Loading...
HomeMy WebLinkAboutAGR-7567.A - PATRIOT ENVIRONMENTAL SERVICES, INC. - HAZARDOUS MANAGEMENT SERVICESPROFESSIONAL SERVICES AGREEMENT [Hazardous Waste Management Services] THIS PROFESSIONAL SERVICES AGREEMENT (the “Agreement”) is made at Orange, California, on this _____ day of _________________, 2025 (the “Effective Date”) by and between the CITY OF ORANGE, a municipal corporation (“City”), and PATRIOT ENVIRONMENTAL SERVICES, INC., a California corporation (“Contractor”), who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit “A,” which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City’s business and City relies on Contractor’s representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity providing such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhib it "A" to the contrary. The Fire Department Administrative Captain (“City’s Project Manager”), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor’s performance hereunder shall be under the supervision of City’s Project Manager (or his/her designee), that Contractor shall coordinate its services hereunder with City’s Project Manager to the extent required by City’s Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of City’s Project Manager and the City Manager. 2. Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed TEN THOUSAND DOLLARS and 00/100 ($10,000.00) without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Payment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA AGR-7567.A 21st March 2 b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within thirty (30) days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City’s Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work, extension of time, and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City’s Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Designated Persons. Only those qualified persons authorized by City’s Project Manager, or as designated in Exhibit “A,” shall perform work provided for under this Agreement. Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 3 It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit “A,” Contractor shall commence the work provided for in this Agreement within five (5) days of the Effective Date of this Agreement and diligently prosecute completion of the work within three-hundred sixty-five (365) calendar days from such date. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor’s control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 4 conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Contractor shall cause the foregoing paragraphs (a) and (b) to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof, and the officers, officials, agents and employees of City (collectively the “Indemnitees”) entirely harmless from all liability arising out of: (1) Any and all claims under workers’ compensation acts and other employee benefit acts with respect to Contractor’s employees or Contractor’s subcontractor’s employees arising out of Contractor’s work under this Agreement, including any and all claims under any law pertaining to Contractor or its employees’ status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and (2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City’s property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, and as limited by California Civil Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 5 arising out of any claim, loss, injury to or death of persons or damage to property to the extent caused by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers’ compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers’ compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000.00) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of (1) a combined single limit of One Million Dollars ($1,000,000.00); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies) which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein shall be maintained for the duration of the Agreement. Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 6 f. Contractor shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,000,000.00) per claim. Contractor agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten (10) days’ prior written notice to City. i. Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. l. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five (5) days’ written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 7 Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the “records”) pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days’ notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. If the work provided for in this Agreement constitutes a “public works,” as that term is defined in Section 1720 of the California Labor Code, for which prevailing wages must be paid, to the extent Contractor’s employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. c. Contractor represents and warrants that it: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and (2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and (3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 8 without limitation, the completion and maintenance of the Form I-9 for each of Contractor’s employees; and (4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e. Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f. Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee, that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agents and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement, oral or written, pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 9 address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. “CONTRACTOR” “CITY” Patriot Environmental Services, Inc. City of Orange 508 East E St., Unit A 300 E. Chapman Avenue Wilmington, CA 90744 Orange, CA 92866-1591 Attn.: Shawn Ball, Senior VP Industrial Services Attn.: Administrative Staff Captain Telephone: 949-607-6379 Telephone: 714-288-2506 E-Mail: Shawn.Ball@Crystal-Clean.com E-Mail: alauridsen@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. [Remainder of page intentionally left blank; signatures on next page] Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA 10 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. “CONTRACTOR” “CITY” PATRIOT ENVIRONMENTAL SERVICES, CITY OF ORANGE, a municipal corporation INC., a California corporation *By: By: Printed Name: Thomas C. Kisela, City Manager Title: *By: ATTEST: Printed Name: Title: Pamela Coleman, City Clerk APPROVED AS TO FORM: Nathalie Adourian Senior Assistant City Attorney *NOTE: City requires the following signature(s) on behalf of the Contractor: -- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to City. √ Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA Senior Vice President Shawn Ball EXHIBIT “A” SCOPE OF SERVICES [Beneath this sheet.] Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA Front Panel Markets Served Patriot Environmental Services provides expert services to a range of industries. With experienced manpower and specialized equipment, we keep customers operational and in full compliance. From environmental and industrial services to emergency response and remediation, we tailor our services to your industry and needs. Agriculture and Food Construction Government Healthcare Manufacturing Mining Oil and Gas Transportation Utilities You can rely on Patriot Environmental Services for all your environmental, industrial cleaning, emergency response and waste management needs. © 2021 Patriot Environmental Services. | All Rights Reserved 1.800.624.9136 info@patriotenvironmental.com patriotenvironmental.com Contact us now to schedule service, get a quote or learn more. PREPARED AND PROFESSIONAL Leading the way in safety, services and the environment We provide expertise and genuine commitment to quality on every project, no matter the size, market or delivery method. Locations Corporate Headquarters Long Beach, California Address: 508 East E Street Unit A Wilmington, CA 90744 Mailing Address: P.O. Box 1091 Long Beach, CA 90801 Main: 562.436.2614 Fax: 562.436.2688 California Regional Offices Santa Clarita, California 3628 Smith Avenue Acton, CA 91350 Main: 661.287.3737 Fax: 661.287.3998 Bakersfield, California 3701 Pegasus Drive Bakersfield, CA 93308 Main: 661.414.9075 Fax: 661.393.7367 Ontario, California 2151 E. Philadelphia Street Ontario, CA 91761 Main: 909.786.2934 Richmond, California 255 Parr Boulevard Richmond, CA 94801 Main: 510.488.3990 Sacramento, California 5025 Arnold Avenue Building 24 Suite 100 McClellan Park, CA 95652 Main: 916.256.4914 San Diego, California 3464 Pickett Street San Diego, CA 92110 Main: 661.287.3737 Fax: 661.287.3998 Ventura, California 250 S. Hallock Drive Suite 200 Santa Paula, CA 93060 Main: 805.921.1112 Fax: 805.921.0400 Fresno, California 3065 S. Golden State Frontage Road Fresno, CA 93725 Main: 559.354.0850 Anaheim, California 2840 E. Miraloma Avenue Anaheim, CA 92806 Main: 714.790.9196 Orange, California 314 W. Freedom Avenue Orange, CA 92865 Main: 714.921.4545 24 hr Dispatch: 855.666.4299 Bakersfield, California 19421 Creek Road Bakersfield, CA 93314 Main: 661.534.9762 24 hr Dispatch: 855.666.4299 Portland, Oregon 4927 NW Front Ave. Portland, OR 97210 Main: 503.261.9800 24 hr Dispatch: 855.666.4299 Waste Services Las Vegas, Nevada 647 Cape Horn Drive Henderson, NV 89011 Main: 702.566.6636 Portland, Oregon 4927 NW Front Avenue Portland, OR 97210 Main: 503.886.8983 Richland, Washington 2444 Robertson Drive Richland, WA 99354 Main: 509.981.9757 Boyertown, Pennsylvania 1090 N. Reading Avenue Boyertown, PA 19512 Main: 888.377.7455 Nevada Regional Office Oregon Regional Office Washington Regional Office National Response Office Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA PREPARED AND PROFESSIONAL Why Patriot Environmental Services For nearly two decades, Patriot Environmental Services has been providing the highest quality services for the best value, all with the utmost safety in mind. We are, and will always be, prepared and professional. Founded on the values of safety, integrity, sustainability and results, Patriot Environmental Services offers more than just another choice in full-service environmental providers. Beyond providing reliable environmental, industrial and emergency services at competitive rates, we offer insight and alternative solutions by combining the newest technology and resources available, while incorporating the most stringent safety requirements in the industry. The Right Choice for the Right Reasons Patriot Environmental Services will arrive professionally prepared with the safest, most effective and efficient solution to each task under all conditions. We work daily in our industry and respond 24 hours a day to the needs of each client. Patriot remains steadfast in our attention to detail while aligning ourselves with the goals and safety commitment of all of our clients. We continue to deliver comprehensive, cost-effective and safety-driven solutions even under the most challenging conditions. Patriot Environmental Services ensures clients are prepared for virtually all spill response eventualities and other environmental-related needs and that we respond swiftly and effectively whenever and wherever emergencies occur. We lead the industry in exceeding the most current health and safety requirements, operating policies and procedures, participating in PICS, ISNetworld, NCMS, and ASAP assessing and auditing programs. Environmental Services Delivered Quickly, Safely and In Full Compliance • Field Services • Industrial Services • Remediation Services • OSRO-Oil Spill Response • Emergency Response Customized Waste Services Capabilities that Meet Every Need • Hazardous Waste Management • Wastewater Treatment • Oilfield Sludge & Mud Management • Waste Transportation National Response Services Delivered Across the Country • Biological Decontamination • Emergency Spill Response & Preparedness • Disaster Response & Recovery • Consolidated Project Management Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA PREPARED AND PROFESSIONAL Why Patriot Environmental Services For nearly two decades, Patriot Environmental Services has been providing the highest quality services for the best value, all with the utmost safety in mind. We are, and will always be, prepared and professional. Founded on the values of safety, integrity, sustainability and results, Patriot Environmental Services offers more than just another choice in full-service environmental providers. Beyond providing reliable environmental, industrial and emergency services at competitive rates, we offer insight and alternative solutions by combining the newest technology and resources available, while incorporating the most stringent safety requirements in the industry. The Right Choice for the Right Reasons Patriot Environmental Services will arrive professionally prepared with the safest, most effective and efficient solution to each task under all conditions. We work daily in our industry and respond 24 hours a day to the needs of each client. Patriot remains steadfast in our attention to detail while aligning ourselves with the goals and safety commitment of all of our clients. We continue to deliver comprehensive, cost-effective and safety-driven solutions even under the most challenging conditions. Patriot Environmental Services ensures clients are prepared for virtually all spill response eventualities and other environmental-related needs and that we respond swiftly and effectively whenever and wherever emergencies occur. We lead the industry in exceeding the most current health and safety requirements, operating policies and procedures, participating in PICS, ISNetworld, NCMS, and ASAP assessing and auditing programs. Environmental Services Delivered Quickly, Safely and In Full Compliance • Field Services • Industrial Services • Remediation Services • OSRO-Oil Spill Response • Emergency Response Customized Waste Services Capabilities that Meet Every Need • Hazardous Waste Management • Wastewater Treatment • Oilfield Sludge & Mud Management • Waste Transportation National Response Services Delivered Across the Country • Biological Decontamination • Emergency Spill Response & Preparedness • Disaster Response & Recovery • Consolidated Project Management Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA PREPARED AND PROFESSIONAL Why Patriot Environmental Services For nearly two decades, Patriot Environmental Services has been providing the highest quality services for the best value, all with the utmost safety in mind. We are, and will always be, prepared and professional. Founded on the values of safety, integrity, sustainability and results, Patriot Environmental Services offers more than just another choice in full-service environmental providers. Beyond providing reliable environmental, industrial and emergency services at competitive rates, we offer insight and alternative solutions by combining the newest technology and resources available, while incorporating the most stringent safety requirements in the industry. The Right Choice for the Right Reasons Patriot Environmental Services will arrive professionally prepared with the safest, most effective and efficient solution to each task under all conditions. We work daily in our industry and respond 24 hours a day to the needs of each client. Patriot remains steadfast in our attention to detail while aligning ourselves with the goals and safety commitment of all of our clients. We continue to deliver comprehensive, cost-effective and safety-driven solutions even under the most challenging conditions. Patriot Environmental Services ensures clients are prepared for virtually all spill response eventualities and other environmental-related needs and that we respond swiftly and effectively whenever and wherever emergencies occur. We lead the industry in exceeding the most current health and safety requirements, operating policies and procedures, participating in PICS, ISNetworld, NCMS, and ASAP assessing and auditing programs. Environmental Services Delivered Quickly, Safely and In Full Compliance • Field Services • Industrial Services • Remediation Services • OSRO-Oil Spill Response • Emergency Response Customized Waste Services Capabilities that Meet Every Need • Hazardous Waste Management • Wastewater Treatment • Oilfield Sludge & Mud Management • Waste Transportation National Response Services Delivered Across the Country • Biological Decontamination • Emergency Spill Response & Preparedness • Disaster Response & Recovery • Consolidated Project Management Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA Locations Waste Services Anaheim, California 2840 E. Miraloma AvenueAnaheim, CA 92806 Main: 714.790.9196 Orange, California 314 W. Freedom AvenueOrange, CA 92865 Main: 714.921.454524hr Dispatch: 855.666.4299 Portland, Oregon 4927 NW Front AvenuePortland, OR 97210 Main: 503.261.980024hr Dispatch: 855.666.4299 Bakersfield, California 19421 Creek RoadBakersfield, CA 93314 Main: 661.534.976224hr Dispatch: 855.666.4299 California Regional Offices Santa Clarita, California 3628 Smith AvenueActon, CA 91350 Main: 661.287.3737Fax 661.287.3998 Sacramento, California 5025 Arnold Avenue, Bldg 24Suite 100McClellan Park, CA 95652Main: 916.256.4914 Bakersfield, California 3701 Pegasus DriveBakersfield, CA 93308 Main: 661.414.9075Fax 661.393.7367 San Diego, California 197 Vernon WayEl Cajon, CA 92020 Main: 661.287.3737Fax: 661.287.3998 Richmond, California 255 Parr BoulevardRichmond, CA 94801 Main: 510.488.3990 Fresno, California 4370 E. Absolut AvenueFresno, CA 93725 Main: 559.354.0850 Ontario, California 2151 E. Philadelphia StreetOntario, CA 91761 Main: 909.786.2934 Ventura, California 250 S. Hallock Drive, Suite 200Santa Paula, CA 93060 Main: 805.921.1112Fax: 805.921.0400 Corporate Headquarters Long Beach, California Address:1250 E. 23rd StreetSignal Hill, CA 90755 Mailing Address:P.O. Box 1091Long Beach, CA 90801 Main: 562.436.2614Fax: 562.436.2688 Oregon Regional Office Arizona Regional Offices 4927 NW Front AvenuePortland, OR 97210 Main: 503.886.8983 1415 E. University DrivePhoenix, AZ 85040 Main: 480.865.2495 Portland Phoenix Nevada Regional Offices Washington Regional Offices 647 Cape Horn DriveHenderson, NV 89011 Main: 702.566.6636 Las Vegas, NV 2302 Larkin CircleSparks, NC 89431 Main: 888.377.7544 Reno, NV 3605 E. Rowan AvenueSpokane, WA Main: 509.655.8676 Spokane, WA 2444 Robertson DriveRichland, WA 99354 Main: 509.981.9757 Richland, WA Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA Patriot Environmental Services www.patriotenvironmental.com 24 Hour Emergency Response Line (800) 624-9136 CORPORATE HEADQUARTERS 1250 E. 23rd St Signal Hill, CA 90755 (562) 436-2614 CA REGIONAL LOCATIONS Bakersfield Fresno Long Beach/Los Angeles Ontario Richmond Sacramento San Diego Santa Clarita Ventura/Santa Paula NV REGIONAL LOCATIONS Las Vegas Reno AZ REGIONAL LOCATIONS Phoenix OREGON REGIONAL LOCATION Portland WASHINGTON REGIONAL LOCATION Richland Spokane “Prepared and Professional” Patriot Environmental Services strives to be the premier provider of comprehensive environmental services in the southwestern United States to accomplish Patriots’ mission we employ talented, reliable individuals with extensive and broad-ranged experiences, and provide them with the tools and technology necessary to meet client needs. Patriot will ensure that the services and technique provided will be efficient and effective in any situation, on land or on the water. Every client will receive the highest-level attention to his or her individual needs. Patriot's clients know that the company is prepared, available, and reliable … no matter when or where we are called upon. Surcharge fee of 15% shall be applied to all invoices and subject to both labor and materials less taxes. JANUARY 1, 2024 RAPID RESPONSE FEE SCHEDULE Customer Class Code: 00.0124.01 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA PERSONNEL LABOR STRAIGHT TIME OVERTIME PREMIUM TIME CODE DESCRIPTION PER HOUR PER HOUR PER HOUR SP Senior Project Manager 223.75 258.75 295.75 PM Project Manager 185.00 222.00 258.75 CH Chemist / Industrial Hygenist 185.00 222.00 258.75 HS Health & Safety Manager 148.00 185.00 222.00 AM Assistant Project Manager 148.00 185.00 222.00 HM Hazardous Material Specialist 111.25 166.50 216.50 FS Field Supervisor 111.25 166.50 216.50 HT Hazardous Material Technician 96.00 144.75 191.00 SF Site Foreman 88.75 133.50 177.75 CR Confined Space Rescue Technician 88.75 133.50 177.75 EO Equipment Operator 88.75 133.50 177.75 UL Union Labor 88.75 133.50 177.75 TD Truck Driver 81.50 121.75 163.00 VO Vessel Operator 81.50 121.75 163.00 TE Technician 74.00 111.50 148.00 Notes: 7. Surcharge fee of 15% shall be applied to all invoices and subject to both labor and materials less taxes. Minimum call out is 4 hours per person. Straight Time - Monday through Friday from 0700-1500, including chargeable 1/2 hour meal break. Overtime - All other hours Monday through Friday (up to 12 consecutive working hours) and the 1st 8 hours on Saturday. Premium Time - After 12 consecutive working hours Monday through Friday, all subsequent hours on Saturday and all hours on Sunday & Holidays. Billing Rate in effect until a minimum 6 hour break is provided. Rate categories apply to personnel working during specified time of day regardless of the number of hours worked for the Client on that or the cost of the subcontractor's services plus an administrative charge of twenty percent (20%) of the cost of these services. particular day. 1. Minimum call out for out of area projects is 8 hours per person. 2. Personnel time charges begin with equipment and personnel mobilization at the time of the call out. Time charges terminate at the conclusion of the operation, which includes transportation back to Patriot Environmental Operations Center and any necessary 4. Surcharges may apply to cover unanticipated costs resulting from circumstances beyond the control of Patriot. meals are $60.00 per person per day. Crew lodging rates are $175.00 per person per day. For some areas, higher rates may apply. Subcontractors' services will be listed on the Patriot Daily Work Report. Client agrees not to contact Patriot's subcontractors, directly or indirectly (including through agents), to attempt to secure the subcontractor's services for work to complete the Services, except through Patriot, or to seek to induce the Subcontractors to violate the terms of their agreements with Patriot. 3. Outside services for any incidental costs for all emergency response personnel are charged at cost plus 20%. Per diem charges for decontamination and/or repair of equipment. Personnel are charged in half-hour increments. 5. Commercial transportation for Patriot employees will be reimbursed at Patriot cost plus twenty (20%). 6. Services shall be performed by employees of Patriot, or its subcontractors who will be controlled and under the sole authority of Patriot, and who will be compensated for performance of the services directly by Patriot under the terms and conditions of their agreements with Patriot. Patriot will be responsible for the qualification of any subcontractors used to perform services on behalf of client. Client will be billed for services by Patriot's subcontractors at the greater of the rates listed in the Patriot Fee Schedule of Services January 1, 2023 Page 2 of 9 PERSONNEL-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA EQUIPMENT DESCRIPTION ITEM NUMBER UNIT RATE MARINE RESPONSE EQUIPMENT Contractor Boom, up to 8" x 12"2002 Per Foot/ By Day 4.40 Boom Anchor Set 2004 Day 70.35 Hull Magnets 2006 Day 70.35 Disc Skimmer w/Power Pack 2010 Hour 351.00 Elastec Magnum 4-Drum Skimmer w/Power Pack 2012 Hour 478.55 Skimpak 2014 Hour 83.00 Response Vessel, 30 - 34'2016 Hour 300.00 Response Vessel, 25' - 29'2018 Hour 236.00 Response Vessel, 15' - 24'2020 Hour 192.15 Skiffs w/Outboard, 14' or less 2022 Hour 83.00 Skiffs w/o Outboard, 14' or less 2024 Hour 44.65 Water-Gate Underflow Dam, 28" X 25'2025 Day 257.25 **The above items are subject to a "stand by rate" equal to 1/2 the operating rate EXCAVATION EQUIPMENT Backhoe 2052 Hour 140.75 Backhoe Attachment 2054 Day 325.25 Skidsteer Loader / Bobcat 2056 Hour 118.75 Skidsteer Loader Attachment 2058 Day 221.55 Excavator, Mini 2060 Hour 118.75 Excavator, up to 45,000 lb 2062 Hour 259.00 Excavator, 45,000 lb and up 2064 Hour 310.75 Excavator Attachment 2066 Day 960.75 Loader, 3 Yard Bucket 2068 Hour 222.00 Loader, 5 Yard Bucket 2070 Hour 259.00 Heavy Equipment Delivery/Pickup 2072 Hour 222.00 RESPONSE AND SUPPORT TRAILERS 30' Command Center 2102 Day 739.00 Mobile Incident Command Center 2104 Day 1477.75 Confined Space Rescue Equipment Box 2106 Day 480.50 Emergency Response Logistics Trailer, 48'-53' 2108 Day 665.00 Emergency Response Trailer, 24' or less 2110 Day 480.00 Flatbed Trailer, up to 48'2112 Day 369.50 ATV Trailer 2114 Day 184.75 Boom & Skiff Trailer 2116 Day 147.75 Spray Trailer w/ 200 Gallon Tank 2118 Day 147.75 HEAVY DUTY SUPPORT UNITS 120 Barrel Black Iron Vacuum Tanker 2152 Hour 52.00 120 Barrel Stainless Steel Vacuum Tanker 2154 Hour 59.00 35 - 70 Barrel Black Iron Vacuum Truck 2156 Hour 60.00 35 - 70 Barrel Stainless Steel Vacuum 2158 Hour 68.25 Roll-Off Truck, Single Bin 2160 Hour 52.00 Roll-Off Truck, Double Bin 2162 Hour 5.00 Rocket Launcher 2164 Hour 59.00 January 1, 2023 Page 3 of 9 EQUIPMENT-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA EQUIPMENT DESCRIPTION ITEM NUMBER UNIT RATE Heavy Duty Tractor 2166 Hour 59.00 End Dump 2168 Hour 81.75 Hydro Excavation Unit 2170 Hour 273.00 Vactor/Jetter Combo Unit 2172 Hour 273.00 Guzzler/Air Mover Unit 2174 Hour 273.00 Crane Truck, 10 - 18 Ton 2176 Hour 184.75 Dump Truck, up to 10 yard 2178 Hour 148.00 Water Truck, up to 3,000 gallons 2180 Hour 162.75 TRUCKS/VEHICLES Gear Truck, Less Than 1 ton 2202 Hour 29.75 Gear Truck, 1 Ton - 3 Ton 2204 Hour 37.00 Gear Truck, 3 Ton - 5 Ton 2206 Hour 44.25 Box Truck, ER Equipped 2208 Hour 74.00 15 Passenger Personnel Support Van 2210 Hour 42.00 All Terrain Vehicle 2212 Day 443.50 Utility All Terrain Vehicle 2214 Day 517.50 SUPPORT EQUIPMENT Air Compressor, 100-385 CFM 2252 Day 346.25 Copus Blower, CP-20 2254 Day 236.50 Horn Blower, Venturi 2256 Day 244.25 Mity-Mite Blower, Trailer Mount 2258 Day 1151.75 Pressure Washer, 3,000 PSI - Single Unit 2260 Hour 59.00 Pressure Washer, 3,000 PSI - Double Unit 2262 Hour 81.75 Hydroblaster, 10K 2264 Hour 162.75 Hydroblaster, 20K 2266 Hour 222.00 Hydroblaster, 36K 2268 Hour 295.50 Hydroblaster Attachments 2270 Day 222.00 Mini Guzzler, Trailer Mounted 2272 Hour 111.50 Mini Jetter, Trailer Mounted 2274 Hour 110.50 Mini Roll Off Trailer, Trailer Mounted 2276 Hour 44.25 2" Pump, Petroleum and Chemical 2278 Day 325.25 3" Pump, Petroleum and Chemical 2280 Day 369.75 4" Pump, Petroleum and Chemical 2282 Day 480.50 6" Pump, Petroleum and Chemical 2284 Day 738.75 2"-4" Pump Hose 2286 Foot 2.50 Vactor Flex Hose, 6"2288 Foot 4.50 Drum-Mount Vacuum 2290 Day 184.75 Truck Ramp / Deck Plate 2292 Day 295.50 Drum Dolly 2294 Day 52.00 Chain Saw 2296 Day 81.75 Sawzall 2298 Day 111.00 Weed Wacker 2300 Day 96.75 Lawnmower 2302 Day 111.00 Hand Tools (rake, shovel, broom, squeegee, scraper, Seals )2304 Day 15.00 Ladder, A-Frame and Extension 2306 Day 15.00 January 1, 2023 Page 4 of 9 EQUIPMENT-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA EQUIPMENT DESCRIPTION ITEM NUMBER UNIT RATE Chipping Gun, Pneumatic 2308 Day 62.50 Light Tower 2310 Day 421.25 Demolition Torch 2312 Day 480.50 Cut-Off Saw 2314 Day 184.75 Personnel Decon Station 2316 Day 369.75 Decontamination Pool, 10' x 50'2318 Day 369.75 Decontamination Pool, 100' x 20'2320 Day 960.75 Forklift, 6k - 10k 2322 Day 413.75 Generator, 4 to 7.5 kW 2324 Day 170.00 Jackhammer 2326 Day 332.50 Portable Light, Explosion Proof 2328 Day 74.25 Manlift, up to 60' Boom 2330 Day 1108.25 Manlift, 61'-100' Boom 2332 Day 1625.25 Tanker Rollover Kit 2334 Day 738.75 Pressure Gauge Kit 2336 Day 369.75 TEMPORARY STORAGE EQUIPMENT Roll-Off Bin, 10-40 Cubic Yard 2402 Day 37.00 Storage Tank, 21,000 Gallon 2404 Day 81.75 Storage Tank Containment 2406 Day 44.25 Storage Tank, 6500 Gallon Poly 2408 Day 77.25 Storage Bladder, 126,000 Gallon 2410 Each See Below 9 Storage Bladder, 42,000 Gallon 2412 Each See Below 9 Storage Bladder, 21,000 Gallon 2413 Each See Below 9 Tote Tank, 550 Gallon Stainless Steel 2414 Day 111.50 Tote Tank, 300 Gallon Plastic 2416 Day 103.75 Salvage Cylinder/Coffin 2418 Day 3546.25 COMMUNICATION EQUIPMENT Aerial Drone Camera 2452 Day 665.00 Satellite Phone 2454 Day 591.25 Radio, UHF or VHF 2456 Day 74.00 Radio, Explosion Proof 2458 Day 110.75 SAFETY EQUIPMENT Level A Personal Protective Gear 2502 Day 2068.75 FRC Chemical/Acid Suit, 1-Piece 2504 Day 222.25 Fire Turnout Suits w/ Boots 2506 Day 443.50 Chest/Hip Waders 2508 Day 110.75 Emergency Egress Bottle/Five Minute Escape Pack 2510 Day 74.25 Eyewash Station 2512 Day 52.00 Full Face Respirator 2514 Day 52.00 Harness/Lanyard 2516 Day 29.75 Drager Pump 2518 Day 199.75 LEL/O2/H2S/CO Meter 2520 Day 332.50 LEL/O2/H2S/CO/PID Meter 2522 Day 369.75 H2S Clip 2524 Day 29.75 January 1, 2023 Page 5 of 9 EQUIPMENT-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA EQUIPMENT DESCRIPTION ITEM NUMBER UNIT RATE Supplied Air System 2526 Day 517.50 Mercury Meter - Lumex Meter 2528 Day 1182.00 Mercury Meter - Jerome Meter 2530 Day 738.75 Mercury Vacuum/Hepa Vacuum 2532 Day 960.75 Chlorine Emergency Kit "A"2534 Day 1293.00 Chlorine Emergency Kit "B"2536 Day 1441.00 Chlorine Emergency Kit "C"2538 Day 1736.00 PID/HNU/OVA Meter 2540 Day 295.50 Radiological Meter 2542 Day 369.50 SCBA 2544 Day 266.50 SCBA, Standby Only 2546 Day 147.75 Tripod and Winch 2548 Day 332.75 Traffic Control, Arrow Board 2550 Day 480.50 Traffic Control, Reflective Signs 2552 Day 74.00 Traffic Cones/Delineators 2554 Day 7.75 Notes: 1. Equipment prices do not include fuel, operator, or mobilization to job site. Minimum call out is 4 hours. 2. All charges are portal to portal beginning with equipment mobilization from Patriot Operations Centers and includes all time at the site, whether or not equipment is listed in daily reports or actively utilized. Time charges terminate at the conclusion of the operation, which includes demobilization back to operations centers and completion of any decontamination, re-stocking and or repair. 3. Day rate equipment operated over 12 consecutive hours will be charged 2x the day rate. 4. Projects over 50 miles from Patriot's Office will incur mileage charges of $0.60 per mile per vehicle. 5. Equipment not on price list will be charged per quote. Unless otherwise quoted, equipment not on price list will be charge at cost plus twenty percent (20%). 6. Client agrees to pay Patriot, in accordance with rates contained in this Price List, for any cleaning or repairs necessary to return equipment to the same condition as at the commencement of services. Only Patriot shall perform any cleaning and decontamination operations on all equipment owned, rented or subcontracted by Patriot. 7. All equipment and supplies are subject to a replacement charge at Patriot cost + 20% if damaged, or if decontamination is impossible. 8. Services shall be performed by employees of Patriot, or its subcontractors who will be controlled and under the sole authority of Patriot, and who will be compensated for performance of the services directly by Patriot under the terms and conditions of their agreements with Patriot. Patriot will be responsible for the qualification of any subcontractors used to perform services on behalf of client. Client will be billed for services by Patriot's subcontractors at the greater of the rates listed in the Patriot Fee Schedule of Services or the cost of the subcontractor's services plus an administrative charge of twenty percent (20%) of the cost of these services. Subcontractors' services will be listed on the Patriot Daily Work Report. Client agrees not to contact Patriot's subcontractors, directly or indirectly (including through agents), to attempt to secure the subcontractor's services for work to complete the Services, except through Patriot, or to seek to induce the Subcontractors to violate the terms of their agreements with Patriot. 9. Storage Bladders are designed to provide temporary storage and one time usage. Client will be notified prior to deployment of bladder and informed of replacement value. If deployed, client be billed for replacement at Patriot's cost plus twenty percent (20%) and will be responsible for the transportation & disposal of the existing bladder as required. 10. Surcharge fee of 15% shall be applied to all invoices and subject to both labor and materials less taxes. January 1, 2023 Page 6 of 9 EQUIPMENT-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA MATERIALS AND SUPPLIES DESCRIPTION ITEM NUMBER UNIT RATE BAGS/SHEETING Plastic Bag, 33" x 50", 250/Box 3001 Box 190.00 Plastic Bag, 38" x 60", 50/Box 3002 Box 176.00 55 Gallon Drum Liner 3003 Each 4.25 Roll-Off Box Liner 3004 Each 63.25 Shrink Wrap 3005 Roll 28.25 Plastic Sheeting, 20' x 100', 10 mil 3006 Roll 246.25 Plastic Sheeting, 20' x 100', 6 mil 3007 Roll 176.00 CLEANERS Hand Cleaner 3101 Jar 14.25 Bleach 3102 Gallon 4.25 Marine Cleaner 3103 Gallon 35.25 Simple Green 3104 Gallon 31.00 Power Cleaner 155 3105 Gallon 28.25 Neutralizer (Soda Ash, Bicarbonate, Citric Acid)3106 Gallon/Bag 91.75 Heavy-Duty Decontamination Cleaner, 55 Gallon Drum 3107 Each 4,221.25 Heavy-Duty Decontamination Cleaner, 1 Gallon Bucket 3108 Each 84.25 Carbon Cannister 3109 Each 844.25 DRUMS 5 Gallon Pail 3201 Each 25.00 15 Gallon Open Top 3202 Each 37.00 15 Gallon Open Top Poly 3214 Each 75.00 20 Gallon Open Top 3203 Each 66.50 30 Gallon Open Top 3204 Each 81.00 30 Gallon Open Top Poly 3213 Each 115.00 55 Gallon Open Top 3205 Each 111.00 55 Gallon Closed Top 3206 Each 125.00 55 Gallon Poly 3207 Each 135.00 85 Gallon Steel Overpack 3208 Each 315.00 95 Gallon Poly Overpack 3209 Each 350.00 250 Gallon Poly Tote 3210 Each 450.00 Triwall Box, Cubic Yard 3211 Each 207.00 Lighting Bulb/Tube Box 3212 Each 111.00 SAFETY MATERIALS Chemical/Acid Suit, 1-Piece 3301 Each 176.00 Steel Toe PVC/Nitrile Boot 3302 Pair 77.75 Drager Test Tubes 3303 Each 67.75 Nitrile Inner Gloves 3304 Pair 2.00 Nitrile Gloves, 14"3305 Pair 15.75 Heavy Duty Black Rubber Gloves 3306 Pair 21.00 Leather Gloves 3307 Pair 15.25 Hard Hat 3308 Each 56.25 Safety/Traffic Vest w/ Reflective Tape 3309 Each 56.25 Disposable Overboot 3310 Pair 21.00 January 1, 2023 Page 7 of 9 MATERIALS AND SUPPLIES-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA MATERIALS AND SUPPLIES DESCRIPTION ITEM NUMBER UNIT RATE Rain Gear 3311 Set 34.00 Respirator Cartridges, OV/AG 3312 Each 28.25 Respirator Cartridges, Chlorine/Mercury 3313 Each 42.25 HEPA Vacuum Pre-Filter 3314 Each 24.00 HEPA Vacuum HEPA Filter 3315 Each 309.75 Mercury Carbon Filter 3316 Each 424.00 Mercury ULPA Filter 3317 Each 239.50 Mercury Vacuum Hose, 8 Foot Section 3318 Each 56.25 Disposable Half-Face Respirator OV/AG 3319 Each 41.00 Safety Glasses 3320 Each 10.00 Face shield bracket 3321 Each 21.00 Face shield 3322 Each 4.25 Saranex Tyvek Suit 3323 Each 53.50 Disposable White Tyvek 3324 Each 20.00 Poly Coated Yellow Tyvek 3325 Each 28.25 SORBENTS Chemical Stabilizer Absorbent, 35 lb Bag 3401 Bag 204.25 Sorbent Sweep, 100'/Bale 3402 Bale 224.25 Vermiculite, 6 cu. ft./Bag 3403 Bag 42.00 Mercury Amalgum 3404 Lb 190.00 Mercury Vapor Suppressant 3405 Quart 35.25 Floor Dry, 25 lb Bag 3406 Bag 28.25 SaveSorb 3407 Bag 84.25 SaveSorb, 55cf Compressed Bag 3408 Bag 2,110.75 Industrial Rug 3409 Roll 281.50 Oil Snare on Rope, 50ft./Bag 3410 Bag 200.50 Sorbent Pads, 100/Bale 3411 Bale 140.75 8" x 10' Sorbent Boom, 4/Bale 3412 Bale 309.50 5" x 10' Sorbent Boom, 4/Bale 3413 Bale 260.50 MISCELLANEOUS Caution/Danger Tape 3501 Roll 35.25 Bottled Water 3502 Case 21.00 Gatorade/Sports Drink 3503 Case 28.50 Orange Construction Fence, 4' x 100'3504 Roll 82.55 Cotton Rags, 25 lb 3505 Box 84.25 Sandbags 3506 Each 5.75 Plywood, 1/2"3507 Sheet See Below 6 Plywood, 3/4"3508 Sheet See Below 6 Duct Tape 3509 Roll 8.75 Tygard/Typatch 3510 Per Foot 3.75 PCB Wipe Sampling Kit 3511 Each 35.25 HazCat Kit 3512 Day 386.75 HazCat Kit Test 3513 Per Test 49.25 Petroflag Soil Test 3514 Per Test 49.25 Chlor-N-Oil/Chlor-N-Soil Test 3515 Per Test 35.25 January 1, 2023 Page 8 of 9 MATERIALS AND SUPPLIES-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA MATERIALS AND SUPPLIES DESCRIPTION ITEM NUMBER UNIT RATE Coliwassa 3516 Each 21.00 Hand Pump 3517 Each 35.25 Poly Rope, 3/8" x 600'3518 Spool 127.00 Hand Held Hudson Sprayer 3519 Day 28.25 Notes: 1. Materials utilized on project, whether listed in daily work reports or not, are chargeable. All materials not listed on Fee Schedule will be charged at cost plus twenty percent (20%). 2. Disposal quotes for waste must meet approved profiles. Patriot Environmental will assist client with disposal plan and provide quotes, but client must designate disposal facility. Patriot Environmental will not take title to any waste. 3. Additional charges may apply to cover unanticipated cost increases for items resulting from circumstances beyond the control of Patriot Environmental. 4. Services shall be performed by employees of Patriot, or its subcontractors who will be controlled and under the sole authority of Patriot, and who will be compensated for performance of the services directly by Patriot under the terms and conditions of their agreements with Patriot. Patriot will be responsible for the qualification of any subcontractors used to perform services on behalf of client. Client will be billed for services by Patriot's subcontractors at the greater of the rates listed in the Patriot Fee Schedule of Services or the cost of the subcontractor's services plus an administrative charge of twenty percent (20%) of the cost of these services. Subcontractors' services will be listed on the Patriot Daily Work Report. Client agrees not to contact Patriot's subcontractors, directly or indirectly (including through agents), to attempt to secure the subcontractor's services for work to complete the Services, except through Patriot, or to seek to induce the Subcontractors to violate the terms of their agreements with Patriot. 5. In addition to Level 'A' suit charge, Client will be billed for replacement Level 'A' suits at Patriot's cost plus twenty (20%). 6.Plywood is intended for one time usage. Client will be notified prior to deployment of bladder and informed of replacement value. If deployed, client be billed for replacement at Patriot's cost plus twenty percent (20%) and will be responsible for the transportation & disposal of the existing bladder as required. 7. Surcharge fee of 15% shall be applied to all invoices and subject to both labor and materials less taxes. January 1, 2023 Page 9 of 9 MATERIALS AND SUPPLIES-'24 Docusign Envelope ID: D4BF6FA4-C6A1-4462-AFBB-27390019E7FA