CONTRACT 7376 Maintenance and Repair AgreementAgreement No. 7376
ON -CALL MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF EL SEGUNDO
AND
OCEAN BLUE ENVIRONMENTAL SERVICES, INC
ST 25-01 ON -CALL WASTE CLEANUP AND TRANSPORTATION SERVICES
This ON -CALL MAINTENANCE AGREEMENT ("Agreement") is made and entered into
as of this 1ST day of JULY, 2025 ("Effective Date") by and between the City of El
Segundo, a general law city and municipal corporation ("City") and OCEAN BLUE
ENVIRONMENTAL SERVICES INC. a CALIFORNIA CORPORATION ("Contractor").
The Parties agree as follows:
1. WORK.
A. Contractor shall perform the on -call services described in the Scope of Services
attached hereto as Exhibit "A" and incorporated herein by reference ("Services"
or "Work").
B. The specific services required of Contractor under this Agreement will consist of
the tasks and obligations defined in one or more Task Orders approved by the City
and Contractor, in response to specific project scoped of work and services
requested by the City. Any duly executed and approved Task Order will become a
part of this Agreement. All Task Orders up to FIFTY THOUSAND DOLLARS
($50,000) may be approved by the Director of Public Works or designee. All Task
Orders over $25,000 require approval of the City Manager. The standard form
for the Task Order is set forth in Exhibit "B." No Services shall be provided until
the Task Order is approved by the appropriate party.
C. Services required by the City will be provided on an as -needed basis with City
determining and advising Contractor as to when specific services are required to
be performed or completed by the Contractor.
D. Contractor will, in a professional manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials, and
equipment, necessary or proper to perform and complete the work and provide the
services required of Contractor by this Agreement.
2. TERM.
The term of this Agreement shall be from the Effective Date as set forth in the first
paragraph of this Contract to JULY 1, 2025 to JUNE 30, 2026 unless terminated earlier
in accordance with the terms of this Agreement. The Agreement may be renewed upon
mutual consent of the Parties and the appropriate approvals.
Agreement No. 7376
3. COMPENSATION.
A. City shall pay Contractor for the on -call Services as set forth by all Task Orders in
accordance with the Contractor's billing rates in Exhibit "A." Except as otherwise
provided herein, no rate changes shall be made during the term of this Agreement
without prior written approval of the City. Contractor's compensation for all
Services performed in accordance with this Agreement, including all reimbursable
items, shall not exceed Fifty Thousand Dollars ($50,000) per fiscal year, without
prior written amendment to the Agreement. NOTE: COMPENSATION FOR
SERVICES EXCEEDING $50,000 PER FISCAL YEAR WILL REQUIRE CITY
COUNCIL APPROVAL.
B. Contractor shall submit monthly invoices to City describing the Work performed
the preceding month. Contractor's bills shall include the name and/or classification
of employee who performed the Work, a brief description of the Services performed
and/or the specific task in the Scope of Services to which it relates, the date the
Services were performed, the number of hours spend on all Work billed on an
hourly basis, and a description of any reimbursable expenditures. City shall pay
Contractor no later than thirty (30) calendar days after approval of the monthly
invoice.
C. City shall reimburse Contractor only for those costs or expenses specifically
identified in a Task Order, or specifically approved in writing in advance by the City.
D. Contractor shall not receive any compensation for Extra Work performed without
prior written authorization of the City. As used herein, "Extra Work" means any
Work that is determined by the City to be necessary for the proper completion of
the Services, but which is not included within the scope of services of the Task
Order and which the parties did not reasonably anticipate would be necessary at
the execution of this Agreement.
4. PREVAILING WAGES.
A. Pursuant to Labor Code § 1720, and as specified in 8 California Code of
Regulations § 16000, Contractor must pay its workers prevailing wages. It is the
Contractor's responsibility to interpret and implement any prevailing wage
requirements and Contractor agrees to pay any penalty or civil damages resulting
from a violation of the prevailing wage laws.
B. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem
wages are available upon request from City's Engineering Division or the website
for State of California Prevailing Wage determination at
,http://www.diLca._qov/DLSR/PWD. Contractor must post a copy of the prevailing
rate of per diem wages at the job site.
2
Agreement No. 7376
C. City directs Contractor's attention to Labor Code §§ 1777.5, 1777.6 and 3098
concerning the employment of apprentices by Contractor or any subcontractor.
D. Labor Code § 1777.5 requires Contractor or subcontractor employing tradesman
in any apprenticeship occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the
apprenticeship program in that trade for a certificate of approval. The certificate
must also fix the ratio of apprentices to journeymen that will be used in the
performance of the contract. The ratio of apprentices to journeymen in such cases
will not be less than one to five except:
i. When employment in the area of coverage by the joint
apprenticeship committee has exceeded an average of 15 percent in
the 90 days before the request for certificate, or
ii. When the number of apprentices in training in the area exceeds a
ration of one to five or,
iii. When the trade can show that it is replacing at least 1/30 of its
membership through apprenticeship training on an annual basis
statewide or locally, or
iv. When Contractor provides evidence that Contractor employs
registered apprentices on all of his contracts on an annual average
of not less than one apprentice to eight journeymen.
E. Contractor is required to make contributions to funds established for the
administration of apprenticeship programs if Contractor employs registered
apprentices or journeymen in any apprenticeable trade on such contracts and if
other contractors on the public works site are making such contributions.
F. Contractor and any subcontractor must comply with Labor code §§ 1777.5 and
1777.6 in the employment of apprentices.
G. Information relative to apprenticeship standards, wage schedules and other
requirements may be obtained from the Director of Industrial Relations, ex-officio
the Administrator of Apprenticeships, San Francisco, California, or from the
Division of Apprenticeship Standards and its branch offices.
H. Contractor and its subcontractors must keep an accurate certified payroll record
showing the name, occupation, and the actual per diem wages paid to each worker
employed in connection with this Agreement. The record will be kept open at all
reasonable hours to the inspection of the body awarding the contract and to the
Division of Labor Law Enforcement. If requested by City, Contractor must provide
copies of the records at its cost.
3
Agreement No. 7376
5. TIME OF PERFORMANCE.
A. Time is of the essence in the performance of Services under this Agreement and
Contractor shall perform the Services in accordance with the schedule included in
the Task Order. In the absence of a specific schedule, the Services shall be
performed to completion in a diligent and timely manner. The failure by Contractor
to strictly adhere to the schedule set forth in the Task Order, if any, or perform the
Services in a diligent and timely manner may result in termination of this
Agreement.
B. Notwithstanding the foregoing, Contractor shall not be responsible for delays due
to causes beyond Contractor's reasonable control. However, in the case of any
such delay in the Services to be provided for the Work, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay
to the other party so that all delays could be addressed.
C. Contractor shall submit all requests for extensions of time for performance in
writing to the City not later than two (2) calendar days after the start of the condition
that purportedly causes a delay. The City shall review such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond Contractor's
control.
6. CITY RESPONSIBILITIES.
To assist Contractor in the execution of its responsibilities under this Agreement, City
agrees to provide access to and upon request of Contractor, one copy of all existing
relevant information on file at the City. City will provide all such materials in a timely
manner so as not to cause delays in Contractor's Work schedule.
7. CONTRACTOR RESPONSIBILITIES.
A. By executing this Agreement, Contractor represents that Contractor has
thoroughly investigated and considered the scope of services to be performed,
carefully considered how the services should be performed, and understands the
facilities, difficulties, and restrictions attending to performance of the Services
under this Agreement.
B. If Services involve work upon any site, Contractor warrants that Contractor has or
will investigate the site and is or will be fully acquainted with the conditions there
existing, before commencing the Services hereunder. Should Contractor discover
any latent or unknown conditions that may materially affect the performance of the
Services, Contractor will immediately inform City of such fact and will not proceed
except at Contractor's own risk until written instructions are received from City.
0
Agreement No. 7376
8. STANDARD OF CARE AND CONTRACTOR OBLIGATIONS.
A. Contractor will, in a professional manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except
as herein otherwise expressly specified to be furnished by City, necessary or
proper to perform and complete the work and provide the professional services
required of Contractor by this Agreement.
B. All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to
perform the Services required by this Agreement, and that it will perform all
Services in a manner commensurate with community professional standards and
with the ordinary degree of skill and care that would be used by other reasonably
competent practitioners of the same discipline under similar circumstances. All
Services shall be performed by qualified and experienced personnel who are not
employed by the City. By delivery of completed Work, Contractor certifies that the
Work conforms to the requirements of this Agreement, all applicable federal, state
and local laws and legally recognized professional standards.
C. Contractor represents and warrants to City that is has, shall obtain and shall keep
in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature
that is legally required of Contractor to practice its profession. Contractor shall
maintain a City of El Segundo business license during the term of this Agreement.
D. Contractor shall not be responsible for delay, nor shall Contractor be responsible
for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information
or to approve or disapprove Contractor's Work promptly, or delay or faulty
performance by City.
9. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, Contractor will procure and maintain the following types of
insurance with coverage limits complying, at a minimum, with the limits set forth
below:
Commercial general liability:
Business automobile liability
61
Limits
$1,000,000 per occurrence
Proof of Insurance (only if auto used in
performance of work)
Agreement No. 7376
Workers Compensation Statutory Requirement (only if Contractor
has employees)
*The city has the option to increase the limits as required formore complex and major
waterworks, sanitation, and road pavement projects.
B. Commercial general liability ("CGL") insurance must meet or exceed the
requirements of ISO-CGL Form No. Form CG 00 01 04 13, or equivalent, covering
CGL on an "occurrence" basis, including property damage, bodily injury and
personal & advertising injury with limits no less than $1,000,000 per occurrence. If
a general aggregate limit applies, either the general aggregate limit shall apply
separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate
limit shall be twice the required occurrence limit.
C. For automobiles, the insurance must meet or exceed the requirements of
Insurance Services Office Form Number CA 0001 covering Code 1 (any auto), or,
if Contractor provides proof of a personal automobile policy, such personal policy
must include and indicate business venture coverage with limits no less than
$1,000,000 per accident for bodily injury and property damage. If Contractor has
no owned autos, Code 8 (hired) and 9 (non -owned), with limits no less than
$1,000,000 per accident for bodily injury and property damage must be included
in coverage.
D. The amount of insurance set forth above will be a combined single limit per
occurrence for bodily injury, personal injury, and property damage for the policy
coverage. Liability policies will be endorsed to name City, its officials, and
employees as "additional insureds" under said insurance coverage and to state
that such insurance will be deemed "primary" such that any other insurance that
may be carried by City will be excess thereto. City's additional insured status will
apply with respect to liability and defense of suits arising out of Contractor's acts
or omissions. Such insurance will be on an "occurrence," not a "claims made,"
basis and will not be cancelable or subject to reduction except upon thirty (30) days
prior written notice to City, and the notice must include any necessary endorsement
to facilitate such notice to City.
E. Required Insurance Endorsement Language:
a. Additional Insured Endorsement with this language: "The City of El
Segundo, its elected and appointed officials, employees, and volunteers
as additional insureds."
b. Cancellation Endorsement with this language: "The City of El Segundo will
receive thirty (30) days written notice in the event of cancellation,
nonrenewed or reduction."
0
Agreement No. 7376
c. Primary and Non -Contributory Endorsement with this language: "Coverage
is primary and non-contributory such that any other insurance that may be
carried by the City will be excess thereto."
F. Contractor will furnish to City valid Certificates of Insurance evidencing
maintenance of the insurance required under this Agreement, a copy of an
Additional Insured endorsement confirming CITY has been given Additional
Insured status under the Contractor's General Liability policy, and such other
evidence of insurance or copies of policies as may be reasonably required by City
from time to time. Insurance must be placed with insurers with a current A.M. Best
Company Rating equivalent to at least a Rating of "A:VII."
G. Should Contractor, for any reason, fail to obtain and maintain the insurance
required by this Agreement, CITY may obtain such coverage at Contractor's
expense and deduct the cost of such insurance from payments due to Contractor
under this Agreement or terminate pursuant to Section 13.
10. TIME FOR PERFORMANCE.
Contractor will not perform any work under this Agreement until Contractor furnishes
proof of insurance as required by this Agreement and City gives Contractor a fully
executed Task Order. Should Contractor begin work in advance of receiving written
authorization to proceed, any such professional services are at Contractor's own risk.
11. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS.
Except as specifically authorized under this Agreement, the Services to be provided
under this Agreement shall not be assigned, transferred, contracted or subcontracted
out without the prior written approval of the City.
12. SUBCONTRACTORS.
The subcontractors authorized by City, if any, to perform Work on these Services are
identified in Exhibit "A." Contractor shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
relationship between City and any subcontractor nor shall it create any obligation on
the part of the City to pay or to see the payment of any monies due to any such
subcontractor other than as otherwise required by law. City is an intended beneficiary
of any Work performed by subcontractor for purposes of establishing a duty of care
between the subcontractor and the City. Except as specifically authorized herein, the
Services to be provided under this Agreement shall be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of the
City.
Agreement No. 7376
13. TERMINATION.
City may terminate this Agreement at any time, at will, for any reason or no reason,
after giving written notice to Contractor at least ten (10) calendar days before the
termination is to be effective. If City defaults under this Agreement, and if City has not
cured the default within thirty (30) calendar days after Contractor has given City notice
of the event of default. Contractor may terminate this Agreement for cause after giving
written notice to City at least thirty (30) calendar days before the termination is to be
effective. Contractor shall cease all work under this Agreement on or before the
effective date of termination specified in the notice of termination. Contractor shall be
paid for services satisfactorily rendered to the last working day this Agreement is in
effect and Contractor shall deliver all materials, reports, documents, notes or other
written materials compiled through the last working day this Agreement is in effect. In
no event shall Contractor be entitled to receive more than the maximum compensation
set forth in this Agreement that would be paid to the Contractor for the full performance
of the services required by this Contract. Neither party shall have any other claim
against the other party by reason of such termination. In the event the City terminates
the Agreement, Contractor shall be reimbursed for all unavoidable and unmitigable
costs resulting from such termination, in addition to the compensation for all work
completed up until the effective date of the termination of the Contract.
14. INDEMNIFICATION.
A. To the maximum extent permitted by law, the Contractor hereby agrees at its sole
cost and expense, to defend, protect, indemnify, and hold harmless the City, its
elected and appointed officials, officers, employees, volunteers, attorneys, agents
(including those City agents serving as independent contractors in the role of City
representative), successors, and assignees (collectively "Indemnitees") from and
against any and all claims (including, without limitation, claims for bodily injury,
death or damage to property), demands, charges, obligations, damages, causes
of action, proceedings, suits, losses, stop payment notices, judgments, fines, liens,
penalties, liabilities, costs and expenses of every kind and nature whatsoever, in
any manner arising out of, incident to, related to, in connection with or resulting
from any act, failure to act, error or omission of the Contractor or any of its officers,
agents, attorneys, employees, subcontractors, material supplies or any of their
officers, agents or employees and/or arising out of, incident to, related to, in
connection with or resulting from any term, provision, image, plan, covenant, or
condition in the Agreement, including, without limitation, the payment of all
consequential damages, attorneys' fees, experts' fees, and other related costs and
expenses (individually a "Claim", or collectively, "Claims"). The Contractor shall
promptly pay and satisfy any judgment, award or decree that may be rendered
against any of the Indemnitees as to any such Claim. The Contractor shall
reimburse Indemnitees for any and all legal expenses and costs incurred by each
of them in connection therewith or in enforcing the indemnity herein provided. The
Contractor's obligation to indemnify shall not be restricted to insurance proceeds,
if any, received by the Contractor or Indemnitees. This indemnity shall apply to all
Agreement No. 7376
claims regardless of whether any insurance policies are applicable or whether the
Claim was caused in part or contributed to by an Indemnitee.
B. Nonwaiver of Rights. Indemnitees do not and shall not waive any rights that they
may possess against the Contractor because the acceptance by the City or the
deposit with the city of any insurance policy or certificate required pursuant to this
Agreement. This indemnity provision is effective regardless of any prior,
concurrent, or subsequent active or passive negligence by Indemnitees and shall
operate to fully indemnify Indemnitees against any such negligence.
C. Waiver of Right of Subrogation. The Contractor, on behalf of itself and all parties
claiming under or through it, hereby waives all rights of subrogation and
contribution against the Indemnitees, while acting within the scope of their duties,
from all Claims arising out of or incident to the activities or operations performed
by or on behalf of the Contractor regardless of any prior, concurrent or subsequent
active or passive negligence by Indemnitees.
D. Survival. The provisions of this Section 14 shall survive the term and termination
of the Contract, are intended to be as broad and inclusive as is permitted by the
law of the State, and are in addition to any other rights or remedies that
Indemnitees may have under the law. Payment is not required as a condition
precedent to an Indemnitee's right to recover under this indemnity provision, and
an entry of judgment against the Contractor shall be conclusive in favor of the
Indemnitee's right to recover under this indemnity provision.
15. NONDISCRIMINATORY EMPLOYMENT.
The Contractor shall not unlawfully discriminate against any individual based on race,
religion, creed, color, national original, ancestry, physical disability, mental disability,
medical condition, genetic information, marital status, sex, gender identity, gender
expression, age, sexual orientation, or military and veteran status. The Contractor
understands and agrees that it is bound by and will comply with the nondiscrimination
mandates of all statutes and local ordinances and regulations.
16. OWNERSHIP OF DOCUMENTS.
Each and every report, draft, map, record, plan, document and other writing produces,
prepared or caused to be prepared by Contractor, its officers, employees, agents and
subcontractors, in the course of implementing this Agreement, shall become the
exclusive property of the City, and City shall have the sole right to use such materials
in its discretion without further compensation to Contractor or any other party.
Contractor shall, at Contractor's expense, provide such documents to the City upon
prior written request.
0
Agreement No. 7376
17. CONFIDENTIALITY.
All documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Service in this Agreement shall be kept
confidential unless City expressly authorizes in writing the release of information.
18. CONFLICT OF INTEREST.
A. Contractor or its employees may be subject to the provisions of the California
Political Reform Act of 1974 (the "Act") and/or Government Code Section 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeable be materially affected by the Work performed under this Agreement,
and (2) prohibit such persons from making, or participating in making, decisions
that will foreseeably financially affect such interest.
B. If subject to the Act and/or Government Code Section 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material
breach and is grounds for immediate termination of this Agreement by City.
Contractor shall indemnify and hold harmless City for any and all claims and
damages resulting from Contractor's violation of this Section.
19. INDEPENDENT CONTRACTOR.
City and Contractor agree that Contractor will act as an independent contractor and
will have control of all work and the manner in which it is performed. Contractor will be
free to contract for similar services to be performed for other employers while under
contract with the City. Contractor is not an agent or employee of the City and is not
entitled to participate in any pension plan, insurance, bonus or similar benefits City
provides for its employees. Any provision in this Agreement that may appear to give
City the right to direct Contractor as to details of doing the work or to exercise a
measure of control over the work means that Contractor will follow the direction of the
City as to the end results of the Work only.
20. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in writing
and may be given by personal delivery or by mail. Such noticing does not include
day-to-day communications between City's and Contractor's project managers.
Notice sent by mail will be addressed as follows:
To Contractor:
Attn: Justin Lee
Ocean Blue Environmental Services, Inc
925 West Esther Street
Long Beach, Ca 90813
10
To City:
Attn: James Quaintence
Dept.: City Of El Segundo
350 Main Street
El Segundo, Ca 90245
Agreement No. 7376
Phone: 562-624-4120
Email: jlee@ocean-blue.com
Phone 310-524-2899
Email: jquaintence@elsegundo.org
B. Any such written communications by mail will be conclusively deemed to have
been received by the addressee upon deposit thereof in the United States Mail,
postage prepaid and properly addressed as noted above. In all other instances,
notices will be deemed given at the time of actual delivery. Changes may be made
in the names or addresses of persons to whom notices are to be given by giving
notice in the manner prescribed in this paragraph.
21. TAXPAYER IDENTIFICATION NUMBER.
Contractor will provide City with a Taxpayer Identification Number.
22. WAIVER.
A waiver by the City of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the
same of any other term, covenant, or condition contained in this Agreement, whether
of the same or different character.
23. INTERPRETATION.
This Agreement was drafted in and will be construed in accordance with the laws of
the State of California, and exclusive venue for any action involving this Agreement
will be in Los Angeles County.
24. SEVERABILITY.
If any portion of the Agreement are declared by a court of competent jurisdiction to be
invalid or unenforceable, then such portion will be deemed modified to the extent
necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and
effect.
25. AUTHORITY/MODIFICATION.
The Parties represent and warrant that all necessary action has been taken by the
Parties to authorize the undersigned to execute this Agreement and to engage in the
actions described herein. This Agreement may be modified by written amendment.
The City's city manager, or designee, may execute any such amendment on the City's
behalf.
26. ENTIRE AGREEMENT.
11
Agreement No. 7376
This Agreement and any other documents incorporated herein by specific reference,
represents the entire and integrated agreement between City and Contractor. This
Contract supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be modified or amended, not any provisions or
breach waived, except in a writing signed by both parties that expressly refers to this
Agreement.
[Signatures on following page.]
12
Agreement No. 7376
IN WITNESS WHEREOF the Parties hereto have executed this contract the date and
year first hereinabove written.
CITY OF EL SEGUNDO
Qt-Q'QA�
Darrell George,
City Manager
ATTE
Susarw Truax,
City Clerk
APPROVED AS TO FORM:
MARK D. HENSLEY, City Attorney
By. 4-� ��4
David king, Assistan Ci Attorney
OCEAN BLUE ENVIRONMENTAL INC.
ame: J US IN LEE
Tite: PRESIDENT
Taxpayer ID No. 33-0625817
Contractor State
License No.: mod.
Contractor City Business
License No.: 38211
Name �MOO�NHO LEE
Title C.F.O.
n/lo �1
J�a.nay�n
13
EXHIBIT A " m.. 1, Agreement No. 7376
MA 9
flCEfln%WiflLUE
ENVIRONMENTAL SERVICES. INC.
JULY 1, 2022 PREFERRED RATES FOR CITY OF EL SEGUNDO
1. HAZARDOUS WASTE -TRAINED PERSONNEL
HOURLY RATE
STRAIGHT
OVER-
PREMIUM
CLASSIFICATION
TIME
TIME
TIME
PROJECT MANAGER
132.80
174.10
174.10
SUPERVISOR
102.20
122.00
139.60
CHEMIST / INDUSTRIAL HYGIENIST
203.60
233.00
233.00
LEAD TECHNICIAN
70.80
103.20
134.70
EQUIPMENT OPERATOR
67.90
102.20
130.80
TECHNICIAN
64.00
90.50
118.00
ILWU (INT. LONGSHORE & WHSE UNION) TECH
89.50
133.70
179.90
ALL PERSONNEL HAVE AT A MINIMUM, 40-HR HAZ-WOPER TRAINING AS SPECIFIED BY 29 CFR 1910.120
2. CERTIFIED HAZARDOUS WASTE TRANSPORTATION VEHICLES
UTILITY TRUCK 4X4 W/TRAFFIC CONTROL LIGHTS & LIFTGATE
GEAR TRUCK W/ LIFTGATE
EMERGENCY RESPONSE UNIT - LARGE
EMERGENCY RESPONSE UNIT - SMALL
CREW VAN
BOB CAT W/SOLID TIRES
VACUUM TRAILER - 20 BBL
VACUUM TRUCK - 70 BBL W/ ROPER PUMP*
VACUUM TRUCK - 120 BBL*
VACUUM TRUCK - 120 BBL STAINLESS STEEL*
AIR EXCAVATOR*
HYDRO EXCAVATOR*
OMNI VAC - 85 BBL*
JETTER / VACTOR COMBO UNIT*
ROLL -OFF TRUCK*
ROLL -OFF TRUCK AND TRAILER*
DUMP TRUCK - 10 WHEEL*
TRASH COMPACTOR*
25' BOX VAN*
45' BOX VAN*
45' FLAT BED*
25' EQUIPMENT TRAILER
STREET SWEEPER
HOURLY RATE
56.10
56.10
260.60
181.00
49.10
61.00
61.00
149.50
171.10
193.80
149.50
277.40
277AO
277.40
149.50
171.10
105.20
208.40
105.20
149.50
149.50
39.30
98.40
DENOTES EQUIPMENT INCLUDING OPERATOR. THESE WILL BE CHARGED AN ADDITIONAL
$29.00 PER HOUR FOR OVERTIME AND $39.00 PER HOUR FOR PREMIUM TIME.
3. RESPIRATORY / CONFINED SPACE ENTRY EQUIPMENT
SELF-CONTAINED BREATHING APPARATUS (30 MIN.)
152AO
DAILY
6-PACK BREATHING AIR BOTTLES
305.80
DAILY
5-MINUTE EGRESS AIR BOTTLE
43.30
DAILY
TRIPOD W/DOUBLE WINCHES
273.30
DAILY
FULL BODY HARNESS W/ SHOCK ABSORBER
39.30
DAILY
PAGE 2 OF 6
Agreement No. 7376
OCEnn BLUE
ENVIRONMENTAL SERVICES_ INC.
JULY 1, 2022 PREFERRED RATES FOR CITY OF EL SEGUNDO
COPPUS BLOWER
221.30
DAILY
4-GAS AIR MONITOR
335.40
DAILY
PID METER
464.10
DAILY
MERCURY VAPOR ANALYZER
581.20
DAILY
OVA MONITOR
406.20
DAILY
PERSONAL 4 GAS METER
277.40
DAILY
ELECTRIC BLOWER
89.50
DAILY
4. TRAFFIC CONTROL
ARROW BOARD
248.90
DAILY
PORTABLE DECON STATION W/ARROWBOARD
332.50
DAILY
BARRICADES W/ REFLECTORS, EACH
36.50
DAILY
DELINEATOR/REFLECTIVE, EACH
2.00
DAILY
NO TURN RIGHT OR LEFT SIGNS, EACH
17.70
DAILY
TRAFFIC CONE/REFLECTIVE, EACH
3.00
DAILY
TRAFFIC CONTROL SIGNS 48"X48"/REFLECTIVE
41.30
DAILY
5. CLEANING EQUIPMENT
AIR COMPRESSOR
47.20
HOURLY
CHEMICAL DIAPHRAGM PUMP
349.10
DAILY
DECONTAMINATION STATION
238.00
DAILY
DIAPHRAGM PUMP
249.80
DAILY
SUCTION/DISCHARGE HOSE (PER FOOT)
1.00
DAILY
LAYFLAT HOSE (PER FOOT)
1.00
DAILY
HYDROBLASTER
87.50
HOURLY
INTRISICALLY SAFE PUMP FOR FUEL TANKS
122.00
DAILY
PRESSURE WASHER - 1,000 PSI 22 GPM
78.70
HOURLY
PRESSURE WASHER - 3,500 PSI 6 GPM
67.90
HOURLY
ENGINE DRIVEN PUMPS
572.90
DAILY
PORTABLE TRASH PUMP
233.00
DAILY
SUBMERSIBLE PUMP
206.60
DAILY
AIR SCRUBERS PORTABLE
193.80
DAILY
HEPA FILTERS FOR SCRUBBERS
144.60
EACH
55 GALLON CARBON SCRUBBER FOR VAC TRUCKS
221.30
DAILY
3 STALL DECONTAMINATION SHOWER
332.50
DAILY
6. PORTABLE STORAGE UNITS,
20-YARD BIN, OPEN TOP
28.50
DAILY
20 YARD BIN, CLOSED TOP
34.40
DAILY
40-YARD BIN, OPEN TOP
28.50
DAILY
40-YARD BIN, CLOSED TOP
36.50
DAILY
4" TANK MANIFOLD
21.60
DAILY
BIN LINERS
59.00
EACH
7. OIL SPILL EQUIPMENT
20' DRUM & SUPPLY TRAILER W/ 4' SIDES & 12,000 GVW 233.00 DAILY
BOOM TRAILER (STANDBY) W/ 150Y OF 8"x12" BOOM 174.10 DAILY
PAGE 3 OF 6
Agreement • •
0 c E n
SERVI
ES-
C.
JULY 1, 2022 'PRFlEFD PREFERRED RAT ES FOR CITY OFIEL SEGUNDO
BOOM 8"x12" (DEPLOYED)
2.00
PER FT/DAY
BOOM 4"x12" (DEPLOYED)
1.00
PER FT/DAY
22' TOW/SPILL CONTROL BOAT W/ 200 HP MOTOR
149.50
HOURLY
22' x 8' SELF POWERED BARGE
100.30
HOURLY
19' TOOL SPILL BOAT W/90HP
100.30
HOURLY
1 T TOW/SPILL CONTROL BOAT W/ 40 HP MOTOR
83.60
HOURLY
14' TOW/SPILL CONTROL BOAT W/ 25 HP MOTOR
65.90
HOURLY
12' PUNTS
39.30
HOURLY
12' PUNTS W/ 5HP MOTOR
49.10
HOURLY
SPLASH ZONE 2-PART SEALER
182.90
PER GALLON
25 LBS ANCHORS W/ 15' CHAIN
16.70
DAILY
15 LBS ANCHORS W/ 10' CHAIN
11.80
DAILY
24" BOEYS
16.70
DAILY
EMERGENCY RESPONSE TRAILER
523.20
DAILY
ROPE MOP SKIMMER
174.10
HOURLY
DRUM SKIMMER TDS-136 W/ POWER PACK
233.00
HOURLY
SKIM-PAK SERIES 4000 W/ CONTROL SYSTEM
70.80
HOURLY
SKIMMER TRAILER
233.00
DAILY
ABSORBENT BOOM TRAILER
174.10
DAILY
ATV (ALL TERRAIN VEHICLE) W/TRAILER
303.80
DAILY
FORKLIFT TRAILER
110.20
DAILY
8. MATERIALS,
10 GALLON DOT DRUM, STEEL
56.10
EACH
15 GALLON DOT DRUM, POLY
56.10
EACH
16 GALLON DOT DRUM, STEEL
56.10
EACH
20 GALLON DOT DRUM, STEEL
59.00
EACH
30 GALLON DOT DRUM, POLY
59.00
EACH
30 GALLON DOT DRUM, STEEL
59.00
EACH
5 GALLON DOT DRUM
20.70
EACH
55 GALLON DOT DRUM, POLY
68.90
EACH
55 GALLON DOT DRUM, STEEL
67.90
EACH
55 GALLON DOT DRUM, BIO
44.20
EACH
85 GALLON DRUM, OVERPAK, STEEL
248.90
EACH
95 GALLON DRUM, OVERPAK, POLY
248.90
EACH
ACID SPILFYTER NEUTRALIZER PER GALLON
86.60
EACH
BASE SPILFYTER NEUTRALIZER PER GALLON
86.60
EACH
BIO-SOLVE (HYDROCARBON ENCAPSULANT)
41.30
PER GALLON
BLEACH
5.00
PER GALLON
CHEMICAL POLY TOTES
358.90
EACH
CHLOR-D-TECT Q4000
20.70
EACH
CITRI-CLEAN, 55 GALLON
929.40
PER DRUM
DIESEL FUEL (EQUIPMENT)
5.90
PER GALLON
DRUM LINER
3.00
EACH
DUCT TAPE
6.80
PER ROLL
FACE SHIELD
14.80
EACH
HAND AUGER
97.40
DAILY
HEPA VACUUM FILTER PROTECTORS
22.60
EACH
PAGE 4 OF 6
UCIERM�BLUE
ENVIRONMENTAL SERVICES_ INC.
Agreement No. 7376
JULY 1, 2022 PREFERRED RATES FOR CITY OF EL SEGUNDO
HEPA VACUUM REPLACEMENT BAGS
22.60
EACH
OIL SORBENT POM POMS
64.00
PER BALE
PLASTIC BAGS
83.60
PER BOX
PLASTIC SHEETING
83.60
PER ROLL
RAGS, 50 LB BOX
75.80
PER BOX
ROPE 1/2 POLY, 100' ROLL
36.50
PER ROLL
ROPE 5/8 POLY, 100' SPOOL
41.30
PER ROLL
SAMPLE JARS -1 QT
14.80
EACH
SAND BAGS
3.90
EACH
SHRINK WRAP
34.40
ROLL
SIMPLE GREEN
14.80
PER GALLON
SODA ASH
6.80
PER GALLON
SORBENT BOOM W/ JELLING MATERIAL
464.10
PER BALE
SORBENT BOOM, 8"x10"
61.00
EACH
SORBENT PADS 18"x18"x1/4" (200/BALE)
100.30
PER BALE
SUPERFINE, 25 LB BAG
20.70
PER BAG
TR[WALL BOXES
174.10
EACH
VACTOR FLEX HOSE 4"
2.00
PER FOOT
VACTOR FLEX HOSE 6"
3.00
PER FOOT
9. TOOLS AND OTHER EQUIPMENT
BIO-HAZARD "BLOOD" SPILL KIT
116.10
EACH
BOAT HOOKS 3'-97ELESCOPING
7.90
DAILY
BOBCAT SWEEPER ATTACHMENT
245.90
DAILY
CHEST WADERS
68.90
DAILY
14 PORTABLE GAS POWERED ABRASIVE SAW
166.20
DAILY
COM-A-LONG - 4000 LBS
6.80
DAILY
CUTTING TORCH
168.10
DAILY
DRUM SAMPLING ROD (GLASS)
7.90
EACH
DRUM VACUUM - 55 GALLON
133.70
DAILY
EXTENSION LADDER
14.80
DAILY
EYEWASH STATION
36.50
DAILY
FIRE PROTECTION SUIT (1500 DEGREE PROTECTION FACTC
248.90
DAILY
FORK LIFT
245.90
DAILY
GENERATOR, 10KV TRAILER MOUNTED
39.30
HOURLY
GENERATOR, 5500 WATTS
138.70
DAILY
HAND TOOLS
59.00
DAILY
HAND WASHING STATION
56.10
DAILY
HAZ-CAT KIT
22.60
PER TEST
HEAVY DUTY JETTER NOZZLES
263.50
DAILY
HEPA VACUUM (DRY)
174.10
DAILY
HIP WADERS
59.00
DAILY
HUDSON SPRAYER
22.60
DAILY
JACK HAMMER 90 LBS
138.70
DAILY
LIFE JACKETS
17.70
DAILY
LIGHT STAND (2 BULBS)
41.30
DAILY
LIGHT TOWER (4 BULBS)
332.50
DAILY
PAGE 5 OF 6
Agreement No. 7376
JULY 1, 2022 PREFERRED RATES FOR CITY OF EL SEGUNDO
MEALS ON SPILLS
7.90
EACH
MERCURY VACUUM
581.20
DAILY
NON -SPARKING COLD CUTTER / RIVET BUSTER
110.20
DAILY
NON -SPARKING COLD CUTTER TIPS
34.40
EACH
PER DIEM ALLOWANCE ON TRAVEL
182.90
DAILY
PICKS "MINERS"
3.00
DAILY
PLUG & DIKE, 1 LB CAN
28.50
EACH
POLY SIPHON (POGO) PUMP
21.60
EACH
PORTABLE RESTROOM W/SINK
174.10
DAILY
PROFILING FEE (PER WASTE STREAM)
87.50
EACH
RADIO 2-WAY, INTRINSICALLY SAFE
46.30
DAILY
SAWZALL
92.40
DAILY
SKIL SAW
41.30
DAILY
STEEL SPIKES, 36"
5.90
DAILY
TRANSFER HOSES, 1 - 4"
49.10
DAILY
TRUCK RAMPS (30,000 LBS)
332.50
DAILY
VAPOR TIGHT DROP LIGHTS
174.10
DAILY
VENTILATION FAN
133.70
DAILY
WATER METER
291.10
DAILY
WATER TANK TRAILER W/ PUMP
393.40
DAILY
DRUM DOLLY
27.50
DAILY
10. PERSONAL PROTECTIVE EQUIPMENT (PPE)
LEVEL "A" - FULLY ENCAPSULATED GAS -TIGHT SUIT
WITH SCBA
552.70 PER SET
LEVEL "B" - POLY-TYVEK THROUGH FULLY ENCAPSU-
LATED SUIT, BUT NOT GAS TIGHT W/SCBA
174.10 PER SET
LEVEL "C" - TYVEK THROUGH SARANEX SUIT W/ AIR
PURIFYING RESPIRATOR
75.80 PER SET
LEVEL "D" - TYVEK, POLY-TYVEK, COVERALL OR
RAINGEAR SUIT WITH GLOVES, BOOTS,
HARDHAT AND SAFETY GLASSES
36.50 PER SET
PAGE 6 OF 6