Loading...
HomeMy WebLinkAboutNRC Environmental Services Inc; 2021-09-07; PSA22-1554FACPSA22-1554FAC City Attorney Approved Version 6/12/18 1 AGREEMENT FOR SAFETY TRAINING CENTER AS-NEEDED HAZARDOUS WASTE TRANSPORTATION & DISPOSAL SERVICES NRC ENVIRONMENTAL SERVICES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2021, by and between the City of Carlsbad, a municipal corporation, ("City"), and NRC Environmental Services Inc., a Washington corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in hazardous waste transportation and disposal services. B. Contractor has the necessary experience in providing professional services and advice related to hazardous waste categorization, transportation and disposal services. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. 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 and B", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE 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. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional two (2) year periods or parts thereof. 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. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed twenty-five thousand dollars ($25,000) per Agreement year. 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" . DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 September 7th PSA22-1554FAC City Attorney Approved Version 6/12/18 2 Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. 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 within 30 days’ receipt of invoice. 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. 8. 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. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. 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 attorney’s DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 3 fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, its subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. Contractor’s duty to defend, indemnify, and hold harmless shall not include any claims or liabilities arising from the sole negligence or sole willful misconduct of the City, its agents, officers or employees. 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. 11. 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 Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the 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. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. 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. 11.1.4 Contractor’s Professional Liability. 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. DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 4 11.1.5 Contractors Pollution & Professional Liability. $15,000,000 per occurrence and annual aggregate applicable to bodily injury; property damage, including loss of use of damaged property or of property that has not been physically damaged or destroyed; clean-up costs, including first party cleanup of the City’s property and third-party cleanup, and bodily injury costs if pollutants impact other properties; and defense, including costs, fees and expenses incurred in the investigation, defense, or resolution of claims. Coverage shall include completed operations and shall apply to sudden and non-sudden pollution conditions. Coverage shall apply to acts, errors or omissions arising out of, or in connection with, Contractor’s scope of work under this Agreement. Coverage shall also apply to non-owned deposit sites (“NODS”) that shall protect against, for example, claims regarding bodily injury, property damage, and/or cleanup costs involving NODS. Coverage is preferred by the City to be occurrence based. However, if provided on a claims-made basis, Contractor warrants that any retroactive date applicable to coverage under the policy precedes the Effective Date of this Agreement, and that continuous coverage shall be maintained, or an extended discovery period will be exercised through completion or termination of this Agreement for a minimum of three (3) years. This provision does not limit or alter any rights or remedies to City allowable under this Agreement and/or Applicable Law in perpetuity. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Contractor’s Professional Liability, which will be written as claims-made coverage. 11.2.3 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 except for ten (10) days’ prior written notice for any cancellation due to nonpayment of premium. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 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. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policy endorsements. 12. 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. 13. 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 DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 5 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. 14. 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. 15. 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. 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Jason Kennedy Name Blake Ferguson Title Safety Training Center Manager Title Project Manager Department Public Works Address 2950 Kurtz Street City of Carlsbad San Diego, CA 9211 Address 1635 Faraday Ave Phone No. 858-583-1059 Carlsbad, CA 92008 Email blake.ferguson@usecology.com Phone No. 760-931-2236 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. 17. 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. Yes No 18. 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 of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 6 employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. 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 otherwise 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 forwarded 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 method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded 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. 21. 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 of the percentage of work 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 under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. 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 of this Agreement. For breach or violation of this 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 otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 7 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 seq., 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. 24. JURISDICTION 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. 25. 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 nor 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. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, including any terms and conditions described in Section 27 below, 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 any terms and conditions described in Section 27 below and 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. 27. WASTE TRANSPORTATION, TREATMENT, AND/OR DISPOSAL Whenever any portion of Contractor’s Services provided hereunder involves Contractor’s transportation, treatment, disposal, or any other handling of any type of waste or other discarded material, the following provisions shall apply: a) Except as otherwise directed by Contractor, City will submit to Contractor a completed waste product questionnaire or similar document (“WPQ”) describing waste to be managed and, if requested by Contractor, provide a representative sample. Contractor shall provide all Services necessary to collect the representative sample from City. Contractor will indicate its approval of the WPQ by sending the City a written waste approval letter, pricing addendum, or similar document (if necessary) that sets forth pricing and specific terms and conditions for the Services. Contractor shall use commercially reasonable efforts to confirm the City’s characterization of the waste conforms to specifications in the subject WPQ. Contractor shall make all commercially reasonable attempts to determine whether Nonconforming Waste (defined in subpart (b) below) is present in the subject WPQ before leaving City property with such waste. Contractor offers no guarantee that it will accept any particular type of waste upon receipt of a WPQ. DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 8 1. If City encounters a new form of waste not covered by a then-existing WPQ, City shall complete a new WPQ with Contractor before requesting pickup of the new form of waste from City property. b) For purposes of this Agreement, “Nonconforming Waste” shall mean all of the following: 1. any waste which deviates from the specifications set forth in the WPQ; or 2. any waste contained in any representative sample or supporting information or analyses;, or 3. any waste that could alter the hazard, risk, or cost assumed by Contractor in conjunction with its performance under this Agreement; or 4. any waste that could cause Contractor to be in noncompliance with any permit or other authorization. If Contractor determines at the time of pickup that any waste is Nonconforming Waste, it will have the right to reject, revoke acceptance of, or determine alternative disposal for, only that portion of the waste subject to the WPQ that Contractor characterizes as Nonconforming Waste and convey that portion to the City or another location. c) Title to waste, together with all responsibility and liability in connection therewith, will pass to Contractor upon Contractor’s acceptance of the waste at Contractor’s facility. If shipment of the waste is Contractor’s responsibility, title, responsibility and liability will pass upon delivery to, and acceptance by, Contractor at the commencement of shipment. /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 9 29. 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 CITY OF CARLSBAD, a municipal corporation of the State of California NRC ENVIRONMENTAL SERVICES INC., a Washington corporation By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager Jonathan Selden, Secretary (print name/title) By: (sign here) Mike Reese, Vice President (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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President 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 BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 10 EXHIBIT “A” SCOPE OF SERVICES NRC Environmental Services, Inc., agrees to provide as-needed hazardous waste transportation and disposal (HAZMAT) services to the City of Carlsbad’s Safety Training Center (STC) located at 5750 Orion Street, Carlsbad, CA 92010. The EPA identification number for this facility is: EPA (RCRA) ID# CAR000249193 Compensation for all services rendered will be made in accordance with the rate sheet attached hereto as Exhibit “B”. Compensation will be made on a time and materials basis not to exceed twenty-five thousand dollars ($25,000) per Agreement year. 1. NRC Environmental Services, Inc., agrees to prepare site specific Health and Safety Plans for the inventory, packaging and removal of presumed RCRA and non-RCRA hazardous wastes for the location above. Services will include: • Mobilize the required hazardous materials operators, equipment (properly licensed and insured waste hauling vehicles with proper DOT placards), and materials used for removal of hazardous materials (pallets, boxes, liners, dolly, drums, etc.). • Provide necessary lab tests and written reports when requested by the City. • Containerize, if required, all RCRA and Non-RCRA hazardous waste solids, sludge or liquids in approved DOT shipping containers when requested. • Properly label, load and secure waste containers prior to hauling off-site. • Request waste profiles and update these profiles annually to ensure designated waste disposal facilities are authorized to accept waste generated by the City. Provide updated waste profiles to the City. • Prepare uniform hazardous materials manifest(s), non-hazardous waste manifest(s), and/or bill of lading(s) for the transportation of all hazardous wastes and universal wastes identified and required for disposal by the City. • Transport properly containerized waste offsite to an NRC approved and permitted facility. Storage of City waste at these facilities will not exceed ten (10) working days where waste is stored in a temporary storage facility. NRC will coordinate disposal of all waste with a receiving facility within the ten (10) day window. • Once approved for movement and disposal, NRC will transport all waste to a state (EPA) certified waste disposal facility. • Submit completed waste profile(s) to the disposal facility for approval/ acceptance of all wastes transferred from the Safety Training Center location. • Mobilize and demobilize personnel and equipment as required to support hazardous waste assessments and disposal operations. DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 PSA22-1554FAC City Attorney Approved Version 6/12/18 11 • Provide project documentation in form of daily work reports, daily activity logs, and shipping documentation as requested by the City. • Respond to hazardous waste emergencies when notified by the City. 2. NRC Environmental Services Inc., agrees to provide written proposals and exclusions, to include a list of all fees after conducting onsite inventories and prior to picking up any wastes for disposal. Upon approval of the proposal and completion of shipments, NRC Environmental Services Inc., will provide detailed invoices, shipping documents and waste manifests to the project manager at the Safety Training Center. 3. The City of Carlsbad will provide proper site-specific identification numbers which have been assigned by the State of California, Environmental Protection Agency, Department of Toxic Substances Control (DTSC). 4. All invoices and correspondence relating to this service agreement will be mailed to the City of Carlsbad, 1635 Faraday Avenue, Carlsbad, CA 92008. Please reference the Safety Training Center in all correspondence relating to this Agreement. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION ANNUAL COST NOT-TO-EXCEED 1 LS 1 Provide annual as-needed hazardous materials (HAZMAT) transportation and disposal services for the Carlsbad Safety Training Center (STC) located at 5750 Orion Street, Carlsbad, CA 92010 EPA (RCRA) ID# CAR000249193 $25,000.00 TOTAL $25,000.00 DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 1 PRICE LIST PREVAILING WAGE Rate Sheet PERSONNEL ITEM # DESCRIPTION HOURLY RATE OT RATE DT RATE PM Project Manager $100.00 $100.00 $100.00 HS Health & Safety Manager $80.00 $105.00 $130.00 PS Project Scientist / Field Chemist $80.00 $105.00 $130.00 FS Field Supervisor $80.00 $105.00 $1300.00 MC Mechanic / Welder $80.00 $105.00 $130.00 EO Equipment Operator $100.00 $125.00 $150.00 DR Driver (Commercial) $75.00 $100.00 $120.00 SF Site Foreman $80.00 $105.00 $130.00 RT Confined Space / Rescue Technician $80.00 $105.00 $130.00 TE Technician – HAZWOPER $80.00 $105.00 $130.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 2 Personnel Terms: 1. Minimum call out is 4 hours per person, except for projects over 50 miles from office location require 8-hour daily minimum. 2. All Personnel rates are subject to the following: a) Weekdays: Monday – Friday first 8 hours are charged at Standard Time (ST = Hourly Rate). Monday – Friday outside 8 hours are charged at Over Time (OT = Hourly Rate). Work performed on Monday – Friday outside 12 hours are charged at Double Time (Double Time = Hourly Rate). Changes to start times for Weekday ST, OT and DT may be requested by Client and may be approved by NRC on a case-by-case basis for longer projects. b) Saturdays: First 8 hours charged at OT; hours over first 8 hours charged at DT. c) Sundays and Holidays: All time charged at DT. The following are included holidays (on day as observed): New Year’s Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day after Thanksgiving and Christmas Day. Other holidays may apply when employing certain union personnel, including but not limited to: Martin Luther King, Jr. Day, Cesar Chavez’s Birthday, Veterans Day, day before Christmas and day after Christmas. d) ST, OT and DT rates are applied per a) – c) above regardless of the number of hours worked for any Client on any particular day. Rates for hours subsequent to a break of less than 8 hours are charged at the appropriate OT or DT rate continuous to hours prior to the break. e) All time for international projects charged at 150% times rates per a) - d) above. f) All time involved in providing expert testimony in any court, deposition or hearing, etc. including preparation and travel time, charged at DT. Vacuum Truck Rates Item Description UNIT RATE 1 Vacuum Truck + Driver (Regular Hourly Rate) Hour $120.00 2 Vacuum Truck + Driver (Overtime Rate) Hour $140.00 3 Vacuum Truck + Driver (Double Time Rate) Hour $160.00 EQUIPMENT CATEGORY ITEM # DESCRIPTION UNIT RATE BOOM 1001 Anchor Gear Each/Day $20.00 1002 Boom Mooring Light Each/Day $10.00 1003 Contractor Boom, up to 21” Ft/Day $1.50 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 3 1004 Petro Barrier, up to 24” Ft/Day $2.50 1005 Ocean Boom, up to 42” Ft/Day $6.75 RECOVERY / 2001 Air Conveyor, VS-50 Day $3,000.00 SKIMMERS 2002 Belt Skimmer, Marco Class XI-C Day $4,000.00 2003 Belt Skimmer Vessel,JBF DIP 3001 Hour $350.00 2004 Belt Skimmer Vessel, Marco I-C Hour $375.00 2005 Brush Skimmer, Lamor Day $3,600.00 2006 Brush Skimmer, Aquaguard RBS-40 Day $2,500.00 2007 Brush Skimmer, Aquaguard RBS-25 or 10 Twin Day $2,000.00 2008 Brush/Drum/Disc Skimmer, Aquaguard RBS-05 Day $850.00 2009 Disc Skimmer, MI-30, Komara 12K Day $1,800.00 2010 Disc Skimmer, Vikoma Sea Skimmer Day $2,000.00 2011 Drum Skimmer, Roto 70 Day $3,500.00 2012 Drum Skimmer, Action Petroleum Model 60 Day $1,400.00 2013 Drum Skimmer, Action Petroleum Model 36 Day $1,200.00 2014 Drum Skimmer, Action Petroleum Model 24 Day $800.00 2015 Rope Mop Skimmer, II-9 Day $800.00 2016 Rope Mop Skimmer, I-4, II-4, II-6 Day $600.00 2017 Rope Mop Skimmer, extra rope, 100’ Day $110.00 2018 Vacuum/Transfer Unit (VTU) Day $1,800.00 2020 Weir Skimmer, Follex, vacuum Day $1,500.00 2021 Weir Skimmer, Follex, hydraulic Day $2,500.00 2022 Weir, Cascade LP 3000 or Vikoma Fastflow Day $1,600.00 2023 Weir Skimmer, Skimpak or Oleo, 2” or 3” Day $300.00 TEMPORARY 3001 Bladder Tank, 24 barrel Day $250.00 STORAGE 3002 Bladder Tank, 25-100 barrel Day $500.00 3003 Bladder Tank, 101-240 barrel Day $1,000.00 3004 Container, Intermodal or Connex Storage, 20’ Day $22.00 3005 Container, Intermodal or Connex Storage, 40’ Day $44.00 3006 Roll-off Bins, up to 20 cu. yd. Day $13.00 3007 Roll-off Bins, up to 30-40 cu. yd. Day $25.00 3008 Storage Tank, 500 to 2,499 gal Day $20.00 3009 Storage Tank, 2,500 to 4,499 gal Day $25.00 3010 Storage Tank, 4,500 to 6,000 gal Day $35.00 3011 Tank Barge, up to 210 bbls (NRC only) Day $1,500.00 3012 Tote Tank, DOT approved, 275 to 300 gal Day $80.00 3013 Vacuum Box, up to 25 cu. yd. Day $50.00 3015 Storage Tank 6,000 to 20,000 gal Day $45.00 VESSELS / 4001 Deck Barge, up to 110’ Day $500.00 SUPPORT 4002 Response Vessel, 65’ Hour $375.00 4003 Response Vessel, 35’ - 55’ Hour $225.00 4004 Response Vessel, 30’ - 34’ Hour $160.00 4005 Response Vessel, 25’ - 29’ Hour $125.00 4006 Response Vessel, 16’- 24’ Hour $100.00 4007 Skiffs w/outboard, 15’ or less Hour $50.00 CATEGORY ITEM # DESCRIPTION UNIT RATE 4008 Skiffs w/o outboard Hour $25.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 4 EXCAVATION 5001 Backhoe, 710 or equivalent Day $375.00 5002 Backhoe, 580 or equivalent Day $325.00 5003 Backhoe Attachment, Breaker Day $200.00 5004 Backhoe Attachment, Compactor Day $125.00 5006 Dump Bed, Morooka 5-10 cu. yd. Day $350.00 5007 Excavator, Mini Day $325.00 5013 Loader, Bobcat, Skidsteer or equivalent Day $250.00 5014 Loader Attachment, Breaker or Grapple Each $225.00/100.00 5015 Loader, up to 4 yds. Day $650.00 TRAILERS 6001 Trailer, Confined Space Entry/Rescue Day $2,000.00 6002 Trailer, Decon, up to 24’ Day $350.00 6003 Trailer, Dump, 7,000 lb Day $150.00 6004 Trailer, Dump, Side/End, 18 yd. Hour $10.00 6007 Trailer, Equipment, Utility, 1-2 ton Day $100.00 6008 Trailer, Equipment, Utility, 3-10 ton Day $150.00 6009 Trailer, Flatbed, up to 48’ Hour $10.00 6012 Trailer, Low Boy Day $300.00 6013 Trailer, MTR (boom, boat, skimmer add’l if deployed) Day $100.00 6014 Trailer, Office, Small, Single Wide Day $50.00 6015 Trailer, Rocket (Roll Off) Launcher Hour $10.00 6018 Trailer, Van, up to 48’ Hour $10.00 6019 Trailer, Water Buffalo (up to 500 gallons with pump) Day $125.00 TRUCKS 7001 Tractor, Diesel Hour $23.00 7003 Truck, Crane, 1-6 ton Hour $65.00 7004 Truck, Crane, 7-10 ton Hour $75.00 7005 Truck, Crane, 10-18 ton Hour $95.00 7006 Truck, Crane, 40 ton Hour $140.00 7007 Truck, Dump, up to 10 yard Hour $45.00 7008 Truck, Dump, over 10 yard Hour $50.00 7009 Truck, Dump, over 10 yard / with pup Hour $55.00 7010 Truck, Gear, less than 1 ton Day $200.00 7012 Truck, Gear, 1 ton Day $200.00 7014 Truck, Gear, 2 ton - 5 ton Day $200.00 7016 Truck, Flatbed or Van, 2-Axle, up to 24’ Hour $50.00 7017 Truck, Hazmat Response, up to 24’ Hour $75.00 7018 Truck, Marine Response Hour $60.00 7019 Truck, Roll Off, bobtail Hour $50.00 7020 Truck, Roll Off, bobtail / with trailer Hour $55.00 7021 Truck, Water, up to 3000 gallons Hour $50.00 VACUUM 8001 Guzzler/Air Mover (filters add’l) Hour $95.00 TRUCKS / 8002 Vactor/Jetter - Combo Unit (attachments add’l) Hour $130.00 TRAILERS 8003 Vacuum Trailer, 120 -130 bbl, black iron Hour $30.00 8004 Vacuum Trailer, 120 -130 bbl, stainless Hour $30.00 8005 Vacuum Truck, less than 35 bbl Hour $48.00 8006 Vacuum Truck, 35 - 70 bbl Hour $48.00 8007 Vacuum Trailer, less than 50 bbl Hour $15.00 VEHICLES 9001 All Terrain Vehicle Day $240.00 9002 All Terrain Vehicle, Cargo Carrying Day $375.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 5 CATEGORY ITEM # DESCRIPTION UNIT RATE 9003 Auto, Personnel or Support Day $90.00 9004 Van, MTR (boom, boat, skimmer add’l if deployed ) Day $300.00 9005 Van, Maintenance, Personnel or Support Day $135.00 BLOWERS / 1101 Air Compressor, up to 100 CFM Day $100.00 COMPRESSORS 1102 Air Compressor, 100 to 185 CFM Day $165.00 1103 Air Compressor, 210 to 375 CFM Day $250.00 1104 Blower, Coppus, Electric/Pneumatic Day $85.00 1105 Blower, Negative Air Exhaust, 6” (consumables add’l) Day $60.00 1106 Blower, Negative Air Exhaust, 12” (consumables add’l) Day $90.00 1107 Blower, Venturi, Horn Day $30.00 1108 Exhaust Duct, 25’ x 6”, 10” or 12” Day $25.00 PRESSURE 1201 Specialty Nozzles, (Roto-nozzle, fogging nozzle, etc.) Day $45.00 WASHERS 1202 Hydroblaster, 6,000 psi Hour $50.00 1203 Hydroblaster, 10,000 psi Hour $70.00 1204 Hydroblaster, 20,000 psi Hour $135.00 1205 Remote Tank Cleaning (Gamajet) Head Day $175.00 1206 50’ Flexible lance, nozzle, and foot-pedal, up to 5k psi Day $50.00 1207 Pressure Washer, up to 3,000 psi, single Day $150.00 1208 Pressure Washer, 3,000 to 5,000 psi Day $250.00 1209 Jetter Trailer Hour $95.00 1210 Pressure Washer, up to 3,000 psi, dual w/ tank Day $225.00 1211 150’ Flexible lance, nozzle, and foot-pedal, up to 5k psi Day $95.00 1212 50’ Flexible Lance and nozzle, up to 20,000 psi Day $120.00 1213 Specialty Nozzles over 5k psi (Rotating multi-tip) Day $80.00 1214 Foot Operated, Dump Style Gun, to 20,000 psi Day $85.00 1215 Single Pistol, Dump-Style Gun, to 40k psi (includes safety shroud) Day $125.00 1216 Dual Pistol, Dump-Style Gun, to 20k psi (includes safety shroud) Day $125.00 1217 Multi Gun Valve (Dump-Style) Control System Day $105.00 1218 Pipe Centralizer, 8”-36” Diameter Day $30.00 1219 Anti-Withdrawal Device, Flange-Mount Day $15.00 PUMPS 1301 Pump, up to 1”, Petroleum Day $50.00 1302 Pump, up to 1”, Chemical Day $65.00 1303 Pump, 2”, Petroleum Day $75.00 1304 Pump, 2”, Chemical Day $95.00 1305 Pump, 2”, Chemical Peristaltic Day $250.00 1306 Pump, 3”, Petroleum Day $95.00 1307 Pump, 3”, Chemical Day $125.00 1308 Pump, 4”, Petroleum Day $150.00 1309 Pump, 4”, Petro-Submersible Day $300.00 1310 Pump, 5”- 6”, Petroleum Day $400.00 1311 Air Conveyor, Vac-U-Max Day $100.00 1312 Pump, 3”, Hydraulic (Archimedes/MT30) w/power pack Day $1,500.00 1314 Pump, Blackmer Stainless Steel Sliding Vane Day $650.00 1316 Pump, Double Diaphragm, stainless steel, 1” Day $200.00 1317 Pump, Double Diaphragm, stainless steel, 2” Day $300.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 6 HOSES / PIPES 1401 Hose, Fire, 1.5” 50 Ft/Day $15.00 FITTINGS 1402 Hose, Fire, 2.5” 50 Ft/Day $25.00 1403 Hose, Guzzler/Air Mover, Flex or Pipe, 4” Ft/Day $1.25 1404 Hose, Guzzler/Air Mover, Flex or Pipe, 6” Ft/Day $1.50 1405 Guzzler/Air Mover Vacuum Breaker Day $25.00 CATEGORY ITEM # DESCRIPTION UNIT RATE 1406 Guzzler/Air Mover/Jetter Fittings (elbows, tees, etc.) Day/Each $5.00 1407 Hose, Pneumatic 50 Ft/Day $10.00 1408 Hose, Suction & Discharge, 2”, Petro 25 Ft/Day $15.00 1409 Hose, Suction & Discharge, 2”, Chemical 25 Ft/Day $30.00 1410 Hose, Suction & Discharge, 3”, Petro 25 Ft/Day $22.00 1411 Hose, Suction & Discharge, 3”, Chemical 25 Ft/Day $44.00 1412 Hose, Suction & Discharge, 4”, Petro 25 Ft/Day $30.00 1413 Hose, Suction & Discharge, 4”, Chemical 25 Ft/Day $60.00 1414 Hose, Suction & Discharge, 6”, Petro 25 Ft/Day $40.00 1415 Hose, Discharge (lay flat), 2” 50 Ft/Day $10.00 1416 Hose, Discharge (lay flat), 3” 50 Ft/Day $12.00 1417 Hose, Discharge (lay flat), 4” 50 Ft/Day $15.00 1418 Hose, Discharge (lay flat), 6” 50 Ft/Day $25.00 1419 Hose, Wash, up to 1” 50 Ft/Day $10.00 1420 Hose, Hydraulic 50 Ft/Day $25.00 1424 Hose, Teflon, 1” Rubber Jacketed or 2” Stainless Braid Ft/Day $35.00 1425 Hose, Stainless Steel Ft/Day $35.00 1426 Stinger, 2”, CPVC/SS/Carbon Day $55.00 1427 Transfer Fittings (gauges, nipples, risers, etc,) Transfer $250.00 1428 Hose, Hydroblaster, up to 20,000 psi 50 Ft/Day $120.00 1429 Hose, Pressure Washer, up to 6,000 psi 50 Ft/Day $20.00 SUPPORT 1501 Air Knife Day $150.00 1502 Bag Filter System, Dual Pod (bag filters add’l) Day $75.00 1555 Bag Filter System, Single (bag filters add’l) Day $60.00 1504 Chipping Gun, Pneumatic Day $40.00 1505 Compactor, Hand Operated Day $100.00 1506 Decon Cleaning Pool, Portable 10’ x 15’ Day $125.00 1507 Decon Cleaning Pool, Portable 10’ x 30’ Day $200.00 1508 Decon Cleaning Pool, Portable 20’ x 100’ Day $550.00 1509 Decon Cleaning Pool, Portable 25’ x 50’ Day $275.00 1510 Decon Station, Personnel 2 Stage (supplies add’l) Day $50.00 1511 Electrical Accessories (cords, GFCI, adaptors) Day $14.00 1512 Forklift, 5K to 10K lb Day $275.00 1513 Forklift, Attachment Day $100.00 1514 Generator, less than 4 kW Day $50.00 1515 Generator, 4 kW to less than 7.5 kW Day $95.00 1516 Generator, 7.5 kW to 12.5 kW Day $140.00 1517 Handheld Pipeline Locator System Day $150.00 1518 Jackhammer Day $100.00 1519 Ladder, Extension, Folding or Jacobs Day $40.00 1520 Light Tower, Trailer Mounted Day $150.00 1521 Light, Explosion-Proof Day $44.00 1522 Light, Stand, Regular, 500W Day $20.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 7 1523 Light, Stand, Regular, 1000W Day $50.00 1525 Pipe Plug 4” to 18” (includes 20’ air line hose) Day $60.00 1526 Pipe Plug 18” to 24” (includes 20’ air line hose) Day $80.00 1527 Pipe Plug 24” to 36” (includes 20’ air line hose) Day $120.00 1528 Pipe Plug 36” to 48” (includes 20’ air line hose) Day $160.00 1529 Pipe Plug 48” to 60” (includes 20’ air line hose) Day $200.00 1530 Power Pack, Hydraulic, 1 hp (<0.75 kW) Day $50.00 1531 Power Pack, Hydraulic, 16 hp (0.75 kW < 12 kW) Day $138.00 1532 Power Pack, Hydraulic, 40 hp (12 kW < 30 kW) Day $275.00 1533 Power Pack, Hydraulic, 60 hp (30 kW < 45 kW) Day $500.00 1534 Road Closure Signs, reflective Day/Each $30.00 CATEGORY ITEM # DESCRIPTION UNIT RATE 1535 Road Closure, Barricades, Cones, Delineators Day/Each $3.00 1537 Saw, Chain Day $60.00 1538 Saw, Cutoff Day $100.00 1539 Soil Sampler, Hollow Stem Day $50.00 1540 Tools, Hand (brooms, shovels, etc.) Each/Day $5.00 1541 Tools, Mechanical Set Each/Day $30.00 1542 Tools, Non-Sparking Each/day $15.00 1543 Tools, Power, small (drills, sawzall etc.) Each/Day $35.00 1544 Truck Ramps Day $150.00 1545 Vacuum, HEPA (filters add’l) Day $150.00 1546 Vacuum, Shop (filters add’l) Day $40.00 1547 Vactor/Jetter Attachment (hydro-exca, Drum-It Head, nozzles) Day/Each $95.00 1548 Welding Unit / Torch Set, Portable Day $85.00 1552 Yokohama Fenders, 8’ diameter Day $175.00 1553 Decon Station, Personnel 3 Stage (supplies add’l) Day $75.00 1554 Airless Sprayer Day $85.00 1562 Flow Meter, 2”, Stainless Steel Day $150.00 1563 Portable Breathing Air Compressor Day $375.00 1564 Power Pack, Hydraulic, 75 hp (45 kW – 56 kW) Day $750.00 1569 Hydrogen Peroxide System Day $240.00 1570 Light, Explosion-Proof, LED String (10 lights/each) Day $440.00 1572 Portable Toilet, (includes service, wash basin) Day $100.00 1573 Tornado HEPA Vac (Duel Head Electric) Day $350.00 1574 Tornado HEPA Vac (Duel Head Air) Day $250.00 COMMS 1601 Base Station Day $75.00 1602 Cellular Phone (airtime over $10 per day add’l) Day $25.00 1603 Computer and/or Printer Day $65.00 1604 GPS Unit Day $35.00 1605 High Power Repeater System w/Generator Day $300.00 1606 Radio, UHF or VHF, Portable Day $15.00 1607 Satellite Phone (includes 20 minutes airtime per day) Day $75.00 1608 Satellite Dish for HS Internet Day $125.00 SAFETY 1701 Air Sampling Kit (tubes add’l) Day $40.00 1702 Chest or Hip Waders, Insulated Cooling Vests Day $25.00 1704 Eyewash Station Day $35.00 1705 Drager CMS Meter Day $200.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 8 1707 Floatation Work Vest, PFD Day $6.00 1708 Respirator, Full Face (cartridges add’l) Day $25.00 1709 Respirator, Half Face (cartridges add’l) Day $20.00 1710 Harness (including Lanyard or SRL) Day $15.00 1711 Meter, 4EC Radiation Day $350.00 1712 Meter, LEL/O2/H2S/CO Day $75.00 1713 Meter, Jerome Mercury Day $250.00 1714 Meter, Personal / Gillian, Single/4-gas Each/Day $35.00 1715 Meter, Particulate Monitoring Day $150.00 1716 Meter, PID Day $125.00 1717 Mercury Vacuum (consumables add’l) Day $350.00 1719 SCBA or Egress Bottles w/ lines Day/Each $125.00 1719S SCBA Standby Day $25.00 1720 Six Pack / Regulated Air Supply (includes up to 300’ airline) Day $300.00 1721 Tripod and Winch Day $125.00 1723 Meter, Lumex Mercury Day $650.00 1725 Meter, LEL/O2/H2S/CO/PID Day $125.00 1729 SCBA or Egress Bottles w/ lines, Refill Day/Each $25.00 1731 Turtle Armor Complete Suit (Torso, Chaps, Gaiters, Gauntlets) Day $85.00 1732 Shin and Metatarsal Guards, Aluminum Pair / Day $25.00 MATERIALS AND SUPPLIES CATEGORY ITEM # DESCRIPTION UNIT RATE BAGS/SHEETING M100 Bulk Bag, 1 yard Each $22.00 M101 Plastic Bag, 36” x 60”, 6 mil, 50/roll or box Roll/Box $80.00 M102 Plastic Bag, 36” x 60” (drum liner) Each $3.00 M103 Roll Off Box Liner Each $35.00 M104 Sheeting, 20’ to 32’ x 100’, 10 mil Roll $150.00 M105 Sheeting, 20’ to 32’ x 100’, 6 mil Roll $110.00 CLEANERS M200 Cleaner, Hand, 1 gallon Each $30.00 M201 Cleaner, Marine/Industrial (Simple Green or equivalent) Gallon $20.00 M202 Disinfectant (bleach, A-33, or equivalent) Gallon $3.00 M203 Decon Solvent (HD Citrus Degreaser), 55 gallon drum Each $2,900.00 M204 Decon Solvent (HD Citrus Degreaser or BioSolve) Gallon $50.00 M205 Cleaner, Hand, 14 oz tub n Each $4.00 M206 Mercury Vapor Suppressant Pound $25.00 M207 Mercury Cleaning Solution Gallon $40.00 M208 Hydrogen Peroxide System Chemicals Gallon $60.00 CONTAINERS M301 5 Gallon, Bucket w/ Lid Each $12.50 M302 10 Gallon, Open Top, Steel Each $75.00 M303 20 Gallon, Open Top, Steel Each $65.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 9 M304 30 Gallon, Open or Close Top, Refurbished Each $75.00 M305 55 Gallon, Close Top, Steel, Refurbished Each $55.00 M306 55 Gallon, Open Top, Steel, Refurbished Each $55.00 M307 55 Gallon, Open or Close Top, Poly, New Each $82.00 M308 85 Gallon, Overpack, Unlined, Black Each $225.00 M309 85 Gallon, Overpack, Lined, Yellow Each $255.00 M310 95 Gallon, Overpack, Poly Each $265.00 M311 275-300 Gallon, Liquid Tote, New, DOT Each $375.00 M312 Triwall Box, Cubic Yard, DOT Approved Each $90.00 M313 5 Gallon, Plastic Carboy Each $20.00 M314 55 Gallon, Close Top, Steel, New Each $90.00 M315 55 Gallon, Open Top, Steel, New Each $90.00 M316 55 Gallon, Open or Close Top, Poly, Refurbished Each $63.00 M317 275-300 Gallon, Liquid Tote, Recon, DOT Each $225.00 M318 1 Gallon, Poly Pail Each $10.00 M319 15 Gallon, Open Top, Poly Each $65.00 M320 30 Gallon, Open or Close Top, Steel, New Each $90.00 M321 Fluorescent Tube Disposal Container, 4’ Each $38.00 M322 Fluorescent Tube Disposal Container, 8’ Each $68.00 CATEGORY ITEM # DESCRIPTION UNIT RATE SAFETY M400 Acid Suit, 1 Piece Each $50.00 M401 Boot, Steel Toed, PVC/Nitrile Pair $28.00 M402 Glove, Work Glove Pair $3.00 M403 Glove, Inner, Cotton, Latex or Nitrile Pair $1.00 M404 Glove, Inner, Cotton, Latex or Nitrile 50/Box $30.00 M405 Glove, Silver Shield Pair $4.50 M406 Glove, Medium Duty, PVC Pair $4.00 M407 Glove, Heavy Duty, PVC Pair $8.00 M408 Glove, Heavy Duty, Butyl Rubber Pair $30.00 M409 Hard Hat Each $25.00 M410 Overboot, Disposable Pair $5.00 M425 Protective Gear Level A Each $1,400.00 M426 Protective Gear Level B Each $300.00 M427 Protective Gear Level B, Change Each $200.00 M428 Protective Gear Level C Each $80.00 M429 Protective Gear Level C, Change Each $45.00 M430 Protective Gear Level D Each $35.00 M431 Protective Gear Level D, Change Each $20.00 M432 Rain Gear, 2 Piece Set $15.00 M433 Respirator, Cartridge, Single, OV, Acid Gas, P100 Pair $16.00 M434 Respirator, Cartridge, Mercury/chlorine Pair $30.00 M436 Safety Eyewear Each $6.00 M438 Safety Vest Each $25.00 M439 Tyvek Suit, Saran-Coated, Disposable Each $25.00 M440 Tyvek Suit, Uncoated, Disposable Each $10.00 M441 Tyvek Suit, Poly-Coated, Disposable Each $12.00 M442 Face Shield Each $10.00 M443 Respirator Cartridges, Combo Pair $24.00 M445 Rescue Rope, Lifeline or Tagline 10 Ft $12.00 SORBENTS M500 Absorbent, Chemical Stabilizer, 35 lb Bag $130.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76 10 M501 Absorbent, Absorb X Bag $17.50 M502 Floor Dry 25 lb – Solid-a-sorb Bag $10.50 M503 Neutralizer (citric acid, soda ash or bicarbonate) Bag $65.00 M504 Oil Snare on Rope, 50 ft/Bag Bag $135.00 M505 Oil Snare, 30/Carton Carton $110.00 M506 Sorbent Boom 5” x 10’, 4/Bale Bale $95.00 M507 Sorbent Boom 8” x 10’, 4/Bale Bale $180.00 M508 Sorbent Roll, SXT 638, 38” x 144’ x 3/8” Roll $155.00 M509 Sorbent Sheet 17” x 19” x 3/8”, 100/Bale Bale $60.00 M510 Sorbent Sweep 17” x 100’ x 3/8” Each $80.00 M511 Vermiculite, 4 cu.ft. /Bag Bag $28.00 M512 Chemical pads, 15” x 9”, 100/Bale Bale $90.00 M513 Orange Construction Fence, 4’x100’ Roll $45.00 M514 Straw Waddles, 25 ft/Roll Roll $30.00 M519 Neutralizer, liquid Gallon $40.00 MISCELLANEOUS M600 Banner Tape, 3” Roll $20.00 M601 Cotton Rags, 25 lb Box/Bale Each $45.00 M602 Decon Pool, Small Personnel Each $30.00 M603 Sampling Tubes and Supplies Each $7.00 M604 Duct Tape, 2” Roll $5.00 M605 HazCat Kit (each fingerprint) Per Test $25.00 M606 Mercury Vacuum Consumables Change Out Each $50.00 CATEGORY ITEM # DESCRIPTION UNIT RATE M607 Petro Flag Test Kit Per Test $35.00 M612 Photo Documentation, Disposable or Digital Each $25.00 M613 Poly Rope, 600’, up to 1/2” Roll $75.00 M614 Sand Bags, Filled Each $8.50 M616 Sprayer, Hand Held (Hudson), 3 gal. Each $35.00 M617 Flex Hose, Consumable, 4” Foot $1.50 M618 Flex Hose, Consumable, 6” Foot $3.00 M620 Negative Air Exhaust Consumables Change Out Each $170.00 M621 Air Mover Dry Filter Sock Each $18.00 M622 HEPA Vacuum Consumables, Standard Each $50.00 M623 HEPA Vacuum Consumables, Complete Each $450.00 M624 Sample Pump Each $25.00 M801 Water, Drinking, 24/case Case $14.00 M851 Mileage for Trucks/Vans (M851+ Eq Item#) Mile $0.75 M852 Mileage for Commercial Trucks (M852+Eq Item#) Mile $0.95 M860 Equipment Fuel (Gasoline) (M860 + Eq Item#) Gallon $3.50 M870 Equipment Fuel (Diesel) (M870+ Eq Item#) Gallon $3.75 M880 Bridge Toll, Vehicle Each $8.00 M881 Bridge Toll, Vehicle w/ Trailer Each $28.00 M882 Bridge Toll, Semi w/ Trailer Each $30.00 M901 Transportation to TSDF, Triwalls Each $160.00 M902 Transportation to TSDF, Drums Each $45.00 D903 Disposal of Non-Haz Liquid Waste at NRC Gallon $0.35 M625 Tornado HEPA Vacuum Consumables Each $250.00 PSA22-1554FAC Exhibit "B" DocuSign Envelope ID: 53931552-2258-4002-9EFF-8B80361C1A76