(ies) or amend the coverage afforded through an endorsement to the policy
at any time during the term of this Contract, then Contractor shall provide (a) current certificate(s) of
insurance.
4
Contra Costa County Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
d. Additional Insurance Provisions. The insurance policies provided by the Contractor shall
include a provision for thirty (30) days written notice to County before cancellation or material changes
of the above specified coverage.
20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by
deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head
of the County Department for which this Contract is made. Notices to the Contractor shall be
addressed to the Contractor's address designated herein. The effective date of notice shall be the date
of deposit in the mails or of other delivery, except that the effective date of notice to the County shall be
the date of receipt by the head of the County Department for which this Contract is made.
21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General
Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General
Conditions.
22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or
understanding that the services provided by Contractor under this Contract will be purchased by County
under a new contract following expiration of termination of this Contract, and waives all rights or claims
to notice or hearing respecting any failure to continue purchase of all or any such services from
Contractor.
23. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or
right to the possession of land or improvements, but does not vest ownership of the land or improvements
in the same person, or if this Contract results in the placement of taxable improvements on tax exempt
land (Revenue & Taxation Code Section 107), such interest or improvements may represent a possessory
interest subject to property tax, and Contractor may be subject to the payment of property taxes levied
on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue
& Taxation Code Section 107.6, and waives all rights to further notice or to damages under that or any
comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this
Contract may provide some aid or assistance to members of the County's population, it is not the
intention of either the County or Contractor that such individuals occupy the position of intended third-
party beneficiaries of the obligations assumed by either party to this Contract.
25. Copyrights and Rights in Data. Contractor shall not publish or transfer any materials produced
or resulting from activities supported by this agreement without the express written consent of the County
Administrator. If any material is subject to copyright, the County reserves the right to copyright such
and the Contractor agrees not to copyright such material. If the material is copyrighted, the County
reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such
materials, in whole or in part, and to authorize others to do so.
5
ATTACHMENT A
FEE SCHEDULES
Number 22-447-1
County will pay Contractor for the services it provides under this
Contract at the fee rates set forth below.
1. Payment for Fixed Costs. County will pay Contractor for the
fixed costs of conducting HHW collection events as follows:
$2, 000, payable upon demand, upon acceptance by County's
Health Officer or his designee of the reports and documents
set forth in Service Plan Section (6) (Reporting and
Documentation Requirements) , which Contractor is required to
submit following the completion of each HHW collection event
which Contractor conducts.
In addition, to the activities set forth in Service Plan
Paragraph 3 . (Service Specifications) , this payment to
Contractor is intended to cover the following fixed costs:
Site Set-UR Costs:
♦ Travel time and expenses for Contractor's personnel to
the collection site for both days.
♦ Approximately two hours of set-up time on the first day
of the collection event and one hour of set-up time on
the second day.
♦ Two or three hazardous waste registered bobtail vans
equipped with tailgate lifts.
♦ Forklift at the collection site at the request of County.
♦ Safety equipment including personal protection equipment
for Contractor's personnel, fire extinguishers, eye
wash/shower units, first aid kits, and spill kits.
♦ Plastic for tables, work surface areas and debris boxes.
♦ Equipment for conducting collection events including, but
not limited to, tables and drum dollies.
Site Clean-UR Costs:
♦ Approximately one hour of clean-up time on the first day
of the collection event and two hours of clean-up time on
the second day of the collection event.
♦ Loading drums onto trucks for transportation.
(Preparation of drums for shipment is actually performed
as the drums are packed) .
♦ Working with County's personnel to shut down the site and
restoring the site to its original condition.
♦ Final completion of manifests and shipping documents.
♦ Travel time and expenses for Contractor's personnel from
the collection site-for both days.
1
ATTACBMEENT A
FEE SCHEDULES
Number 22-447-1
2 . Payment for Contractor's Technical Staff. Upon receipt of an
invoice from Contractor, and approval by the Department,
County will pay Contractor for the services of its technical
personnel as set forth in Service Plan Paragraph 3 . (Service
Specifications) , subparagraph C. (4) (Contractor's Personnel)
at the following fee rates:
Regular
Staff Hourly Rate
Chemist $45
Technician $32
Contractor shall provide approximately up to four (4) chemists
and up to (2) technicians for each collection event day.
County may additionally request that Contractor provide up to
twenty (20) technicians to work on any collection event day.
Contractor's personnel shall work a maximum of eight (8) hours
in any one day and County shall pay Contractor the regular
hourly fee rate set forth above for each hour Contractor's
personnel works. In the event that County authorizes
Contractor's personnel to work more than eight (8) hours
during any one collection event day, County will pay
Contractor for the hours which Contractor's personnel work in
excess of eight (8) hours at the hourly rates specified above.
3 . Payment for Waste Transportation and Disposal. Contractor
shall submit to County's Health Officer or his designee
itemized invoices which outline total costs for waste
transportation and disposal, all waste inventories, and all
signed hazardous waste manifests. Upon receipt of the
itemized invoices, the Department will authorize, and County
will pay 50% of the total payment due to Contractor, payable
at the rates set forth below. The Department will authorize,
and County will pay the remaining 50% of the total payment due
to Contractor, payable at the rates set forth below, following
receipt by the Department of (1) Certificates of Discharge for
oil based paints and solvents and other wastes sent to Rollins
OPC for treatment; and (2) Certificates of Destruction for
wastes sent for destructive incineration.
The rates specified below include packing materials (drum,
Vermiculite, labels, liners) , transportation, and treatment
and disposal.
2
ATTACBAIEENT A
FEE SCHEDULES
Number 22-447-1
Lai packs for destructive
incine.6t on (P;oi:sons argar is
Acids & Bases Flammable L1 ids
.:
Solids} at< RES(TX} or RES(LA}
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
55 5/225 $463
30 5/90 252
20 5/50 185
10 3/30 109
5 1/10 78
Oil Based Paint for fuel
lnclneration at Rollins ...OPC (can
.
}ae cons oi crated with bulkab]e
f amnable li
Drum Size Percent Unit
(gallons) Sludge Cost
55 1-10 $215
11-30 340
31-50 440
51-75 540
76-100 740
3
ATTACBMENT A
FEE SCHEDULES
Number 22-447-1
Bulk Flammable Liquids for fsel
ncianeraton at Roalins OPC>:: :::;
Liquid
Drum Size Volume Unit
(gallons) (gal./lb. ) Cost
55 55 $215
20 5/50 185
Bulk Cirgan c Resins (nc free
liquids}. for destructive
incineration at RES(TX)
Liquid
Drum Size Volume Unit
(gallons) (gal./lb. ) Cost
20 Bulk $207
12 115
5 62
React>ves and..NoHypochlorite
Oxidizer :lab packs for des:..ruc..
nc>_neration at RES(TX} or: RES(LA)
Liquid
Drum Size Volume Unit
(gallons) (gal./lb. ) Cost
5 1/2 85
4
ATTACHMENT A
FEE SCHEDULES
Number 22-447-1
.....................................................................................................................................
.......................................................................................................................................
.......................................................................................................................................
.......................................................................................................................................
.......................................................................................................................................
.......................................................................................................................................
Lab :packs for treatment (Inorganic .
Acids :;& B:ases :and..ax1 dzers-
.......................................................................................................................................
...........................................__.... .. . . ....... ....... . ................................
Hypochlorites] at Railins QPG
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
55 5/225 $318
30 5/90 217
20 5/50 173
10 3/30 122
5 1/10 85
......................
..........._................. __..... ........_......_ ...__....__........__....... ..
........................................................................................... .......................
.......................................................................................................................................
> Qxid zees (Hea�ry Meta: j ab packs_
for stabilization at RES:(LA} < rr
....: . .... .:.. ESII ,.
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
5 1/2 125
5
ATTACHMENT A
FEE SCHEDULES
Number 22-447-1
PCS Containing Paintfor
destructive incineration at
(
RES:; TX ....
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
55 55 $605
30 30 397
__
_.._..._......................__.._ _... __...........................................................
_......._......................._.......... ..... ......._......................................_..........I...............
.........._._.__........._._........._...._.............................. ................_....................
...._................. ......_.........................................._........................
........................................................................................................................................
.......................................................................................................................................
Small PCg Capacitors for ;
destructive incineration a
RES(TX).. ....
Liquid Per
Drum Size Volume Lb.
(gallons) (gal. /lb. ) Cost
Varies No Limit $1.90
................................................................ ...
....................................... .............................
. .. Large PCB Capacaaors .for ;: . .:.;:. : :<`
destruct ve :ancinerat on .
............... ._ _.. ......_ .......__................
........................................................................................................................................
..
RES<(TX
Liquid Per
Drum Size Volume Lb.
(gallons) (gal. /lb. ) Cost
Varies No Limit $2. 65
6
ATTACM ENT A
FEE SCHEDULES
Number 22-447-1
PCB Lab Packs
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) cost
55 5/225 $499
30 5/90 285
20 1 5/50 217
AerosoYs (corrosives,; flanmales,
po sons) loose packs for
destructive lnce
�.nrati:bn at
....
RESITX)
Liquid
Drum Size Volume Unit
(gallons) (gal./lb. ) Cost
55 No Limit $392
30 No Limit 287
20 No Limit 204
10 No Limit 110
5 No Limit 63
7
ATTACBMENT A
FEE SCHEDULES
Number 22-447-1
................._......_................................."..I....'............ ._.........._.........................._._.............._._....... ..
......................._..........................-......................................._........................................
.......................................................................................................................................
..........................................................................................
................................................................................................................................
................................................... ..................................................................................
Mercury. Containing Wastes, Lead
...
'......Arsenate .&::. Househvld...Batter.: es : ::>
.......... ... .... ...... ......._. ... _.........._... _.......................
........................................................................................................................................
.................. .......
(loose pack) forstailizaton and` :
.... .. . ......... ..... .. ..... ...
.
erica sulatlon at RES LA : or E5IT
P .. (... ).. .
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
55 No Limit $395
30 No Limit 250
10 No Limit 150
5 No Limit 100
8
ATTACHMENT A
FEE SCHEDULES
Number 22-447-1
IKeta;llic Mercury Wastes for retort;:::
.. and recycling ....-.B
.... .
Apparatus;
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
55 500 $3, 185
30 250 2, 655
10 100 1, 075
5 50 728
._.. ...
_........._..............._.............. _.............._...................... ........._......................_....
... .._..............._........ ...._..._....... ..................... ......._............................
...._............._ ...... .......................................................................................
.......................................................................................................................................
......................................................................................................................................
_....._......... ................................... .._........... ......_..................................
Ni Cad Batteries ;for recycling at ;
...... . ........
...
Knsbursky Bro ers.
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
55 500 $700
30 250 420
10 100 195
5 50 115
9
ATTACBMEENT A
FEE SCHEDULES
Number 22-447-1
_. . ..... ... ......._..._....._. ...... ...._ _...
..............................................................................._...._........__.._................... .....
.......................................................................................................................................
.......................................................................................................................................
.....................................................................................................................
.......................................................................................................................................
Asbestos for land disposal at
RES(LA) or ESIz' ...... .
Liquid
Drum Size Volume Unit
(gallons) (gal./lb. ) Cost
55 No Limit $365
]l
Unknowns that :cannot be adequately characterized; by CONTRACTOR
chemists on site urzll be lab pa,ckeci in drums up to 5:gilon i
size and sent to RES(TX) for destructive inci.neratio Larges
�ralumes ma re wire ;laboratory analysis. ";. ..
y: q ;
Liquid
Drum Size Volume Unit
(gallons) (gal. /lb. ) Cost
5 1/5 $78
4 . Additional Payments. Upon approval of County's Health Officer
or his designee, County may pay Contractor for the following
services at the rates specified below:
a. Waste Transportation and Disposal of Other Items not
listed above at Contractor's cost plus 20%.
b. Security for overnight storage as set forth in Service
Plan Section 3.C. (5) (f) (Overnight Storage) at $330 per
day.
10