Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
NRC Environmental Services Inc; 2023-11-07; PSA24-2268TRAN
PSA24-2268TRAN City Attorney Approved Version 5/25/2023 1 AGREEMENT FOR NRC EMERGENCY HAZMAT CLEAN-UP SERVICES NRC ENVIRONMENTAL SERVICES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2023, by and between the City of Carlsbad, California, a municipal corporation ("City") and NRC Environmental Services, Inc., a Washington corporation ("Contractor"). RECITALS A. City requires the s ervices of a contractor that is experienced in emergency hazmat clean-up. B. Contractor has the necessary experience in providing services and advice related to emergency hazmat clean-up. 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", 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 one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for two (2) 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 shall not exceed fifteen thousand dollars ($15,000). 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 fifteen thousand dollars ($15,000) 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". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 7th November PSA24-2268TRAN City Attorney Approved Version 5/25/2023 2 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. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 8. 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. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D PSA24-2268TRAN City Attorney Approved Version 5/25/2023 3 The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled within 30 days of 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 the Contractor. 9. 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. 10. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 11. 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 fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 12. 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. 12.1 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 DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D PSA24-2268TRAN City Attorney Approved Version 5/25/2023 4 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. 12.1.1 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. 12.1.2 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. 12.1.3 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. 12.1.4 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. 12.1.5 Pollution/Asbestos Legal Liability. At all times during the performance of work under this Agreement and for sixty (60) months following the date of completion of the Services, the Contractor shall maintain Pollution Legal Liability insurance and Asbestos Legal Liability Insurance in an amount not less than $1,000,000 per occurrence or claim, and $2,000,000 in aggregate. The Contractor, along with all employees, agents and subcontractors who have a reasonable probability of coming into contact with hazardous materials, shall be adequately trained to comply with and shall comply with all laws and regulations relating to the care and protection of the environment in the performance of the Services performed by the Contractor or any portion thereof. 12.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 12.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 12.2.3 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. 12.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D PSA24-2268TRAN City Attorney Approved Version 5/25/2023 5 12.4 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. 12.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 13. 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. 14. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 15. 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. 16. 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. 17. 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 Eric Martinez Name Lance Klein Title Public Works Supervisor Title Project Manager Department Public Works Address 2950 Kurtz Street City of Carlsbad San Diego, CA 92110 Address 405 Oak Avenue Phone No. 858-602-9104 Carlsbad, CA 92008 Email lance.klein@usecology.com Phone No. 442-336-2769 DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D PSA24-2268TRAN City Attorney Approved Version 5/25/2023 6 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. 18. 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 as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ 19. 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 employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 20. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 21. 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. 22. 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. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D PSA24-2268TRAN City Attorney Approved Version 5/25/2023 7 City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party 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. 23. 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. 24. 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 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. 25. 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. 26. 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. 27. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D PSA24-2268TRAN City Attorney Approved Version 5/25/2023 8 of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 28. 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. [signatures on following page] CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California NRC ENVIRONMENTAL SERVICES, INC., a Washington corporation By: By: (sign here) Matt Henry, Area President Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: (sign here) Lauren McKeon, Director Ethics & Compliance (NRC Secretary) (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: CINDIE K. McMAHON, City Attorney BY: Deputy City Attorney DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D PSA24-2268TRAN City Attorney Approved Version 5/25/2023 9 EXHIBIT “A” SCOPE OF SERVICES NRC Environmental Services, Inc., agrees to provide as-needed 24-hour emergency hazardous material clean-up, transportation, and disposal (HAZMAT) services to the City of Carlsbad’s Transportation Department citywide. 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 fifteen thousand dollars ($15,000) per Agreement year. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D SoCal Price Sheets ESIC Fee 21.0% Field_Operations_Personnel UoM Rate Confined Space Rescue - Supervisor Hour 78.00$ Confined Space Rescue - Supervisor - OT Hour 117.00$ Confined Space Rescue - Supervisor - DT Hour 156.00$ Field Technician Hour 53.00$ Field Technician - OT Hour 79.50$ Field Technician - DT Hour 106.00$ Operator, Heavy Equipment Hour 64.00$ Operator, Heavy Equipment - OT Hour 96.00$ Operator, Heavy Equipment - DT Hour 128.00$ Operator, vacuum truck, roll-off etc.Hour 64.00$ Operator, vacuum truck, roll-off etc. - OT Hour 96.00$ Operator, vacuum truck, roll-off etc. - DT Hour 128.00$ SP Senior Project Manager Hr 146.40$ SP Senior Project Manager - OT Hr 219.60$ SP Senior Project Manager - DT Hr 292.80$ CHCI Certified Industrial Hygienist Hr Quote CHCI Certified Industrial Hygienist - OT Hr Quote CHCI Certified Industrial Hygienist - DT Hr Quote PM Project Manager Hr 117.00$ PM Project Manager - OT Hr 175.50$ PM Project Manager - DT Hr 234.00$ TR Trainer Hr 102.00$ TR Trainer - OT Hr 153.00$ TR Trainer - DT Hr 204.00$ SU Superintendent Hr 90.00$ SU Superintendent - OT Hr 135.00$ SU Superintendent - DT Hr 180.00$ PS Project Scientist / Field Chemist Hr 92.40$ PS Project Scientist / Field Chemist - OT Hr 138.60$ PS Project Scientist / Field Chemist - DT Hr 184.80$ FS Field Supervisor Hr 82.80$ FS Field Supervisor - OT Hr 124.20$ FS Field Supervisor - DT Hr 165.60$ MC Mechanic / Welder Hr 79.20$ MC Mechanic / Welder - OT Hr 118.80$ MC Mechanic / Welder - DT Hr 158.40$ LO Licensed Vessel Operator Hr 84.00$ LO Licensed Vessel Operator - OT Hr 126.00$ LO Licensed Vessel Operator - DT Hr 168.00$ VO Vessel Operator Hr 73.20$ VO Vessel Operator - OT Hr 109.80$ VO Vessel Operator - DT Hr 146.40$ DH Deckhand Hr 68.40$ PSA24-2268TRAN Exhibit "B" DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D DH Deckhand - OT Hr 102.60$ DH Deckhand - DT Hr 136.80$ MT Marine Technician Hr 68.40$ MT Marine Technician - OT Hr 102.60$ MT Marine Technician - DT Hr 136.80$ EO Equipment Operator Hr 73.20$ EO Equipment Operator - OT Hr 109.80$ EO Equipment Operator - DT Hr 146.40$ DR Driver (Commercial)Hr 73.20$ DR Driver (Commercial) - OT Hr 109.80$ DR Driver (Commercial) - DT Hr 146.40$ SF Site Foreman Hr 74.40$ SF Site Foreman - OT Hr 111.60$ SF Site Foreman - DT Hr 148.80$ Per Diem, No Hotel Hr 90.00$ Per Diem, With Hotel Hr 210.00$ Special_Operations_Labor UoM Rate HS Health & Safety Hr 110.40$ HS Health & Safety - OT Hr 165.60$ HS Health & Safety - DT Hr 220.80$ RT Confined Space / Rescue Technician Hr 70.80$ RT Confined Space / Rescue Technician - OT Hr 106.20$ RT Confined Space / Rescue Technician - DT Hr 141.60$ TE Technician – HAZWOPER Hr 68.40$ TE Technician – HAZWOPER - OT Hr 102.60$ TE Technician – HAZWOPER - DT Hr 136.80$ BT Biohazard tech Hr 80.40$ BT Biohazard tech - OT Hr 120.60$ BT Biohazard tech - DT Hr 160.80$ Professional_Support_Personnel UoM Rate AM Assistant Project Manager (Operations, Planning, Logistics, Finance)Hr 102.00$ AM Assistant Project Manager (Operations, Planning, Logistics, Finance) - OT Hr 153.00$ AM Assistant Project Manager (Operations, Planning, Logistics, Finance) - DT Hr 204.00$ IS Information Systems Technician Hr 93.60$ IS Information Systems Technician - OT Hr 140.40$ IS Information Systems Technician - DT Hr 187.20$ SA Senior Accountant Hr 110.40$ SA Senior Accountant - OT Hr 165.60$ SA Senior Accountant - DT Hr 220.80$ SM Support Manager (Purchasing, Communications, Transportation, Decon)Hr 82.80$ SM Support Manager (Purchasing, Communications, Transportation, Decon) - OT Hr 124.20$ SM Support Manager (Purchasing, Communications, Transportation, Decon) - DT Hr 165.60$ PR Purchaser / Subcontracts Administrator Hr 73.20$ PR Purchaser / Subcontracts Administrator - OT Hr 109.80$ PR Purchaser / Subcontracts Administrator - DT Hr 146.40$ AS Administrative Support / Accountant Hr 57.60$ AS Administrative Support / Accountant - OT Hr 86.40$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D AS Administrative Support / Accountant - DT Hr 115.20$ RC Resource Coordinator (Dispatch, Warehouse, Logistics)Hr 74.40$ RC Resource Coordinator (Dispatch, Warehouse, Logistics) - OT Hr 111.60$ RC Resource Coordinator (Dispatch, Warehouse, Logistics) - DT Hr 148.80$ Prevailing Wage Personnel UoM Rate Asbestos and Lead Abatement Hr 95.00$ Asbestos and Lead Abatement - OT Hr 120.00$ Asbestos and Lead Abatement - DT Hr 150.00$ Laborer Group 1 Hr 98.00$ Laborer Group 1 - OT Hr 127.00$ Laborer Group 1 - DT Hr 158.00$ Laborer Group 2 Hr 98.00$ Laborer Group 2 - OT Hr 127.00$ Laborer Group 2 - DT Hr 158.00$ Laborer Group 3 Hr 98.00$ Laborer Group 3 - OT Hr 127.00$ Laborer Group 3 - DT Hr 158.00$ Laborer Group 4 Hr 98.00$ Laborer Group 4 - OT Hr 127.00$ Laborer Group 4 - DT Hr 158.00$ Laborer Group 5 Hr 98.00$ Laborer Group 5 - OT Hr 127.00$ Laborer Group 5 - DT Hr 158.00$ Teamster Group 1 Hr 100.00$ Teamster Group 1 - OT Hr 128.00$ Teamster Group 1 - DT Hr 153.00$ Teamster Group 2 Hr 100.00$ Teamster Group 2 - OT Hr 128.00$ Teamster Group 2 - DT Hr 153.00$ Teamster Group 3 Hr 100.00$ Teamster Group 3 - OT Hr 128.00$ Teamster Group 3 - DT Hr 153.00$ Teamster Group 4 Hr 100.00$ Teamster Group 4 - OT Hr 128.00$ Teamster Group 4 - DT Hr 153.00$ Teamster Group 5 Hr 100.00$ Teamster Group 5 - OT Hr 128.00$ Teamster Group 5 - DT Hr 153.00$ Teamster Group 6 Hr 100.00$ Teamster Group 6 - OT Hr 128.00$ Teamster Group 6 - DT Hr 153.00$ Teamster Group 7 Hr 100.00$ Teamster Group 7 - OT Hr 128.00$ Teamster Group 7 - DT Hr 153.00$ Teamster Group 8 Hr 100.00$ Teamster Group 8 - OT Hr 128.00$ Teamster Group 8 - DT Hr 153.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D Teamster Group 9 Hr 100.00$ Teamster Group 9 - OT Hr 128.00$ Teamster Group 9 - DT Hr 153.00$ Teamster Group 10 Hr 100.00$ Teamster Group 10 - OT Hr 128.00$ Teamster Group 10 - DT Hr 153.00$ Teamster Group 11 Hr 100.00$ Teamster Group 11 - OT Hr 128.00$ Teamster Group 11 - DT Hr 153.00$ Operating Engineer Group 1 Hr 125.00$ Operating Engineer Group 1 - OT Hr 165.00$ Operating Engineer Group 1 - DT Hr 207.00$ Operating Engineer Group 2 Hr 125.00$ Operating Engineer Group 2 - OT Hr 165.00$ Operating Engineer Group 2 - DT Hr 207.00$ Operating Engineer Group 3 Hr 125.00$ Operating Engineer Group 3 - OT Hr 165.00$ Operating Engineer Group 3 - DT Hr 207.00$ Operating Engineer Group 4 Hr 125.00$ Operating Engineer Group 4 - OT Hr 165.00$ Operating Engineer Group 4 - DT Hr 207.00$ Operating Engineer Group 6 Hr 125.00$ Operating Engineer Group 6 - OT Hr 165.00$ Operating Engineer Group 6 - DT Hr 207.00$ Operating Engineer Group 8 Hr 125.00$ Operating Engineer Group 8 - OT Hr 165.00$ Operating Engineer Group 8 - DT Hr 207.00$ Operating Engineer Group 10 Hr 125.00$ Operating Engineer Group 10 - OT Hr 165.00$ Operating Engineer Group 10 - DT Hr 207.00$ Operating Engineer Group 12 Hr 125.00$ Operating Engineer Group 12 - OT Hr 165.00$ Operating Engineer Group 12 - DT Hr 207.00$ Operating Engineer Group 13 Hr 125.00$ Operating Engineer Group 13 - OT Hr 165.00$ Operating Engineer Group 13 - DT Hr 207.00$ Operating Engineer Group 14 Hr 125.00$ Operating Engineer Group 14 - OT Hr 165.00$ Operating Engineer Group 14 - DT Hr 207.00$ Operating Engineer Group 15 Hr 125.00$ Operating Engineer Group 15 - OT Hr 165.00$ Operating Engineer Group 15 - DT Hr 207.00$ Operating Engineer Group 16 Hr 125.00$ Operating Engineer Group 16 - OT Hr 165.00$ Operating Engineer Group 16 - DT Hr 207.00$ Operating Engineer Group 17 Hr 125.00$ Operating Engineer Group 17 - OT Hr 165.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D Operating Engineer Group 17 - DT Hr 207.00$ Operating Engineer Group 18 Hr 125.00$ Operating Engineer Group 18 - OT Hr 165.00$ Operating Engineer Group 18 - DT Hr 207.00$ Operating Engineer Group 19 Hr 125.00$ Operating Engineer Group 19 - OT Hr 165.00$ Operating Engineer Group 19 - DT Hr 207.00$ Operating Engineer Group 20 Hr 125.00$ Operating Engineer Group 20 - OT Hr 165.00$ Operating Engineer Group 20 - DT Hr 207.00$ Operating Engineer Group 21 Hr 125.00$ Operating Engineer Group 21 - OT Hr 165.00$ Operating Engineer Group 21 - DT Hr 207.00$ Operating Engineer Group 22 Hr 125.00$ Operating Engineer Group 22 - OT Hr 165.00$ Operating Engineer Group 22 - DT Hr 207.00$ Operating Engineer Group 23 Hr 125.00$ Operating Engineer Group 23 - OT Hr 165.00$ Operating Engineer Group 23 - DT Hr 207.00$ Operating Engineer Group 24 Hr 125.00$ Operating Engineer Group 24 - OT Hr 165.00$ Operating Engineer Group 24 - DT Hr 207.00$ Operating Engineer Group 25 Hr 125.00$ Operating Engineer Group 25 - OT Hr 165.00$ Operating Engineer Group 25 - DT Hr 207.00$ Trailer UoM Rate 6001 Trailer, Confined Space Entry/Rescue Day 2,580.00$ 6002 Trailer, Decon, up to 24’Day 462.00$ 6003 Trailer, Dump, 7,000 – 12,000 lb Day 284.40$ 6004 Trailer, Dump, Side/End, 18 yd.Hour 39.60$ 6023 Trailer, Emergency Response, petroleum Day 223.20$ 6005 Trailer, Emergency Response, up to 24’Day 399.60$ 6006 Trailer, Emergency Response, 40’- 48’Day 571.20$ 6007 Trailer, Equipment, Utility, 1-2 ton Day 126.00$ 6008 Trailer, Equipment, Utility, 3-10 ton Day 284.40$ 6009 Trailer, Flatbed, up to 53'Day 127.20$ 6010 Trailer, Incident Command Center, 24’ Day 741.60$ 6011 Trailer, Incident Command Center, 48’Day 1,711.00$ 6012 Trailer, Low Boy Day 378.00$ 6013 Trailer, MTR (boom, boat, skimmer add’l if deployed)Day 384.00$ 6014 Trailer, Office Day 192.00$ 6015 Trailer, Rocket (Roll Off Bin) Launcher Hour 32.40$ 6016 Trailer, Side Dump, 3 axle Day 270.00$ 6017 Trailer, Tilt Top, 26 ton Day 270.00$ 6018 Trailer, Van, up to 53'hour 15.00$ 6019 Trailer, Water Buffalo (up to 500 gallons, with pump)Day 192.00$ 6020 Trailer, Wildlife Response and Rehab (supplies add’l)Day 2,850.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 6021 Trailer, Wildlife Search & Collection Day 1,140.00$ 6022 Trailer, Wildlife Support Day 398.40$ Trucks UoM Rate 7001 Tractor, Diesel Hour 48.00$ 7002 Truck, Camera Hour 144.00$ 7003 Truck, Crane, 1 ton - 6 ton Hour 80.40$ 7004 Truck, Crane, 7 ton - 10 ton Hour 93.60$ 7005 Truck, Crane, 10 ton - 18 ton Hour 122.40$ 7006 Truck, Crane, 40 ton Hour 174.00$ 7007 Truck, Dump, up to 10 yard Hour 72.00$ 7008 Truck, Dump, over 10 yard Hour 80.40$ 7009 Truck, Dump, over 10 yard with pup Hour 102.00$ 7016 Truck, Flatbed or Van, 2-Axle, up to 24’ Hour 66.00$ 7010 Truck, Gear, less than 1 ton Hour 26.40$ 7012 Truck, Gear, 1 ton Hour 39.60$ 7014 Truck, Gear, 2 ton - 5 ton Hour 46.20$ 7017 Truck, Hazmat Response, up to 24’Hour 98.40$ 7018 Truck, Marine Response Hour 79.20$ 7022 Truck, Mobile Communications & Command Unit, 34'Day 1,032.00$ 7019 Truck, Roll Off Bin, Bobtail Hour 82.80$ 7020 Truck, Roll Off Bin, Bobtail with trailer Hour 82.80$ 7021 Truck, Water, up to 3000 gallons Hour 82.80$ Vacuum_Trucks_Trailers UoM Rate 8001 Guzzler/Air Mover (filters add’l)Hour 164.40$ 8002 Vactor/Jetter - Combo Unit (attachments add’l)Hour 178.80$ 8003 Vacuum Trailer, 120 -130 bbl, black iron Hour 38.40$ 8004 Vacuum Trailer, 120 -130 bbl, stainless Hour 38.40$ 8005 Vacuum Truck, less than 35 bbl Hour 64.80$ 8006 Vacuum Truck, 35 - 80 bbl Hour 76.80$ 8007 Vacuum Trailer, less than 50 bbl Hour 42.00$ 8017 High Rail Air Mover W/ Air Spade (Filters Addl.)Hour 198.00$ Vehicles UoM Rate 9001 All-Terrain Vehicle Day 316.80$ 9002 All-Terrain Vehicle, Cargo Carrying Day 486.00$ 9003 Auto, Personnel or Support Day 118.80$ 9004 Van, MTR (boom, boat, skimmer add’l if deployed )Day 456.00$ 9005 Van, Maintenance, Personnel or Support Day 171.60$ 9006 Wildlife Transport-Care Vehicle Day 684.00$ Recovery_Vessels UoM Rate 2025 NRC OSRV up to 126' (includes Master and installed skimmers) Note 8 Day 13,200.00$ 2026 NRC Recovery, 46' Catamaran w/Disk Dkimmer Day 5,484.00$ 2003 Belt Skimmer Vessel, JBF DIP 3001 Hour 462.00$ 2004 Belt Skimmer Vessel, Marco I C Hour 474.00$ Portable_Recovery UoM Rate 2001 Air Conveyor, VS-50 Day 3,960.00$ 2002 Belt Skimmer, Marco Class XI-C Day 4,950.00$ 2003 Belt Skimmer Vessel,JBF DIP 3001 Hour 462.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 2004 Belt Skimmer Vessel, Marco I-C Hour 474.00$ 2005 Brush Skimmer, Lamor Day 4,500.00$ 2006 Brush Skimmer, Aquaguard RBS-40 Day 2,880.00$ 2007 Brush Skimmer, Aquaguard RBS-25, 35G or 10 Twin Day 2,304.00$ 2008 Brush/Drum/Disc Skimmer, Aquaguard RBS-05 Day 979.20$ 2027 Disc Skimmer, Crucial Magna ORD Day 960.00$ 2028 Disc Skimmer, Crucial ORD-XP Day 894.00$ 2029 Disc Skimmer, Hoyle T Day 1,320.00$ 2009 Disc Skimmer, MI-30, Komara 12K, NRC Disc Day 2,310.00$ 2010 Disc Skimmer, Vikoma Sea Skimmer Day 2,640.00$ 2124 Disc Skimmer, X-150, Elastec Day 5,184.00$ 2030 Disc Skimmer, Crucial, Fuzzy (Coated) 13/30 Day 1,920.00$ 2031 VOSS Package (disc skimmer, power pack, hose, knuckle crane, boom vane)Day 4,386.00$ 2011 Drum Skimmer, Roto 70 Day 4,500.00$ 2032 Drum Skimmer, Elastec 118G Day 2,324.40$ 2012 Drum Skimmer, Action Petroleum Model 60, 48 Day 1,830.00$ 2013 Drum Skimmer, Action Petroleum Model 36 Day 1,620.00$ 2014 Drum Skimmer, Action Petroleum Model 18, 24 Day 1,056.00$ 2033 Drum Skimmer, Action Petroleum Model 12 Day 780.00$ 2034 Drum Skimmer, Crucial Double DB-18H-36 Day 900.00$ 2035 Drum Skimmer, Crucial 1D-18H-36 Day 679.20$ 2036 Rope Mop Skimmer, 8 Band Day 2,029.20$ 2037 Rope Mop Skimmer, 4 Band Day 1,365.60$ 2015 Rope Mop Skimmer, II-9 Day 1,056.00$ 2016 Rope Mop Skimmer, I-4, II-4, ll-6 Day 792.00$ 2017 Rope Mop Skimmer, extra rope, 100’Day 146.40$ 2038 Vacuum System, Elastec Mini-Vac Day 1,008.00$ 2039 Vaccum system, Elastec PACS 1000 Day 1,140.00$ 2040 Vacuum System, Transvac 500D Day 1,095.60$ 2018 Vacuum System, Vacuum Transfer Unit (VTU)Day 2,280.00$ 2019 Weir Skimmer, Desmi 250 Day 4,033.20$ 2041 Weir Skimmer, Elastec Sea Skater Day 1,809.60$ 2044 Weir Skimmer, Elastec Ocean Skater Day 2,688.00$ 2020 Weir Skimmer, Foilex, vacuum Day 1,728.00$ 2021 Weir Skimmer, Foilex, hydraulic Day 3,300.00$ 2022 Weir Skimmer, Cascade LP 3000 or Vikoma Fastflowec Day 2,112.00$ 2023 Weir Skimmer, Skimpak or Oleo, 2” or 3”Day 396.00$ 2042 Weir Skimmer, Floating (Desmi Mini-Max, Duckbill, Manta Ray)Day 420.00$ 2043 Weathered Oil, NRC SWORD (disposable dewatering bags add'l at $85/ea)Day 2,032.80$ Support UoM Rate 1501 Air Knife Day 198.00$ 1554 Airless Sprayer Day 99.60$ 1555 Bag Filter System, Single (bag filters add’l)Day 79.20$ 1502 Bag Filter System, Dual Pod (bag filters add’l)Day 98.40$ 1567 Banding Equipment, 2-inch Hour 34.80$ 1568 Banding Equipment, 2-inch Day 279.60$ 1503 Carbon Filtration System, 55 gal drum Each/Day 408.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 1504 Chipping Gun, Pneumatic Day 52.80$ 1505 Compactor, Hand Operated Day 174.00$ 1506 Decon Cleaning Pool, Portable 10’ x 15’Day 162.00$ 1507 Decon Cleaning Pool, Portable 10’ x 30’Day 258.00$ 1508 Decon Cleaning Pool, Portable 20’ x 100’Day 696.00$ 1509 Decon Cleaning Pool, Portable 25’ x 50’Day 351.60$ 1510 Decon Station, Personnel 2 Stage (supplies add’l) Day 66.00$ 1553 Decon Station, Personnel 3 Stage (supplies add’l) Day 87.60$ 1580 Drum Dolly Day 44.40$ 1511 Electrical Accessories (cords, GFCI, adaptors)Day 19.20$ 1573 Floor Buffer (pads add’l)Day 86.40$ 1512 Forklift, 5K to 10K lb Day 342.00$ 1513 Forklift, Attachment Day 132.00$ 1514 Generator, less than 4 kW Day 66.00$ 1515 Generator, 4 kW to less than 7.5 kW Day 134.40$ 1516 Generator, 7.5 kW to 12.5 kW Day 192.00$ 1574 Generator, 67 kW Day 374.40$ 1517 Handheld Pipeline Locator System Day 192.00$ 1569 Hydrogen Peroxide System (consumables add’l)Day 278.40$ 1518 Jackhammer Day 174.00$ 1519 Ladder, Extension, Folding or Jacobs Day 52.80$ 1557 Laser Level Kit, 1/16” x 100’ Day 64.80$ 1558 Laser Level Kit, 1/4” x 100’ Day 19.20$ 1520 Light Tower, Trailer Mounted Day 204.00$ 1521 Light, Explosion-Proof Day 58.80$ 1570 Light, Explosion-Proof, LED String (10 lights/each)Day 512.40$ 1522 Light, Stand, Regular, 500W Day 26.40$ 1523 Light, Stand, Regular, 1000W Day 72.00$ 1524 Office Space (for command post at NRC as available)Day 1,740.00$ 1525 Pipe Plug 4” to 18” (includes 20’ air line hose)Day 110.40$ 1526 Pipe Plug 18” to 24” (includes 20’ air line hose)Day 180.00$ 1527 Pipe Plug 24” to 36” (includes 20’ air line hose)Day 202.80$ 1528 Pipe Plug 36” to 48” (includes 20’ air line hose)Day 249.60$ 1529 Pipe Plug 48” to 60” (includes 20’ air line hose)Day 408.00$ 1572 Portable Toilet, (includes service, wash basin)Day 116.40$ 1563 Portable Breathing Air Compressor Day 438.00$ 1530 Power Pack, Hydraulic, 1 hp (<0.75 kW)Day 66.00$ 1531 Power Pack, Hydraulic, 16 hp (0.75 kW < 12 kW)Day 174.00$ 1532 Power Pack, Hydraulic, 40 hp (12 kW < 30 kW)Day 342.00$ 1533 Power Pack, Hydraulic, 60 hp (30 kW < 45 kW)Day 660.00$ 1534 Road Closure Signs, reflective Day/Each 60.00$ 1535 Road Closure, Barricades, Cones, Delineators Day/Each 8.40$ 1536 Sand & Floor Dry Spreader Attachment Day 110.40$ 1537 Saw, Chain Day 76.80$ 1538 Saw, Cutoff Day 146.40$ 1575 Scissor Lift, 24’Day 222.00$ 1539 Soil Sampler, Hollow Stem Day 66.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 1581 Steel Plate, 4' x 8'Day 138.00$ 1582 Steel Plate, 5' x 10'Day 166.80$ 1556 Surf Rake, Model 600 HD Day 873.60$ 1540 Tools, Hand (brooms, shovels, etc.)Each/Day 9.00$ 1541 Tools, Mechanical Set Each/Day 72.00$ 1542 Tools, Non-Sparking Each/Day 21.00$ 1543 Tools, Power, Small (drills, Sawzall, etc.)Each/Day 46.80$ 1544 Truck Ramps Day 192.00$ 1545 Vacuum, HEPA (filters add’l)Day 288.00$ 1546 Vacuum, Shop (filters add’l)Day 60.00$ 1547 Vactor/Jetter Attachment (hydro-exca, Drum-It head, nozzles)Day/Each 122.40$ 1566 Vapor Extraction System, Portable Day 402.00$ 1548 Welding Unit / Torch Set, Portable Day 111.60$ 1549 Wildlife Rehabilitation Pool Day 230.40$ 1550 Wildlife Shelter, 19’ x 35’Day 2,304.00$ 1551 Wildlife Shelter, 20’ x 20’Day 864.00$ 1552 Yokohama Fenders, 8’ diameter Day 201.60$ 1738 Support Station, Table and Chairs Day 138.00$ 1739 Support Station, Canopy Day 30.00$ 1721 Tripod and Winch Day 294.00$ 1732 Turtle Armor Suit (Torso, Chaps, Gaiters, Gauntlets)Day 98.40$ Communications UoM Rate 1601 Base Station Day 98.40$ 1602 Cellular Phone (airtime over $10 per day add’l)Day 42.00$ 1603 Computer and/or Printer Day 110.40$ 1604 GPS Unit Day 60.00$ 1605 High Power Repeater System w/Generator Day 396.00$ 1606 Radio, UHF or VHF, Portable Day 30.00$ 1607 Satellite Phone (includes 20 minutes airtime per day)Day 94.80$ 1608 Satellite Dish for HS Internet Day 156.00$ 1609 Respirator Comms System Day 138.00$ Boom UoM Rate 1001 Anchor Gear Each/Day 34.80$ 1002 Boom Mooring Light Each/Day 18.00$ 1003 Contractor Boom, up to 21”Ft/Day 2.40$ 1004 Petro Barrier, up to 24”Ft/Day 3.30$ 1005 Ocean Boom, up to 42”Ft/Day 8.40$ 1007 Hydro-Boom System (boom, pumps, power pack, reel)Day 3,288.00$ 1008 American Fire Boom (500’/ system minimum)Day 3,288.00$ 1009 Oil Boom Inflator/Blowers Day 165.60$ 1010 Hull Magnets Each/Day 21.60$ 1011 Dual-Roller Boom Handler Day 356.40$ Support_Vessels UoM Rate 4001 Deck Barge, up to 110’ Day 660.00$ 4012 NRC OSV up to 150'-180' (includes Master)Day 19,029.60$ 4002 Response Vessel, 65’Hour 486.00$ 4003 Response Vessel, 35’ - 55’Hour 306.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 4004 Response Vessel, 30’ - 34’Hour 211.20$ 4005 Response Vessel, 25’ - 29’Hour 158.40$ 4006 Response Vessel, 16’- 24’Hour 132.00$ 4007 Skiffs w/outboard, 15’ or less Hour 66.00$ 4008 Skiffs w/o outboard Hour 33.00$ Temporary_Storage UoM Rate 3001 Bladder Tank, 24 barrel Day 330.00$ 3002 Bladder Tank, 25 - 100 barrel Day 660.00$ 3003 Bladder Tank, 101 - 240 barrel Day 1,320.00$ 3004 Container, Intermodal or Connex Storage, 20’ Day 28.80$ 3005 Container, Intermodal or Connex Storage, 40’Day 57.60$ 3006 Roll-off Bins, up to 20 cu. yd.Day 22.80$ 3007 Roll-off Bins, over 20 to 40 cu. yd.Day 30.00$ 3008 Storage Tank, 500 to 2,499 gallon Day 26.40$ 3009 Storage Tank, 2,500 to 4,499 gallon Day 33.00$ 3010 Storage Tank, 4,500 to 6,000 gallon Day 46.20$ 3015 Storage Tank, 20,000 gal Day 60.00$ 3014 Tank Barge (NRC OSRB only)Day 13,134.00$ 3011 Tank Barge or Barge Set, up to 238 bbls (NRC only)Day 1,980.00$ 3012 Tote Tank, DOT approved, 275 to 300 gal Day 105.60$ 3013 Vacuum Box, up to 25 cu. yd.Day 76.80$ Excavation UoM Rate 5001 Backhoe, 710 or equivalent Day 474.00$ 5002 Backhoe, 580 or equivalent Day 426.00$ 5003 Backhoe Attachment, Breaker Day 250.80$ 5004 Backhoe Attachment, Compactor Day 158.40$ 5022 Compaction, Sheepsfoot or Roller Day 282.00$ 5024 DOT Transport Chain Day 27.60$ 5025 DOT Chain Binder, Racheting or Lever Day 14.40$ 5006 Dump Bed, Morooka 5-10 cu. yd. Day 462.00$ 5021 Dump Truck, 5 cu. yd., w/ Plow & Sander Hour 199.20$ 5007 Excavator, Mini Day 414.00$ 5008 Excavator, up to 37,000 lb Day 715.20$ 5009 Excavator, 38,000 to 53,000 lb Day 1,197.60$ 5010 Excavator, over 53,000 lb Day 1,711.20$ 5017 Excavator, over 100,000 lb Hour 284.40$ 5011 Excavator Attachment, Thumb or Wheel Day 399.60$ 5012 Excavator Attachment, Hammer Day 626.40$ 5013 Loader, Bobcat, Skidsteer or equivalent Day 399.60$ 5014 Hydraulic Attachment: Breaker, Compactor or Grapple Day 199.20$ 5026 Skidsteer Attachment Day 108.00$ 5015 Loader, up to 4 yds.Day 319.20$ 5023 Snowcat Day 1,072.80$ Blowers_Compressors UoM Rate 1101 Air Compressor, up to 100 CFM Day 170.40$ 1102 Air Compressor, 100 to 185 CFM Day 217.20$ 1103 Air Compressor, 210 to 375 CFM Day 369.60$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 1104 Blower, Coppus, Electric/Pneumatic Day 110.40$ 1105 Blower, Negative Air Exhaust, 6” (consumables add’l)Day 85.20$ 1106 Blower, Negative Air Exhaust, 12” (consumables add’l)Day 124.80$ 1107 Blower, Venturi, Horn Day 39.60$ 1108 Exhaust Duct, 25’ x 6”, 10” or 12”Day 33.00$ Pressure_Washers UoM Rate 1202 Hydroblaster, 6,000 psi Hour 66.00$ 1203 Hydroblaster, 10,000 psi Hour 92.40$ 1204 Hydroblaster, 20,000 psi Hour 205.20$ 1209 Jetter Trailer Hour 118.80$ 1206 Pipeline Lancing Nozzle, Hose, Foot Pedal, to 5k psi Day 85.20$ 1212 Flexible Lance, 50’, nozzle, foot-pedal, 5k plus to 20k psi Day 158.40$ 1211 Pipeline Lancing Nozzle, Hose, Foot Pedal, over 5k psi Day 142.80$ 1214 Dump-Style Gun, Foot Operated, up to 20k psi Day 110.40$ 1215 Dump-Style Gun, Single, Safety Surround, up to 40k psi Day 156.00$ 1216 Dump-Style Gun, Dual, Safety Surround, up to 20k psi Day 158.40$ 1217 Dump-Style Gun, Multi Gun Valve Control System Day 128.40$ 1219 Flange Mount Anti-Withdrawl Device Day 21.00$ 1218 Pipe Centralizer, 8” – 36” Diameter Day 39.60$ 1207 Pressure Washer, up to 3,000 psi, single Day 284.40$ 1210 Pressure Washer, up to 3,000 psi, dual w/ tank Day 573.60$ 1208 Pressure Washer, 3,000 to 5,000 psi Day 399.60$ 1205 Remote Tank Cleaning (Gamajet) Head Day 342.00$ 1201 Specialty Nozzles up to 5k psi (Roto, fogging, etc.)Day 57.60$ 1213 Specialty Nozzles over 5k psi (Rotating multi-tip) Day 105.60$ Pumps UoM Rate 1311 Drum Vacuum (consumables add’l)Day 171.60$ 1301 Pump, up to 1”, Petroleum Day 69.60$ 1302 Pump, up to 1”, Chemical Day 108.00$ 1303 Pump, 2”, Petroleum Day 97.20$ 1304 Pump, 2”, Chemical Day 222.00$ 1305 Pump, 2”, Chemical Peristaltic Day 399.60$ 1306 Pump, 3”, Petroleum Day 121.20$ 1307 Pump, 3”, Chemical Day 336.00$ 1312 Pump, 3”, Hydraulic (Archimedes/MT30) w/power pack Day 1,890.00$ 1308 Pump, 4”, Petroleum Day 199.20$ 1309 Pump, 4”, Petro-Submersible Day 369.60$ 1324 Pump, Fire, 1800gpm 150psi Day 1,953.60$ 1325 Pump, Sludge Day 867.60$ 1310 Pump, 5”- 6”, Petroleum Day 510.00$ 1316 Pump, Double Diaphragm, Stainless Steel, 1” Day 265.20$ 1317 Pump, Double Diaphragm, Stainless Steel, 2”Day 384.00$ Hoses_Pipes_Fittings UoM Rate 1405 Guzzler/Air Mover Vacuum Breaker Day 34.80$ 1406 Guzzler/Air Mover/Jetter Fittings (elbows, tees, etc.)Day/Each 10.80$ 1415 Hose, Discharge (lay flat), 2”50 Ft/Day 14.40$ 1416 Hose, Discharge (lay flat), 3”50 Ft/Day 16.20$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 1417 Hose, Discharge (lay flat), 4” 50 Ft/Day 20.40$ 1418 Hose, Discharge (lay flat), 6”50 Ft/Day 34.80$ 1401 Hose, Fire, 1.5”50 Ft/Day 20.40$ 1402 Hose, Fire, 2.5”50 Ft/Day 32.40$ 1403 Hose, Guzzler/Air Mover, Flex or Pipe, 4” Ft/Day 5.40$ 1404 Hose, Guzzler/Air Mover, Flex or Pipe, 6”Ft/Day 6.60$ 1420 Hose, Hydraulic 50 Ft/Day 28.80$ 1428 Hose, Hydroblaster, up to 20,000 psi 50 Ft/Day 96.00$ 1407 Hose, Pneumatic 50 Ft/Day 14.40$ 1429 Hose, Pressure Washer, up to 6,000 psi 50 Ft/Day 26.40$ 1408 Hose, Suction & Discharge, 2”, Petro 25 Ft/Day 20.40$ 1409 Hose, Suction & Discharge, 2”, Chemical 25 Ft/Day 38.40$ 1410 Hose, Suction & Discharge, 3”, Petro 25 Ft/Day 28.80$ 1411 Hose, Suction & Discharge, 3”, Chemical 25 Ft/Day 57.60$ 1412 Hose, Suction & Discharge, 4”, Petro 25 Ft/Day 39.60$ 1413 Hose, Suction & Discharge, 4”, Chemical 25 Ft/Day 75.60$ 1414 Hose, Suction & Discharge, 6”, Petro 25 Ft/Day 51.60$ 1424 Hose, Teflon, 1” Rubber Jacketed or 2” Stainless Braid Ft/Day 45.60$ 1419 Hose, Wash, up to 1”50 Ft/Day 14.40$ Safety UoM Rate 1701 Air Sampling Kit (tubes add’l)Day 52.80$ 1702 Chest or Hip Waders, Insulated Cooling Vests Day 34.80$ 1726 Cylinder Containment Device Day 2,304.00$ 1704 Eyewash Station Day 45.60$ 1705 Drager CMS Meter Day 258.00$ 1706 Floatation Work Suit Day 60.00$ 1707 Floatation Work Vest, PFD Day 14.40$ 1710 Harness (including Lanyard or SRL)Day 30.00$ 1735 Head Lamps Day 7.20$ 1730 Hazcat Kit Day 180.00$ 1734 Kendrick Extrication Device (KED)Use 228.00$ 1733 Manometer Day 108.00$ 1711 Meter, 4EC Radiation Day 444.00$ 1712 Meter, LEL/O2/H2S/CO Day 174.00$ 1725 Meter, LEL/O2/H2S/CO/PID Day 288.00$ 1713 Meter, Jerome Mercury Day 696.00$ 1723 Meter, Lumex Mercury Day 980.40$ 1714 Meter, Personal / Gillian, Single/4-gas Each/Day 48.00$ 1715 Meter, Personal / Particulate Monitoring Day 192.00$ 1716 Meter, PID Day 234.00$ 1717 Mercury Vacuum (consumables add’l)Day 864.00$ 1724 Remote Drum Drilling Unit Day 691.20$ 1736 Rescue Gear, SKED Day 30.00$ 1737 Rescue Gear, Stokes Basket Day 18.00$ 1708 Respirator, Full Face (cartridges add’l)Day 33.00$ 1709 Respirator, Half Face (cartridges add’l)Day 27.60$ 1719 SCBA or Egress Bottles w/ lines Day/Each 164.40$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 1729 SCBA or Egress Bottles w/ lines, Refill Day/Each 36.00$ 1731 Shin and Metatarsal Guards, Aluminum Day 102.00$ 1720 Six Pack / Regulated Air Supply (includes up to 300’ airline) Day 384.00$ Dispersants_Aircraft UoM Rate 1901 Pilot Day 2,220.00$ 1902 Co-Pilot Day 1,950.00$ 1903 Trained Aerial Observer (Spotter)Day 1,776.00$ 1904 Air Boss Day 1,440.00$ 1905 System Operator Day 1,440.00$ 1906 Airplane Mechanic Hour 114.00$ 1908 Douglas DC-3 (BT-67) Spray Aircraft (includes first Air Crew)Hour 6,660.00$ 1909 Douglas DC-4 Spray Aircraft (includes first Air Crew)Hour 9,480.00$ 1910 Douglas DC-6 Spray Aircraft (includes first Air Crew)Hour 10,530.00$ 1911 Spotter Aircraft (includes first Air Crew)-$ 1912 Dispersant Loading pumps Day 571.20$ 1913 Dispersant (Applied / Standby)-$ 1914 Portable Dispersant Spray System Day 2,854.80$ BAGS_SHEETING UoM Rate M100 Bulk Bag, 1 yard Each 68.40$ M101 Plastic Bag, 36” x 60”, 6 mil, 50/roll or box Roll/Box 156.00$ M102 Plastic Bag, 36” x 60” (drum liner)Each 6.00$ M103 Roll Off Bin Liner Each 66.00$ M104 Sheeting, 20’ to 32’ x 100’, 10 mil Roll 198.00$ M105 Sheeting, 20’ to 32’ x 100’, 6 mil Roll 134.40$ M110 Sheeting, 8' to 20' x 100’, 4 mil Roll 84.00$ M111 Sheeting, 20’ x 100’, Flame Retardant, 6 mil Roll 102.00$ M112 Sheeting, 12’ x 100’, Flame Retardant, 6 mil Roll 60.00$ CLEANERS UoM Rate M205 Cleaner, Hand, 14 oz. tub n Each 9.00$ M200 Cleaner, Hand, 1 gallon Each 42.00$ M201 Cleaner, Marine/Industrial (Simple Green or equivalent)Gallon 30.00$ M202 Bleach Gallon 8.40$ M204 Decon Solvent (HD Citrus Degreaser, Penetone, PES-51) Gallon 96.00$ M211 Disinfectant (IPA, Misty Biodet, Sporicidin, Zep DZ-7 ) Gallon 60.00$ M209 Encapsulant Solution Gallon 72.00$ M208 Hydrogen Peroxide Fogging Aerosol Gallon 79.20$ M210 Mastic Remover Gallon 18.00$ M207 Mercury Cleaning Solution Gallon 78.00$ M206 Mercury Vapor Suppressant Pound 40.80$ M212 VOC Suppressant (BioSolve, Gold Crew) Gallon 102.00$ CONTAINERS UoM Rate M318 1 Gallon, Poly Pail Each 15.60$ M301 5 Gallon, Bucket w/ Lid Each 22.20$ M313 5 Gallon, Plastic Carboy Each 39.60$ M302 10-15 Gallon, Steel Each 93.60$ M319 15 Gallon, Poly Each 78.00$ M303 20 Gallon, Open Top, Steel Each 81.60$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D M304 30 Gallon, Open or Close Top, Refurbished Each 90.00$ M320 30 Gallon, Open or Close Top, Steel, New Each 114.00$ M305 55 Gallon, Close Top, Steel, Refurbished Each 78.00$ M314 55 Gallon, Close Top, Steel, New Each 114.00$ M306 55 Gallon, Open Top, Steel, Refurbished Each 80.40$ M315 55 Gallon, Open Top, Steel, New Each 114.00$ M316 55 Gallon, Open or Close Top, Poly, Refurbished Each 81.60$ M307 55 Gallon, Open or Close Top, Poly, New Each 106.80$ M308 85 Gallon, Overpack, Unlined, Black Each 282.00$ M309 85 Gallon, Overpack, Lined, Yellow Each 330.00$ M310 95 Gallon, Overpack, Poly Each 348.00$ M317 275-300 Gallon, Liquid Tote, DOT, Recon Each 276.00$ M311 275-300 Gallon, Liquid Tote, DOT, New Each 522.00$ M321 Fluorescent Tube Disposal Container, 4’Each 45.60$ M322 Fluorescent Tube Disposal Container, 8’Each 81.60$ M312 Triwall Box, Cubic Yard, DOT Approved Each 198.00$ SAFETY_MATERIALS UoM Rate M400 Acid Suit, 1 Piece Each 104.40$ M401 Boot, Steel Toed, PVC/Nitrile Pair 37.20$ M442 Face Shield Each 15.60$ M402 Glove, Work Glove Pair 7.20$ M403 Glove, Inner, Cotton, Latex or Nitrile Pair 3.00$ M404 Glove, Inner, Cotton, Latex or Nitrile 50/Box 42.00$ M405 Glove, Silver Shield Pair 9.00$ M406 Glove, Medium Duty, PVC Pair 6.00$ M407 Glove, Heavy Duty, PVC Pair 10.80$ M620 Negative Air Exhaust Consumables Change Out Each 210.00$ M513 Orange Construction Fence, 4’x100’Roll 84.00$ M641 Pallet Each 20.40$ M607 Petro Flag Test Kit Per Test 42.00$ M408 Glove, Heavy Duty, Butyl Rubber Pair 39.60$ M409 Hard Hat Each 32.40$ M410 Overboot, Disposable Pair 10.20$ M446 PBI / FR Cotton / Nomex Coveralls (replacement)Each 396.00$ M426 Protective Gear Level B Each 518.40$ M427 Protective Gear Level B, Change Each 345.60$ M428 Protective Gear Level C Each 98.40$ M429 Protective Gear Level C, Change Each 64.80$ M430 Protective Gear Level D Each 45.00$ M431 Protective Gear Level D, Change Each 26.40$ M432 Rain Gear, 2 Piece Set 24.00$ M445 Rescue Rope, Lifeline or Tagline, 10'Each 16.80$ M433 Respirator, Cartridge, Single, OV, Acid Gas, P100 Pair 32.40$ M443 Respirator Cartridges, Combo Pair 44.40$ M434 Respirator, Cartridge, Mercury/chlorine Pair 62.40$ M436 Safety Eyewear Each 9.60$ M438 Safety Vest Each 33.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D M444 Thermo Pro Each 518.40$ M439 Tyvek Suit, Saran-Coated, Disposable Each 45.60$ M440 Tyvek Suit, Uncoated, Disposable Each 14.40$ M441 Tyvek Suit, Poly-Coated, Disposable Each 16.80$ SORBENTS UoM Rate M500 Absorbent, Chemical Stabilizer, 35 lb Bag 162.00$ M501 Absorbent, Absorb X Bag 38.40$ M502 Floor Dry 25 lb Bag 15.00$ M503 Neutralizer (citric acid)Bag 180.00$ M520 Neutralizer (ash or bicarbonate)Bag 42.00$ M519 Neutralizer, Liquid Gallon 46.80$ M504 Oil Snare on Rope, 50 ft/Bag Bag 174.00$ M505 Oil Snare, 30/Carton Carton 144.00$ M506 Sorbent Boom 5” x 10’, 4/Bale Bale 118.80$ M507 Sorbent Boom 8” x 10’, 4/Bale Bale 230.40$ M508 Sorbent Roll, SXT 638, 38” x 144’ x 3/8”Roll 212.40$ M509 Sorbent Sheet 17” x 19” x 3/8”, 100/Bale Bale 86.40$ M510 Sorbent Sweep 17” x 100’ x 3/8”Each 150.00$ M514 Straw Wattles, 25 ft/Roll Roll 60.00$ M512 Universal Pads, 11"x13" or equivalent, 50/Bale Bale 117.60$ M511 Vermiculite, 4 cu.ft. /Bag Bag 39.60$ MISCELLANEOUS UoM Rate M627 Abatement Supplies (scrapers, mop-heads, etc.)Each 15.00$ M621 Air Mover Dry Filter Sock Each 22.80$ M600 Banner Tape, 3” Roll 26.40$ M638 Brake Cleaner Can 12.00$ M619 Catch Basin Filter Each 62.40$ M626 Chemtape Roll 46.80$ M601 Cotton Rags, 25 lb Box/Bale Each 66.00$ M602 Decon Pool, Small Personnel Each 39.60$ M617 Flex Hose, Consumable, 4”Foot 4.80$ M618 Flex Hose, Consumable, 6”Foot 6.00$ M628 Floor Buffer Pads Each 57.60$ M604 Duct Tape, 2”Roll 10.80$ M639 Glue (3M Aerosol)Can 18.00$ M622 HEPA Vacuum Consumables, Standard Each 66.00$ M625 HEPA vacuum Consumables, Tornado Filter Each 288.00$ M623 HEPA Vacuum Consumables, Complete Each 540.00$ M631 Lead Paint Field Screening Test Kit - 5 Tests Each 50.40$ M640 Ice, 7 lb Bag Each 8.40$ M629 Masking Tape, 3”Roll 12.00$ M606 Mercury Vacuum Consumables Change Out Each 86.40$ M632 pH Strips Package 33.60$ M612 Photo Documentation, Disposable or Digital Each 40.20$ M613 Poly Rope, 600’, up to 1/2”Roll 104.40$ M630 Scrubbing Pads Each 6.00$ M603 Sampling Tubes and Supplies Each 24.00$ PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D M614 Sand Bags, Filled Each 13.20$ M633 Silt Fence, 100'Roll 126.00$ M616 Sprayer, Hand Held (Hudson), 3 gallon Each 64.80$ M801 Water, Drinking, 24/case Case 16.80$ M850 Mileage for Car (M850 + Eq Item#)Mile 1.20$ M851 Mileage for Trucks/Vans (M851+ Eq Item#)Mile 1.80$ M852 Mileage for Commercial Trucks (M852+Eq Item#)Mile 2.10$ M860 Equipment Fuel (Gasoline) (M860 + Eq Item#)Gallon 9.00$ M870 Equipment Fuel (Diesel) (M870+ Eq Item#)Gallon 9.00$ M872 Equipment Grease, up to 14 oz cartridge Each 14.40$ M871 Propane Cylinder, up to 35 lb Each Use 72.00$ M880 Bridge Toll, Vehicle, 2 axle Each CBC M881 Bridge Toll, Vehicle w/ Trailer, 3 axle Each CBC M881 Bridge Toll, Vehicle w/ Semi-Tractor, 4 axle Each CBC M882 Bridge Toll, Semi w/ Trailer, 5 axle Each CBC PSA24-2268TRAN Exhibit "B" (Cont.) DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Willis Towers Watson Insurance Services West, Inc.c/o 26 Century BlvdP.O. Box 305191Nashville, TN 372305191 USA Republic Services, Inc.NRC Environmental Services Inc.9520 10th South, Suite 150Seattle, WA 98108 Re: All Projects.Agreement Number : PSA19-518GS The following provisions apply when required by written contract. As used below, the term certificate holder alsoincludes any person or organization that the insured has become obligated to include as a result of an executedSEE ATTACHED City of Carlsbad/CMWDDepartment of Property & Environmental MgtAttn: Jason Kennedy5750 Orion StreetCarlsbad, CA 92010 06/29/2023 1-877-945-7378 1-888-467-2378 certificates@willis.com ACE American Insurance Company 22667 ACE Property & Casualty Insurance Company Indemnity Insurance Company of North Ameri 20699 43575 Illinois Union Insurance Company 27960 ACE Fire Underwriters Insurance Company 20702 W29462609 A 5,000,000 5,000,000 5,000,000 30,000,000 20,000,000 Y Y HDO G47334433 06/30/2023 06/30/2024 A 10,000,000 06/30/202406/30/2023YYISA H10735786 B 10,000,000 10,000 Y Y XEU G46782148 007 06/30/2023 06/30/2024 10,000,000 WLR C50710397CY 3,000,000No06/30/2023 06/30/2024 3,000,000 3,000,000 A OH XS Workers' Compensation Each AccidentWCU C50710555 06/30/2023 06/30/2024 Each Emp for Disease Y Annual Aggregate 303295324332696SR ID:BATCH: $4,000,000 $4,000,000 $4,000,000 Willis Towers Watson Certificate Center Page 1 of 3DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D ACORD® I ~ ~ I X ~ □ IBJ ~ ~ Fl IBJ IBJ ~ X ~ ~ ~ ~ ~ X ~ I X I X I I I □ ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Republic Services, Inc.NRC Environmental Services Inc.9520 10th South, Suite 150Seattle, WA 98108 contract or agreement.GENERAL LIABILITY:Certificate holder is Additional Insured including on-going and completed operations when required by writtencontract. Coverage is primary and non-contributory when required by written contract.Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY:Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributorywhen required by written contract.Waiver of Subrogation in favor of the certificate holder is included when required by written contract. UMBRELLA:Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributorywhen required by written contract.Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY:Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowedby state law. Stop gap coverage for ND and WA is covered under policy no. WLR C50710397 and stop gap coverage for OH is coveredunder policy no. WCU C50710555. TEXAS EMPLOYERS EXCESS INDEMNITY INSURANCE:Insured is a registered non-subscriber to the Texas Workers Compensation Act. Insured has filed an approved IndemnityPlan with the Texas Department of Insurance which offers an alternative in benefits to employees rather than thetraditional Workers Compensation Insurance in Texas. The excess policy (#TNS C66934172) shown on this certificateprovides excess Indemnity and Employers Liability coverage for the approved Indemnity Plan. Contractual Liability is included in the General Liability and Automobile Liability coverage forms. The GeneralLiability and Automobile Liability policies do not contain endorsements excluding Contractual Liability.Separation of Insured (Cross Liability) coverage is provided to the Additional Insured, when required by writtencontract, per the Conditions of the Commercial General Liability Coverage form and the Automobile Liability Coverageform. Please note Pollution and Professional Liability requests should be directed to and expected separately fromRepublic@alliant.com. Additional Insured: City of Carlsbad. 2 3 Willis Towers Watson Insurance Services West, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W29462609CERT:3032953BATCH:24332696SR ID: DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D I ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Republic Services, Inc.NRC Environmental Services Inc.9520 10th South, Suite 150Seattle, WA 98108 INSURER AFFORDING COVERAGE: Illinois Union Insurance Company NAIC#: 27960POLICY NUMBER: TNS C66934172 EFF DATE: 06/30/2023 EXP DATE: 06/30/2024 SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT:Texas Excess Indemnity & Each Accident $5,000,000Employer's Liability Each EE for Disease $5,000,000 Policy Aggregate $5,000,000 INSURER AFFORDING COVERAGE: ACE Fire Underwriters Insurance Company NAIC#: 20702POLICY NUMBER: SCF C5071049A EFF DATE: 06/30/2023 EXP DATE: 06/30/2024 SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT:Workers Compensation & EL Each Accident $3,000,000Employers Liability EL Disease - EA Empl. $3,000,000Per Statute EL Disease - Pol Lmt. $3,000,000 INSURER AFFORDING COVERAGE: ACE American Insurance Company NAIC#: 22667POLICY NUMBER: WLR C50710324 EFF DATE: 06/30/2023 EXP DATE: 06/30/2024 SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT:Workers Compensation & EL Each Accident $3,000,000Employers Liability EL Disease - EA Empl. $3,000,000Per Statute EL Disease - Pol Lmt. $3,000,000 3 3 Willis Towers Watson Insurance Services West, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W29462609CERT:3032953BATCH:24332696SR ID: DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D I 2023 Named Insureds: REPUBLIC SERVICES, INC. Southern Waste Services, Inc. US ECOLOGY, INC. Specialized Response Solutions, L.P. Eagle Construction and Environmental Services, LLC (formerly named: SWS Environmental, LLC) TMC Services, Inc. ENVIRITE OF ILLINOIS, INC. US Ecology Alaska, LLC (formerly named: NRC Alaska, LLC) ENVIRITE OF OHIO, INC. US Ecology Burlington, Inc. (formerly named: Enpro Services of Vermont, Inc.) ENVIRITE OF PENNSYLVANIA, INC. US Ecology Energy Waste Disposal Services, LLC ENVIRITE TRANSPORTATION LLC US Ecology Group Holdings Corp. (formerly named: NRC Group Holdings Corp.) EQ DETROIT, INC. US Ecology Group Holdings, LLC (formerly named: NRC Group Holdings, LLC) EQ DETROIT, INC. US Ecology Holdings Group, Inc. (formerly named: ENPRO Holdings Group, Inc.) EQ HOLDINGS, INC. US ECOLOGY HOLDINGS, INC. EQ INDUSTRIAL SERVICES, INC. US Ecology Holdings, LLC (formerly named: JFL-NRC Holdings, LLC) EQ INDUSTRIAL SERVICES, INC. US ECOLOGY HOUSTON, INC. EQ INDUSTRIAL SERVICES, INC. US ECOLOGY IDAHO, INC. EQ INDUSTRIAL SERVICES, INC. US ECOLOGY ILLINOIS, INC. EQ INDUSTRIAL SERVICES, INC. US Ecology Karnes County Disposal, LLC EQ METALS RECOVERY LLC US ECOLOGY LIVONIA, INC. (formerly named: EQ The Environmental Quality Company) EQ NORTHEAST, INC. US ECOLOGY MICHIGAN, INC. (formerly named: Dynecol, Inc.) EQ PARENT COMPANY, INC. US ECOLOGY NEVADA, INC. MICHIGAN DISPOSAL, INC. US ECOLOGY ROMULUS, INC. (formerly named: EQ Resource Recovery, Inc.) National Response Corporation US ECOLOGY SULLIGENT, INC. (formerly named: EQ Alabama, Inc.) National Response Corporation US ECOLOGY TAMPA, INC. (formerly named: EQ Florida, Inc.) Natl Response Corporation of Puerto Rico US ECOLOGY TAYLOR, INC. (formerly named: Vac-All Service, Inc.) NRC East Environmental Services, Inc. US ECOLOGY TEXAS, INC. NRC Environmental of Maine, Inc. US Ecology Thermal Services, Inc. NRC Environmental Services Inc. US ECOLOGY TRANSPORTATION SOLUTIONS, INC. NRC Gulf Environmental Services, Inc. (formerly named: Progressive Environmental Services, Inc) US ECOLOGY TULSA, INC. (formerly named: EQ Oklahoma, Inc.) NRC Intermediate Int. Holding Company, LLC US Ecology US Holding Company, LLC (formerly named: NRC US Holding Company, LLC) NRC NY Environmental Services, Inc. (formerly named: OP-TECH Environmental Services, Inc.) US ECOLOGY VERNON, INC. NRC Payroll Management LLC US ECOLOGY WASHINGTON, INC. OSRV Holdings, Inc. US ECOLOGY WINNIE, LLC Quail Run Services, LLC WAYNE DISPOSAL, INC. RTF Romulus, LLC CANADA: USE Canada Holdings, Inc. CANADA: US Ecology Stablex Holdings, Inc. CANADA: US Ecology Canada Inc. /Les Solutions Environnementales US Ecology Canada Inc. MEXICO: National Response Corporation Mexico NRC, S. de R.L. de C.V. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 11 CG 20 10 10 01 © ISO Properties, Inc.,2000 Page 1 of 1 POLICY NUMBER:HDO G47334433 Endorsement Number:190 COMMERCIAL GENERAL LIABILITYCG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES ORCONTRACTORS – SCHEDULED PERSON ORORGANIZATIONADDITIONAL INSURED – OWNERS, LESSEES ORCONTRACTORS – SCHEDULED PERSON ORORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:Any Owner, Lessee or Contractor whom you have agreed to include as an additionalinsured under a written contract requiring CG2010 (1001), provided such contract was executed prior to the date of loss. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A.Section II –Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule,but only with respect to liability arising out of your ongoingoperations performed for that insured. B.With respect to the insurance afforded to these additional insureds,the following exclusion is added: 2.Exclusions This insurance does not apply to "bodily injury"or "property damage"occurringafter: (1)All work,including materials,parts or equipmentfurnishedinconnectionwithsuchwork,on theproject(other than service,maintenance orrepairs)to be performed by or on behalf of theadditionalinsured(s)at the site of the coveredoperations has been completed; or (2)That portion of "your work"out of which the injuryordamageariseshasbeenputtoitsintendedusebyanypersonororganizationotherthananothercontractororsubcontractorengagedinperformingoperationsforaprincipalasapartofthesameproject. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 9 CG 20 37 10 01 © ISO Properties, Inc.,2000 Page 1 of 1 POLICY NUMBER:HDO G47334433 Endorsement Number:150 COMMERCIAL GENERAL LIABILITYCG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES ORCONTRACTORS – COMPLETED OPERATIONSADDITIONAL INSURED – OWNERS, LESSEES ORCONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:Any Owner, Lessee or Contractor whom you have agreed to include as anadditional insured under a written contract requiring CG2037 (1001), provided such contract was executed prior to thedate of loss. Location and Description of Completed Operations:All locations where you are performing operations for suchadditional insured pursuant to any such written contract. Additional Premium: $Included (If no entry appears above,information required to complete this endorsement will be shown in the Declarations asapplicable to this endorsement.) Section II –Who Is An Insured is amended to include as an insured the person or organization shown in theSchedule,but only with respect to liability arising out of “your work”at the location designated and described in thescheduleofthisendorsementperformedforthatinsuredandincludedinthe“products-completed operationshazard”. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D 16 LD-20287 (06/06)Page 1 of 1 NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDSNON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named InsuredRepublic Services, Inc.Endorsement Number27 Policy SymbolHDO Policy NumberG47334433 Policy Period06/30/2023 to 06/30/2024 Effective Date of Endorsement Issued By (Name of Insurance Company)ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY COVERAGE Schedule Organization Additional Insured Endorsement Any additional insured with whom you have agreed to provide such non-contributory insurance, pursuant to and as requiredunder a written contract executed prior to the date of loss. CG2026; CG2010; CG2037 (If no information is filled in, the schedule shall read: “All persons or entities added as additional insuredsthrough an endorsement with the term “Additional Insured” in the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to Section IV.4.a: If other insurance is available to an insured we cover under any of the endorsements listed or describedabove (the “Additional Insured”) for a loss we cover under this policy, this insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the AdditionalInsured. Authorized Agent DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D I I UTAH WAIVER OF SUBROGATION ENDORSEMENT Schedule Authorized Agent WC 43 03 05 (10/00) Ptd. in U.S.A. Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. Endorsement NumberNamed Insured Policy Number Symbol: Policy Period Issued By (Name of Insurance Company) TO Number: Effective Date of Endorsement Workers' Compensation and Employers' Liability Policy This endorsement applies only to the insurance provided by the policy because Utah is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Sche dule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from u s.) This agreement shall not operate directly or indirectly to benefit anyone not named in the schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties. 1 REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX AZ 85054 WLR C50710397 06-30-2023 06-30-2024 06-30-2023 INDEMNITY INS. CO. OF NORTH AMERICA ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. DocuSign Envelope ID: 45EBBB52-DEE5-4816-8A4F-FA3577BD7C4D