Professional Service Schedule

Industrial Group: 00CORP

ENVIRONMENTAL CHEMICAL CORPORATION

1240 Bayshore Highway

Burlingame CA 94010

Tel; 650-347-1555 Fax:650-347-5479

DUNS:601293962

ECC Contacts for Contracting Questions

Gurmeet Chadha, Contracts Manager

303-298-7607

Christian Canon

Contracts Administration

303-298-7607

SIN 899-1 (899-1RC) , SIN 899-8 (899-8RC)

Contract No: GS-10F-0091M

Contract Period: 14 December 2001 through 13 December 2021.

ECC offers a full-scope of environmental remediation capabilities to our clients. As a recognized leader in the environmental field, ECC develops safe, cost-effective, and creative solutions to today's environmental challenges. These innovative solutions are offered through a broad range of environmental services, including:

o Excavation, removal, manifesting, transportation, storage, treatment, and/or disposal of hazardous waste;

o Preparation, characterization, field investigation, conservation, and closure of sites;

o Containment monitoring and/or reduction of hazardous waste sites.

o Ordnance removal and support; and

o Long term monitoring / long term operation (LTM/LTO).

Federal Agencies benefit from accessing ECC through the GSA Contract in many ways:

o You benefit from an experienced federal contractor who has successfully completed more than $3 Billion in cost reimbursable and firm fixed price remedial actions for the government;

o You can award contracts as Firm Fixed Price or Fixed Unit Rate (Ceiling Price) contracts;

o You can access the contract for work worldwide;

o Your contracting process is fast, simple, and flexible awards are often made within 2 to 3 weeks;

o No formal solicitation or CBD process is required of you;

o Your contract will be in compliance with FAR requirements and contractor qualifications have been verified; and

o As the client you control the selection process and following award the selected contractor works directly with you and invoices go directly to you.

Overview of ECC

Founded in 1985, ECC is a privately held and employee owned business whose central mission is to provide high quality, comprehensive, and competitive environmental remediation, operation and maintenance, and construction services to our clients. Our primary client is the United States Government. ECC's focus is to successfully manage and execute removal/remedial actions, on-site treatment, technology application, and waste management for federal agencies and installations.

ECC graduated from the Small Business Administration 8A program in 1998 and became a Large Business in 2000. Since that time, ECC has since demonstrated the technical and managerial breadth of a large business with the expertise to complete a variety of large-scale, concurrent projects worldwide. We are not limited to any one technology - we use well-established processes, as well as cutting-edge solutions, to serve our clients' needs. Above all, we value human health and safety and our clients' satisfaction due to our excellent performance.

The principal feature of our organizational approach is our streamlined, decentralized management and our empowerment of project teams. ECC's flat management structure facilitates better command, control, communication, and decision-making by allowing program and project managers to be more responsive to situations as they arise.

ECC pools the talents of over 500 professionals located at corporate and project offices worldwide. We have experience working throughout the United States, Europe, Central America, Japan, the Middle East, and the Pacific. Approximately 20 percent of our employees have advanced degrees or technical/professional certifications, and on average employees have 15 years of work experience.

Ordering Instructions / Terms and Conditions

1. Prepare a request for quote that outlines the scope of work, location of work, period of performance, delivery schedule, applicable standards, acceptance criteria, and any other special requirements;

2. Identify if the contract type is firm fixed price or fixed unit rate (ceiling price);

3. Identify requirements related to travel and other direct charges, such as use of the Federal Travel or Joint Travel Regulations;

4. Identify basis for award (cost or “Best Value”) and request information for “Best Value” determination, such as corporate experience and past performance information, if award is to be made based upon on best value;

5. Transmit the request to contractor; and

6. Evaluate responses sand select contractor to receive the award.

CUSTOMER INFORMATION:

1a. Table of Awarded Special Item Number(s) with appropriate cross reference to page numbers:
899-1, 899-1RC, 899-8, and 899-8RC.

1b. Identification of the lowest priced model number and lowest unit price for that model for each special item number awarded in the contract. This price is the Government price based on a unit of one, exclusive of any quantity/dollar volume, prompt payment, or any other concession affecting price. Those contracts that have unit prices based on the geographic location of the customer, should show the range of the lowest price, and cite the areas to which the prices apply.

1c. If the Contractor is proposing hourly rates a description of all corresponding commercial job titles, experience, functional responsibility and education for those types of employees or subcontractors who will perform services shall be provided. If hourly rates are not applicable, indicate "Not applicable" for this item.
2. Maximum Order: $1,000,000.00
3. Minimum Order: $100
4. Geographic Coverage (delivery Area): Domestic and Overseas
5. Point(s) of production (city, county, and state or foreign country): Same as Contractor
6. Discount from list prices or statement of net price: NA
7. Quantity discounts: NA
8. Prompt payment terms: Net 30 days


9a. Notification that Government purchase cards are accepted up to the micro-purchase threshold: Yes
9b. Notification whether Government purchase cards are accepted or not accepted above the micro-purchase threshold: Yes
10. Foreign items (list items by country of origin): None
11a. Time of Delivery (Contractor insert number of days): Specified on the Task Order
11b. Expedited Delivery. The Contractor will insert the sentence "Items available for expedited delivery are noted in this price list." under this heading. The Contractor may use a symbol of its choosing to highlight items in its price list that have expedited delivery: Contact Contractor
11c. Overnight and 2-day delivery. The Contractor will indicate whether overnight and 2-day delivery are available. Also, the Contractor will indicate that the schedule customer may contact the Contractor for rates for overnight and 2-day delivery: Contact Contractor
11d. Urgent Requirements. The Contractor will note in its price list the "Urgent Requirements" clause of its contract and advise agencies that they can also contact the Contractor's representative to effect a faster delivery: Contact Contractor
12. F.O.B Points(s): Destination
13a. Ordering Address(es): Same as Contractor
13b. Ordering procedures: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA's), and a sample BPA can be found at the GSA/FSS Schedule homepage (fss.gsa.gov/schedules).
14. Payment address(es): Same as Contractor


15. Warranty provision.: Contractor’s standard commercial warranty.
16. Export Packing Charges (if applicable): NA
17. Terms and conditions of Government purchase card acceptance (any thresholds above the micro-purchase level): Contact Contractor
18. Terms and conditions of rental, maintenance, and repair (if applicable): NA
19. Terms and conditions of installation (if applicable): Contact Contractor
20. Terms and conditions of repair parts indicating date of parts price lists and any discounts from list prices (if applicable): NA
20a. Terms and conditions for any other services (if applicable): Contact Contractor
21. List of service and distribution points (if applicable): Contact Contractor
22. List of participating dealers (if applicable): NA
23. Preventive maintenance (if applicable): NA
24a. Environmental attributes, e.g., recycled content, energy efficiency, and/or reduced pollutants: NA
24b. If applicable, indicate that Section 508 compliance information is available on Electronic and Information Technology (EIT) supplies and services and show where full details can be found (e.g. contactor's website or other location.) The EIT standards can be found at: www.Section508.gov/.
25. Data Universal Numbering System (DUNS) number: 601293962
26. Notification regarding registration in Central Contractor Registration (CCR) database: Environemnet Chemical Corporation’s registration is valid


ECC Offers Favorable Labor Rates Under the GSA Contract

12/14/2016 – 12/13/2021

Labor Category (e.g. Job Title/Task) / YEAR 16
12/14/2016-
12/13/2017 / YEAR 17
12/14/2017
12/13/2018 / YEAR 18
12/14/2018
12/13/2019 / YEAR 19
12/14/2019
12/13/2020 / YEAR 20
12/14/2020
12/13/2021
Program Manager / $ 162.00 / $164.92 / $167.88 / $170.91 / $173.98
Project Manager / $ 120.49 / $122.66 / $124.87 / $127.11 / $129.40
Sr. Project Manager / $ 142.42 / $144.98 / $147.59 / $150.25 / $152.95
Certified Industrial Hygienist / $ 113.55 / $115.59 / $117.67 / $119.79 / $121.95
Health & Safety Officer / $ 87.96 / $89.54 / $91.16 / $92.80 / $94.47
Quality Control Manager / $ 118.49 / $120.62 / $122.79 / $125.00 / $127.25
Field Chemist / $ 81.88 / $83.35 / $84.85 / $86.38 / $87.94
Geologist/Hydrogeologist / $ 95.44 / $97.16 / $98.91 / $100.69 / $102.50
Civil Engineer / $ 123.18 / $125.40 / $127.65 / $129.95 / $132.29
Cost/Schedule Engineer / $ 70.44 / $71.71 / $73.00 / $74.31 / $75.65
Administrative Assistant / $ 46.57 / $47.41 / $48.26 / $49.13 / $50.01
Health Physicist Technician / $ 79.65 / $81.08 / $82.54 / $84.03 / $85.54
Certified Health Physicist / $ 95.00 / $96.71 / $98.45 / $100.22 / $102.03
Chief Engineer / $ 130.00 / $132.34 / $134.72 / $137.15 / $139.62
Contracts Administrator / $ 119.75 / $121.91 / $124.10 / $126.33 / $128.61
Cost Estimator / $ 117.11 / $119.22 / $121.36 / $123.55 / $125.77
Superintendent / $ 101.14 / $102.96 / $104.81 / $106.70 / $108.62
Project Engineer / $ 109.10 / $111.06 / $113.06 / $115.10 / $117.17
Supervisor - Field / $ 92.01 / $93.67 / $95.35 / $97.07 / $98.82
Regulatory Specialist / $ 122.00 / $124.20 / $126.43 / $128.71 / $131.02
Safety and Health Manager / $ 119.47 / $121.62 / $123.81 / $126.04 / $128.31
Secretary I / $ 46.69 / $47.53 / $48.39 / $49.26 / $50.14
Secretaty III / $ 61.94 / $63.05 / $64.19 / $65.35 / $66.52
Word Processor I / $ 43.70 / $44.49 / $45.29 / $46.10 / $46.93
Word Processor II / $ 54.88 / $55.87 / $56.87 / $57.90 / $58.94
Forklift Operator / $ 43.00 / $43.77 / $44.56 / $45.36 / $46.18
Drag / $ 57.29 / $58.32 / $59.37 / $60.44 / $61.53
Heavy Equipment Operator / $ 69.30 / $70.55 / $71.82 / $73.11 / $74.43
Laborer / $ 38.69 / $39.39 / $40.10 / $40.82 / $41.55
Carpenter / $ 61.88 / $62.99 / $64.13 / $65.28 / $66.46
Electrician / $ 81.82 / $83.29 / $84.79 / $86.32 / $87.87
Welder / $ 55.62 / $56.62 / $57.64 / $58.68 / $59.73
Well Driller / $ 58.24 / $59.29 / $60.36 / $61.44 / $62.55
Pipefitter / $ 74.76 / $76.11 / $77.48 / $78.87 / $80.29
Plumber / $ 73.95 / $75.28 / $76.64 / $78.02 / $79.42
Rigger / $ 55.62 / $56.62 / $57.64 / $58.68 / $59.73
Water Treatment Plant Operator / $ 67.48 / $68.69 / $69.93 / $71.19 / $72.47
Civil Engineering Technician / $ 63.55 / $64.69 / $65.86 / $67.04 / $68.25
Drafter II / $ 61.94 / $63.05 / $64.19 / $65.35 / $66.52
Drafter IV / $ 79.35 / $80.78 / $82.23 / $83.71 / $85.22
Engineering Technician II / $ 45.89 / $46.72 / $47.56 / $48.41 / $49.28
Engineering Technician VI / $ 91.84 / $93.49 / $95.18 / $96.89 / $98.63
Environmental Technician / $ 62.05 / $63.17 / $64.30 / $65.46 / $66.64
Laboratory Technician / $ 56.26 / $57.27 / $58.30 / $59.35 / $60.42
Technical Writer / $ 87.54 / $89.12 / $90.72 / $92.35 / $94.02
Truck Driver / $ 54.13 / $55.10 / $56.10 / $57.11 / $58.13
Sample Location Technician / $ 69.37 / $70.62 / $71.89 / $73.18 / $74.50
UXO Tech I (Regular Time) / $ 61.59 / $62.70 / $63.83 / $64.98 / $66.15
UXO Tech I (Regular Time Avoidance) / $ 72.24 / $73.54 / $74.86 / $76.21 / $77.58
UXO Tech I (Regular Time Hazardous) / $ 75.03 / $76.38 / $77.76 / $79.15 / $80.58
UXO Tech II (Regular Time) / $ 74.50 / $75.84 / $77.21 / $78.60 / $80.01
UXO Tech II (Regular Time Avoidance) / $ 85.69 / $87.23 / $88.80 / $90.40 / $92.03
UXO Tech II (Regular Time Hazardous) / $ 88.98 / $90.58 / $92.21 / $93.87 / $95.56
UXO Tech III (Regular Time) / $ 89.29 / $90.90 / $92.53 / $94.20 / $95.89
UXO Tech III (Regular Time Avoidance) / $ 101.06 / $102.88 / $104.73 / $106.62 / $108.54
UXO Tech III (Regular Time Hazardous) / $ 104.94 / $106.83 / $108.75 / $110.71 / $112.70
UXO SO/QC (Regular Time) / $ 121.44 / $123.63 / $125.85 / $128.12 / $130.42
UXO SO/QC (Regular Time Avoidance) / $ 126.28 / $128.55 / $130.87 / $133.22 / $135.62
UXO SO/QC (Regular Time Hazardous) / $ 131.14 / $133.50 / $135.90 / $138.35 / $140.84
SUXOS (Regular Time) / $ 129.01 / $131.33 / $133.70 / $136.10 / $138.55
SUXOS (Regular Time Avoidance) / $ 134.17 / $136.59 / $139.04 / $141.55 / $144.09
SUXOS (Regular Time Hazardous) / $ 139.33 / $141.84 / $144.39 / $146.99 / $149.64
UXO Program HSM (Regular Time) / $ 121.44 / $123.63 / $125.85 / $128.12 / $130.42
UXO Program HSM (Regular Time Avoidance) / $ 126.28 / $128.55 / $130.87 / $133.22 / $135.62
UXO Program HSM (Regular Time Hazardous) / $ 131.14 / $133.50 / $135.90 / $138.35 / $140.84
Senior Geophysicist / $ 124.30 / $126.54 / $128.82 / $131.13 / $133.49
UXO Project Superintendent / $ 139.45 / $141.96 / $144.52 / $147.12 / $149.76
UXO Project Manager / $ 143.63 / $146.22 / $148.85 / $151.53 / $154.25
UXO Program Manager / $ 195.80 / $199.32 / $202.91 / $206.56 / $210.28
UXO Program QC Manager / $ 134.69 / $137.11 / $139.58 / $142.09 / $144.65

*Rates shown below are fully burdened. SCA STATMET

The Service Contract Act (SCA) is applicable to this contract and it includes SCA applicable labor

categories. The prices for the cited SCA labor categories are based on the U.S. Department of Labor

WD Number(s) identified in the SCA matrix. The prices offered are based on the preponderance of

where work is performed and should the Contractor perform in an area with lower SCA rates,