ST0102-CN011220Since 1972
GEO-MARINE, INC.
ENGINEERING AND ENVIRONMENTAL SERVICES
13 December 2001
Ms. Suzan Taylor
City of Coppell
255 Parkway
Coppell, TX 75019
RE: DelineafionofWatersoftheU.S. for the Ruby Road Conslraction Project /,~"~ 1~)/ ~D ~
GMI B&P No. 71000.03.17
Dear Ms. Taylor,
Enclosed please find a proposal and cost estimate for the above project. This is being submitted based on
conversations we had at the site on 11 December 2001. Although it is Geo-Marine, Inc.'s (GMI) oppinion
that the pond on the site is not jurisdictionaI, the f'mal determination must be made by the U.S. Army Corps of
Engineers (USACE). Therefore, GMI will provide a letter report describing our findings and conclusions of
the pond. After the city approves the letter report, GMI would submit this report on the behalf of the City of
CoppelI and coordinate with the USACE to receive an official jurisdictional determination.
If the City of Coppell finds the terms and conditions presented in the two enclosed contracts acceptable,
please sign both copies and return them for GMI to begin work. These contracts were developed based on
the ones submitted in May 2000 to Mr. Ken Griffm for a similar project. In the event that there are any
questions, please contact me at 972/423-5480 or rreinecke@geo-marine.com-
Sincerely,
Geo-Marine, Inc.
~di ~¢in¢¢~e
~¢tland ~i~lo~ist
Enclosure
550 E. 15th St.~ · Piano, TX 75074 · Tel: (9721423-5480 · Fax: (972} 422-2736
Dallas - Ft. Worth, IX · El Paso. TX · San Antonio. IX ·Knoxville, TN · Ney, port News. VA · Panama City, FL · Fajardo. Puerto Rico
E-5, a gm (~wgeo-marine.com · v, ebsite: wv,~.'geo-manne corn
GEO-MARINE, INC.
B&P # 71000.03. f7
CONTRACTOR: Geo-Marine, Inc.
CONTRACTOR REPRESENTATIVE:
Carlos Nava, Contract Administrator
CONTRACTOR ADDRESS:
550 East Fifteenth Street
Plano, Texas 75074, USA
CLIENT: City of Coppell
CLIENT REPRESENTATIVE: Suzan C. Taylor
CLIENT ADDRESS:
City of Coppell
255 Parkway
P.O. Box 478
Coppell, TX 75019
This Agreement for Services ("Contract") is made by
and between CONTRACTOR and CLIENT. In
consideration of the mutual agreements contained
herein and subject to the terms and conditions hereof
the parties hereby agree as follows:
1. Scope of Work. CONTRACTOR shall perform
services as set forth in the attached Scope of Work,
identified as Exhibit C, which is hereby incorporated by
reference. For purposes of this Contract, thc term "Site"
shall mean the property and/or buildings and fixtures
referred to in the Proposal. CONTRACTOR shall begin and
complete services in accordance with the schedule set forth
in thc Proposal. The foregoing services are herein
collectively called the "Services."
2. Amendments. CLIENT, without invalidating this
Contract, may order changes within the general scope of the
Services required by this Contract by altering, adding to
and/or deducting fiom the Services to be performed, and
any such changes in the Services shall be performed subject
to this Contract. Upon receipt of CLIENTs written or
telephone request, CONTRACTOR shall return to CLIENT
a change proposal setting forth an adjustment to the
Services and Project Cost estimated by CON'IIL~CTOR to
represent the value of the requested changes. Following
CLIENTs review and acceptance of CONTRACTOR's
change proposal, CLIENT and CONTRACTOR shall
execute a written amendment for those services CLIENT
then considers appropr/ate. CONTRACTOR shall have no
obligation to perform additional services contained in any
Agreement for Engineering, Environmental &
Cultural Resource Services
amendment until such time as the amendment is signed by
both parties.
3. Proiect Costs. This Contract constitutes a Time and
Materials Contract in accordance with the rates identified in
Exhibit A, which is hereby incorporated by reference.
CONTRACTOR shall submit invoices for the Services to
the attention of CLIENT Representative at CLIENT
Address in accordance with the Proposal. Payment on
account of CONTRACTOR's services shall be made within
th/ny (30)days of the date of an invoice; however, if
CLIENT objects to all or any portion &any invoice, it shall
so notify CONTRACTOR of the same within ten (10) days
fiom the date of actual receipt of the invoice and shall pay
timely that portion of the invoice not in dispute. The parties
shall immediately make every effort to settle the disputed
portion of the invoice. Interest on unpaid and undisputed
invoices of CONTRACTOR shall accrue at a tale of 1.5%
per thirty (30) days, or the maximum amount allowable by
law.
4. Confidentiality. All information and data
developed pursuant to the performance of Services under
this Contract, or supphed to or obtained by
CONTRACTOR from CLIENT or any of its contractors, or
generated by CONTRACTOR. or its subcontractors in
writing, in the form of drawings, orally or by observation
("Confidential Material") is confidential and will be
afforded confidential treatment by CONTRACTOR, its
agents, employees and subcontractors.
5. Relationship of the Parties.
A. It is understood that all services rendered to
CLIENT under this Contract shall be mointored by
CLIENT; however, CONTRACTOR's dally activity,
schedules, health and safety precautions, methods and
means of performing the actual Serv/ces shall be the
responsibility of the CONTRACTOR. CONTRACTOR, its
employees, agents, affiliates or subcontractors shall act
solely as an independent contractor in performing the
Services. Nothing herein shall be conslraed to create the
relationship of employer and employee, principal and agent,
partners or joint venturers between or among CLIENT and
CONTRACTOR or its employees, agents, affiliates or
subcontractors. Except as specifically provided in this
Contract, CONTRACTOR shall have no right or authority
to act for CLIENT and will not enter into any contract or
other agreement, or incur any debt, liability or obligation of
any nature in the name of or on behalf of CLIENT.
B. CONTRACTOR, its agents, affiliates, and
subcontractors shall pay all salaries, wages, expenses, social
security taxes, federal and state unemployment taxes and
any other similar payroll taxes relating to the performance
of this Contract. CONTRACTOR, its employees, agents,
affiliates, or subcontractors shall not be considered agents
or employees of CLIENT.
Page I of 4 Commercial Contract - Contract revS.doc 07/01/01
THIS CONTRACT IS NOT VALID UNTIL COUNTERSIGNED BY ~ CONTRACTOR AND ANY OFFER iS SUBJECT TO ACCEPTANCE BY THE CONTRACTOR
GEO-MARINE, INC,
B&P # ?~O00.03. f?
6. Contact with Government Agencies. In performing
the Services, CONTRACTOR, its employees, agents,
affiliates and subcontractors shall cooperate with all federal,
state and local governmental agencies having authority over
the subject matter hereof and the performance of the
Services; provided, however, neither CONTRACTOR nor
its agents, employees, affiliates nor subcontractors shall
contact any governmental authority for any purpose without
the prior written consent of CLIENT.
7. CONTRACTOR's Representatiom, Warranties and
Covenants.
A. Permits; Licenses; Training: Staflln~ and
Equipment. In the performance of the Services,
CONTRACTOR, its employees, agents, affiliates and
subcontractors shall meet all the necessary qualifications for
and hold any and all applicable licenses or certifications
required by federal, state or local roles and regulations to
conduct the Services. CONTRACTOR has the means,
capability, experience, registrations, licenses, permits and
all necessary governmental approvals and authorizations
necessary to perform the Services. Without limiting the
generality of the foregoing, CONTRACTOR, its employees
and subcontractors shall have taken all training and
certification courses required under all applicable federal,
state and local laws, roles and regulations. CONTRACTOR
represents that it has, or will secure at its own expense, all
personnel, equipment, and subcontractors requked in its
performance of the Services. CONTRACTOR shall be
responsible for supervision and direction of the services by
CONTRACTOR's employees and the services of any
subcontractors. Unless otherwise specified in the Proposal
or this Contract, the CLIENT shall be responsible for
obtaining all site-specific permits required by federal, state,
or local roles and regulations.
B. Contractual Prohibition. CONTRACTOR hereby
represents that neither it nor its employees, agents, or
subcontractors are subject to any restrictive obligations
imposed by any third party which would impair
CONTRACTOR's or its employees', agents' or
subconU'actors' ability to perform the Services, or wkich
would prevent CONTRACTOR, its employees, agents, or
subcontractors from maintaining the maximum
confidentiality provided for in this Contract.
C. Site Conditions. CLIENT will inform
CON"TRACTOR about location of utilities and secure
access to Sites. CLIENT will be liable for any damage to
utilities or the property of others not properly identified to
CONTRACTOR. CLIENT will inform CONTRACTOR
of all known or suspected hazardous conditions on the Site,
either currently existing or as soon as CLIENT becomes
aware of potential risks. Unless otherwise noted here all
investigation-derived wastes will be properly containerized
by CONTRACTOR, left on the Site, and become the
property and responsibility of CLIENT.
Agreement for Engineering, Environmental &
Cultural Resource Services
D. Due Authorization; Good Standing.
CONTRACTOR and CLIENT have the power and
authority to enter into tkis ConWact. The execution and
delivery of this Contract and the performance of the
Services hereunder has been duly authorized by all
necessary corporate action. Upon execution, this Contract
will constitute the binding and valid obligations of
CONTRACTOR and CLIENT enforceable in accordance
with its terms. CONTRACTOR is in good standing in and
qualified to do business in the State of the project.
E. Payment of Claims. Client agrees to make
payment to GMI for Services rendered in the amounts and
on the terms specified above, regardless of whether Client
or another person or entity is legally responsible for the
work and regardless of whether Client is entitled to
reimbursement for such costs fi.om its or from some other
person's or entity's insurance carrier or client.
CONTRACTOR shall make a good faith effort to maintain
the Site flee and clear of any and all liens, claims or
encumbrances perminlng to responsibilities outlined in
Exh/bits A & C. CLIENT shall promptly pay all bills
incurred by CONTRACTOR in performance of the
Services. In the event that ail fees and moneys owed for the
Services provided are not paid in accordance with tiffs
Agreement, and Exhibits A & C, then CLIENT grants
CONTRACTOR the right to prepare and file a mechanic's
lien with the county clerk where the Services were
performed to secure payment. This clause will serve as
advance notice for filing of the mech~nlc's lien if such
notice is required.
F. Equal OpporluniW. During the Services,
CONTP, ACTOK shall, in good faith, afford equal
oppornmity as set forth under and required by federal, state
or local roles and regulations to all employees and
applicants for employment without regard to race, color,
religion, sex, handicap, or mtior~ origin. CONTRACTOR
further agrees to afford equal opportunity as set forth and
reqmred by federal, state or local rules and regulations to
any lower-tier subcontractors and vendors that are
"disadvantaged business enterprises" or "women-owned
enterprises," as defined by federal regulations in effect on
the date of this Contract
8. Delays and Termination. CLIENT or
CONTRACTOR may terminate this Contract upon forty-
eight (48) hours prior written notice should the other party
fail substantially to perform in accordance with the terms
and conditions of this Contract through no fault of the
terminating party. CLIENT or CONTRACTOR may
exercise the option to terminate this Contract without cause
at its discretion upon ten (10)working days prior written
notice. A complete settlement of all claims of
CONq2~,ACTOR upon such termination of this Contract
shall be made as follows: CLIENT shall compensate
CONTRACTOR for the Services performed up to the date
Page 2 of 4 Commercial Contract - Contract rev8.doc 07/01/01
GEO-MARINE, INC.
B&P # 7f000.03. t7
of receipt of texmi~tion, plus r~asonable costs incurred in
terminating the Services and a reasonable fee. In the event
Services cannot be performed on or before the projected
due date because of circumstances beyond the control of
CONTKA. CTOR, including, strike, fire, riot, act of God,
goveramental action, action or omission by CLIENT, the
Services shall be amended by CONTRACTOR and
CLIENT in accordance with paragraph 2 of th/s Contract.
9. Compliance with Laws. The Services shall be
performed in full compliance with all applicable federal,
state and local laws, rules and regulations.
10. Indemnity. CONTRACTOR shall indenmify,
defend, and hold harmless CLIENT fi.om and against any
and all lawsuits, claims, liabilities, actious, causes of action,
demands, losses, damages, forfeitures, penalties, fines, costa
and expenses, including, but not limited to, attomeys' fees
and expenses, arising fi.om (i) a breach by CONTRACTOR
of any term or provision of this Contract; or (ii) any error,
omission, negligence or misconduct of CONTRACTOR or
its employees, agents or other subcontractors; or (iii) any
injury or death of an employee or other conUactor employed
or retained by CONTRACTOR. CLIENT shall indemnify,
defend, and hold harmless CONTRACTOR from and
against any and all lawsuits, claims, liabilities, actions,
causes of action, demands, losses, damages, forfeitures,
penalties, fmcs, costs and expenses, including, but not
limited to, attorneys' fees and expenses, arising from (i) a
breach by CLIENT of any term or provision of tiffs
Contxact; or (ii)any error, omission, negligence or
misconduct of CLIENT or its employees, agents or other
subcontractors; or (iii) any injury or death of an employee
or other contractor employed or retained by CLIENT
1 I. Insurance.
In addition to any other insurance which CONTRACTOR
may be required or choose to carry, CONTRACTOR shall,
at its sole expense, maintain in effect at all times during the
performance of the Services under this Contract insurance
coverages and corresponding amounts in accordance with
the attached insurance certificate. Such policies shall be
with insurers licensed to do business in the state of Texas.
CONTRACTOR shall pay any and all deductibles or
retentions under all insurance carded by CONTRACTOR
12. Assigranents/Subcunb-acts.
A. Neither this Contract nor any interest, claim or
obligation hereunder shall be assigned or transferred by
CONTRACTOR or CLIENT to any party or parties without
the prior written consent of the other party.
B. CONTRACTOR may subcontract portions of the
Services to other persons or corporations. Tiffs in no way
relieves CONTRACTOR of the obligation to select
qualified subcontractors. The fees and costs of such
subcontractors shall be included in CONTRACTOR's
Agreement for Engineering, Environmental &
Cultural Resource Services
compensation as provided in paragraph 3 of this Contract,
All obligations imposed upon CONTRACTOR pursuant to
this Contract shah be similarly imposed by
CONTRACTOR upon any such subcontractor.
13. Counterparts; Headings: Tenses. This Contract
may be executed in any number of counterparts, each of
which will be deemed an original, but all of which will
coustitute one and the same instrument. The headings
herein are for convenience of reference only and shall not
be deemed a part nf this Contract,
14. Invalidity; No Implied Waiver. In the event that
any one or more of the provisions contained in this Contract
shall for any reason be held invalid, illegal or unenforceable
in any respect, such invalidity, illegality or unenforceability
shall not affect any other provision of this Contract, No
failure to exercise, and no delay in exercising, any fight,
power or remedy under this Contract shall impair any fight,
power or remedy which any party hereto may have, nor
shall any such failure or delay be construed to be a waiver
of any such right, power or remedy or an acqu/escence in
any breach or default under th/s Contract absent an express,
written waiver or acquiescence, nor shall any waiver of any
breach or default be deemed a waiver of any default or
breach subsequently occurring under this Contract.
15. Venue and Governing Law. The parties stipulate
and agree that this Contract is entered into in Collin County,
Texas and all payments due hereunder are due in Collin
County, Texas and that venue to bring any proceeding for
the enforcement hereof is proper in Collin County, Texas.
The parties stipulate and agree that this Conttact shall be
governed by and construed under the laws of the State of
Texas.
16. Notices; Commmficatious. All notices or
communications required or permitted to be given or made
hereunder by any party hereto shall be in writing and shall
be deemed to have been duly given il'personally delivered
or transmitted by first class, registered or certified mall,
postage prepaid, expedited delivery service, or telegram.
17. Arbitration. Any controversy or claim arising out
of ur relating to this Contract or the breach nf this Contract
shall be settled by arbitration in accordance with the
Commercial Arbitration niles of the American
Association, and judgment upon the award rendered may be
entered in any court having jurisdiction thereof.
18. Attorneys Fees. The prevailing party in any
arbitration proceeding or litigation brought to enforce the
provisions of this Contract shall, in addition to such other
relief as may be awarded, be entitled to recover its
reasonable attorney's fees and costs of suit fi.om the non-
prevailing party.
19. Entire Agreement. This Contract constitutes the
sole and entire agreement between the parties hereof. This
Page 3 of 4 Commercial Contract - Contract rev8.d~c 07/01/01
THIS CONTRACT IS NOT VALID UNTIL COUNTERSIGNED BY THE CONTRACTOR AND ANY OFFER IS SUBJECT TO ACCEPTANCE BY TH~ CONTRACTOR
GEO*MARINE, INC.
B&P # 7'1000,03.'17
Conlract replaces and supersedes all prior discussions and
agreements between ~ and CONTRACTOR with
respect to thc matters contained herein.
AGREED AND ACCEPTED:
~ame: ~__J ?~ ~-/' ,77~ ' ' -~5/
Title: C'-"/fi"7
Agreement for Engineering, Environmental &
Cultural Resource Services
CONTRACTOR: GEOkMAREVE, INC.
Name: Carlos Nava
Title: Contracts Admi~strat~r
Date: ' ~/,~ / o ~
Page 4 of 4 Commercial Contract- Con~act rev8.doc 07/01101
THIS CONTRACT IS NOT VALID UNTIL COUNTERSIGNED BY THE CONTRACTOR AND ANY OFFER IS SI.J~/ECT TO ACCiE~FrANCI] BY ~ CONTRACTOR
EXHIBIT A
Compensation for Environmental Services is estimated not to exceed $1.000.00 based on the following
Time and Materials Rate Schedule.
L
ENGINEERING, ENVIRONMENTAL & CULTURAL RESOURCE SERVICES
Time nnd Materials 1L~te Schedule
Exhibit A: Effectve 4/0l/0i
Ao
Personnel
Professional, Technical and Supervisory Personnel Rates: These rates apply to personnel performing labor in support of the
contract work (whether performed on site or off site).
.CLASSIFICATION.
HO~Y~
Archeologist, Senior 75.00
Archeologist 55.00
Archeologist, Field Supervisor 45.00
Architect, Historic 101.00
Architectural Historian 55.00
OsteologSst, Sunfior 75.00
Osteologist' Project 50.00
Biologist / Wetland Scientist, Senior 85.00
Biologist/Wetland Scientist, Project 70.00
Biologist / Wetland Scinntst 55.00
CADD/GIS / Graphics Project Manager 135.00
Ch~.st 75.00
Ecologist, Senior 90.00
Ecologist, Project 75.00
Ecologist 60,00
Economist, Senior 100.00
Economist, Project 75.00
Engineer, Senior 100.00
Engineer, Project 80.00
Engineer 60.00
Environmental Scientist' Senior 95,00
Environmental Scientist' Project 80.00
Envirommental Scientist 65.00
Enviromnental Noise Specialist 75.00
Geologist/Hydrogeologist' Senior 80.00
Geologist/Hydrogeologist, Project 65.00
Historian 60.00
Industrial Hygien/st / Safety Professional 90.00
ManageL Program / Noise Specialist 135.00
Air Specialist 90.00
Manager, Project / Operations 90.00
planner, Senior 90.00
Plarmer, Project 70.00
Principal, Principal Oversight & Technical 150.00
Scientist' Senior 90.00
Scientist, Project 70.00
NEPA Pro~'am Manager 120.00
NEPA Project Manager 95.00
NEPA Specialist 85.00
Operations and Administrative Personnel Rates: These rat~s apply to personnel performing labor in support of the con~'act
work (whether performed on site or offaite).
CLASSIFICATION
Administrator, Project / ConU'act
Technical Editor
Clerical / Secretarial, Project
CADD/GIS/Graphics Technician, Scm/or
CADD/GIS / Graphics Technician, lh'ojeot
CADD/GIS / Graphics Technician, Junior
Foreman, Emergency Response
Foreman, Remediafion
Officer, Site Safety
Operator. Equipment
Supervisor, Emergency Respovae
Supervisor / Driller, Genprobe
Supervisor, Remediation
Technician II, Archeological
Technician I, Archeological
Technician, Emergency Response
Technician II, En$inee~/ng
Technician I, Engnnecnng
Technician, Geoprobe
Technician, Industrial Hygiene/Environmental
Technician, Rerne~diaton
HO~Y~
55.00
65.00
45.00
90.00
70.00
55.00
75.00
65.00
75.00
45.00
85.00
75.00
75.00
40.00
30.00
50.00
65.00
55.00
45.00
45.00
40.00
Page 1 of 4
commercial Rate Schedule rev 6 5/1/01
GRO-HARINE, TNC.
II.
Section I.B. Notes -
1. Standard Hours - All labor rates above arc for "Standard Hours". For puqvoses of th/s Rate Schedule, "Standard Hours" is
defined as the first forty (40) hours worked by the employee on this project during any calendar week between the hours of 8:00
a.m. and 5:00 p.r~ Monday through Friday, exclusive of Goo-Marine holidays. A calendar week is Monday through Stmday.
2. Non-Standard Hours - For purposes of this Rate Schedule "Non-Standard Hours" is defined as: (1) all hours worked before 8:00
a.m. and/or aRer 5:00 p.m. Monday through Friday; (ii) all hours worked on this project between 8:00 a.m. and 5:00 p.m.,
Monday through Friday which arc also in excess of eithar eight (8) hours worked in any calendar day or forty (40) hours worked
in any calendar week; and (iii) all hours worked on Saturdays and/or Sundays. Labor performed during Non. Standard Hours wili
be billed at one and one-half (1.5) times the rate schedule amounts in Section I. A. above and Section I. B. below.
Notwithstanding the above, any hours worked on an Oeo-Marine holiday will be billed az "Holiday Hours' pursuant to Note 3
below.
3. Holiday Hours - The rates for labor performed on Gee-Marine holidays will be 2 time~ the rates scheduled in Section I. A.
above.
4. Goo-Marine holidays arc: Thanksgiving, Day after Thanksgiving, Chrislmas, New Year's Day, Good Friday,.Memorial Day,
independence Day, and Labor Day. If any work performed is subject to a collective bargaining agreement or ts performed by
union ~mployees, Goo-Marine shall include any additional holidays provided for in the applicable collective bargaining
agreement.
Notes Pertaining to Rates in Section I.A. and Section I.B. -
1. The above rates apply to all perso~mel on the project whether actual Goo-Marine employees or tempo,.rar¥ labor (e.g. l~r?ided
through labor sexxSces or subconWacturs) and will be billed at the eorreeponding hourly rates above apphcabhi to the posmun.
2. Ge, o-Marine pemorm¢l will be billed to the contract for the time required to mobilize, service, repair and restock all vehicles and
equipment used in the performance of the contract.
3. Ia the event any personnel scheduled above are engaged to provide expert testimony in any court or admialsU'ative preceding the
rate for such person while testifying either at a deposition or hearing shall be two (2) times the hourly rate scheduled above.
4. Travel time for personnel shall be billed at the corresponding rate stated above.
Equipment Rental
Vehicles, Trailers and Equipment -
DESCRIPTION
GeoProbe System, 5400 series, truck mounted
Trailer, Equipment Storage
Trailer, Steam Cleaner, 1500 psi heated
Trailer, Utility
Truck, Va-3~4 ton
Truck, 1 ton 2x4
Truck, I ton 4x4
Vehicle, Utility (Sedan/Van)
Work Boat w/motor, 12-16 f~
Work Barge w/motor, 16-18 it
Work Boat w/twin motors, 26R
ATV (4-wheei)
RENTAL RATE
1300.00/day + .55/mile >50 miles
100.00/day
150.00/day
100.00/day
12.50/hr + .45/mile
20.00/hour + .45/mile
25.00Paour + .45/mile
10.00/hour + .45/mihi
225.00/day + fuel
350.00/day + fuel
950.00/day + fuel
350.00/day + fuel
NOTE: For purposes of compuung rental charges, the term calendar d y connotes an 8-hour period. The rental period begins
when an item of equipment is first made available for use on the Work and continues ~ntil such ~quipment is retained to Goo-
Marine or is returned to a third party supplier. Daily use above the listed 8-hour rate will be charged at a pro-rated .hourly ra!e
based on the 8-hour rate divided by 8. The above rates do not include operators and supplies that will be billed at rates hsted m this
schedule.
Testing Equipment
DESCRIPTION
Area~Personal Air Moaitors
Combustible~Oxygen Multiple Gas Detector
Combustible/Oxygen Gas Detector
Direct Reading Detector
Drager Pump (detector tubes additional)
Flamelonization Detector (FID)
Gas Chromatograph, Portable
Mercury Vapor Meter
Noise Dosimeter
pH Meter
Photoioalzation Detector (PID)
Slim Tube Sampler
Split Spoon Sampler
Sub-surface Soil Sampler
Water Level Iadicator
Hydrolab
75.00
100.00
50.00
300.00
50.00
100.00
250.00
150.00
I00.00
50.00
100.00
100.00
105.00
75.00
25.00
105.00
Page 2 of 4
Commercial Rate Schedule rev 6 5/01/01
Other Equipment -
DESCRIPTION
Camera, Digital
Camera, Underwater Digital
Camera, 35 mm
Camera, Video
Computer, Portable
Copier, Portable
Fax, Portable
Global Positioning System (Pro XP~)
Global Positioning Systera (Pro XRS) v~ Laser
Hygrometer
Ne~s, Siene
Phone, Mobile
Printer, Portable
Radio, Base
Radio, Hand-held
Sampler, Ekman Dredge
Tools, Small (shovels, ffowels, etc.)
D. Other Rental Provisions
DAILY RENTAL RATIO.
25.00
200.00
20.00 plus supplies & developing
50.00 plus tapes
25.00
25.00 plus supplies
25.00 plus supplies and airtime
75.00
100.00
25.00
20.00
25.00 plus $1.00/minute of airfime
25.00 plus supplies
100.00
25.00
20.00
5.00
The following additional rental provisions apply to the extent they do not conflict with any of thc Notes above.
1. The rates scheduled above apply to equipment utilized by Geo-Marinc in thc performance of the work. R~nnd shall be
charged for all hours the equipment is in the possession of Geo-Marine eml~loyee~ peffo .m~ing w..o.rk, at the work site, whether
or not such equipment is in constant use. The mm~mum rgntni period for dally eqmpmeot is one [1) nay.
2. The rates stated in sections Il. A through C above si~all be applied to. all.items of equiEmant on the s?.hed~ules.w, hi~h
u~lized in the p~fo.~e of the wort, whether s~pl~ ~.o.m ~M~.na mveoto~y, ~pecndIy p~cha~.o~y~a-ne
p~rformance of the work, procured from an Geo-Marine affiliate, or rented by Geo-Marme from a non-arena
3. The charges for opgrators to man the equipment in Sec'dona II. A through F are not included in the rates and will be charged
using the appropriate labor category in Section I except for the daily rate for GeoProbe scndces.
4. The rates in S~tion 1I. do not include pick-up, delivery, consumables us~ in operation of the equipment, fuel, oil and grease,
tarps, and/or demurrage and will be charged at cost plus twenty perc~t (20%).
IH. Personal
A.
Protective Clothing and Equipment
Protective Clothing and Respiratory Items -
DESCRIPTION
Boots/Booties:
Booties, Saranex
Booties, Tyvek
Boots, Chemical
Boots, Latex Overshoe
Breathing Cartridges:
HEPA Racal
Mersorb, Mtl /Mercury Vapors / Chlorine
GME-H, Vap./Chlorine / Asbestos / Rad.
GMD-H, Ammonia / Methylamine / Rad.
GMD, Ammonia / Methylamina / Rad.
GIMP, Pesticide / Paint / Dust / Vapors
Gloves:
Liners
4H Protective
Brown Jersey Cotton
Nitrile / Pettoflex
Leather, Work
Latex / Nitrile Sampling
Suits:
Level A (Airline or SCBA)
Level B
Level C
Level D
Rain Slicker (heavy duty)
Rain Slicker (disposable)
Saranex w / Hood & Feet
Tyvek
Nomex
pRICE (listed orice or oer V.C.)
5.25/pair
2.10/pair
55.00/pair
6.00/puir
53.50/each
31.00/pair
27.00/pair
23.00/pair
l~.00/pnir
15.30/pair
9.60/pair
2,50/pair
4.25/pair
12.00/pair
1.00/pair
990,00/per person per day
400,00/per person per day
70.00/per person per day
10.00/per person per day (se~ also V.D.)
49.50/each
15.00each
25.70/each
10,50/each
100.00/each
Page 3 of 4
Co~nercial Rate Schedule rev 6 5/1/0~
GEO-HA~INE, IHC ~,
Additional Items -
DESCRn~rION
Breathing Air Linc - 50 ft.
Breathing Air Refills (]ow pressure)
Breathing Air Rcfilla (high pressure)
12 Cylinder Pack of Breathing Ah'
Escape Pack 5 Minute
Manifold and Regulator
Portable Breathing Air System (Class C, Grade D)
SCBA 30 Minute
$CBA 60 Minute
PRICE {listed orlee or ocr V.C.)
15.00/day
10.00/40 cfbtl
15.00/65 cfbtl
120.00/day
30.00/day
90.00/day
210.00/day
40.00/day
52.00/day
IV. Materials
DESCRIPTION
Bags (Unmarked), 6 mil
Brush, Decon
Decon Pools
Detector / ColormetricTubes
PCB Wipe Sample 1 oz. and Container
pH Sticks
Polyethylene Sheeting (20' x 100' roll) 6 mil
Tubes, Colliwasa
Wipes, Woven Cotton
Section IV. Notes -
pRICE (listed price or ocr V.C.)
2.25/each
9.88/each
9.75/each
12.50/each
4.30/each
11.00/package
85.00/roll
21.00/each
7.75/lb.
1. The foregoing pricea shall be applied to all matofials on the schedules above which are utilized in the performance of the work,
whether shipped to the site from Geo-Marine inventory, shipped directly to the site from Gee-Marine's sources, or purchased
locally by Geo-Mafine from either an affiliated or non affiliated entity.
V. Reimbursables
A. Subcontract Services - The compensation paid Geo-Marine for all laboratory sen, ices, testing services, uansportation, and/o~
other services which are not performed by individuals scheduled in Seel/on, I above working under the direct supervision of Geo~
Marine; but, rather, are subcontracted by Geo-Mafine, shall be Geo-Marine s cost for such subcontract service plus twenty percent
(20%) Geo-Marine mark-up on such costs.
- heduled. . Em.' meat. - The eom ensation pa d Geo-Marine for any equipment utilized by Gan-Marine in performance of the
B. Nwgrn~SwChich ,s no[qlxstPe~t ,n schedules ~Pu~der Section II and Ill above shall be Geo-Marlne's rental cost plus twenty percent (20%)
Geo-Marine markup on such costs.
C. Non-Scheduled Materials - The compensafi°n Paid Ge°'Marine thr anY matorials ufilize~l b,Y Ge°'M-arln-e in per~°.rm 'aneetx°vfentht~
work which are not listed in schedules under Section IV above shall be equal to Geo-Marme s cost ut SUCh materials plus ty
percent (20%) Geo-Marine mark-up on such costs.
D. Minimum Protective Equipment - Basic minimum protective equipment such as hard hats, safety goggles, safety shields, steel toe
boots, and Geo-Mafine's standard uniform are provided by Geo-Marine but not included in the schedules above. Geo-Mafine shall
be compensated for these iterva by the application of a charge of $10.00 per per~on for each day the person is on the work site and
billable to the contract.
E. Travel, Lodging and Per Diem - For all employees who do not reside in the local commuting area for the site of the work, Geo-
Marine shall be reimbursed for costs incurred for employee travel to and fi`om the work site on the basis of Geo-Marine's costs
incurred for such travel plus twenty percent (20%) mark-up on such costs. For all employees who do not reside in the local
commuting area for the site of the work, a lodging and per diem charge eqnival .en.t to the. app..roved, curreat ,g.o,x?rn~t [eatethPe~aa~
for that area shall be due for each day such employee ts present at the locale or me worz. rot purposes o~ tins scnmu ,
commuting area is defined as being within 50 miles of the work.
F. Freightrfransportafion Charges - Geo-Marine shall be compensated for costs incurred for the Wansportafion of equipment and
materials to the site of the work and for the transpomtion back of equipment and any remaining supplies and materials, upon
completion of the work, on the basis of Geo-Marine's cost for such transportation plus twenty percent (20%) Gen-Mafine mark-up
thereon.
G. Taxes and Permits - The rates contained in this schedule are exclusive of federal, state and local sales or use taxes and any permits
incident to performance of the work. Geo-Marine shall be compensated for all costs incurred for state, federal or local sales or use
taxes and/or the cost of any necessary pernuts on the basis of Geo-Manne s actua cost incurred for such items.
H. Licenses, Easementz and Rights of Way and Investigation Derived Wastes - Unless specified otherwise in this schedule or
the contract, the Client is responsible for obtaining and purchasing any licenses, easements, or rights of ingress or eg~e~s to
obtain access or right-of-way to property necessary to perform the work, The Client is additionally responsible for airangmg for
transportation and disposal of any investigation derived wastes,
Page 4 of 4
Commercial Rate Schedule rev 6 5/01/01
EXHIBIT B
This exhibit is not used.
EXHIBIT C
Scope of Services
Geo-Marine, Inc.
Ruby Road Wetland Delineation
Coppeli, TX
Prepared for:
City of Coppell
GMI B&P No. 71000.03.17
13 December 2001
Project Description
For this project, Geo-Marine, /nc. (GMI) wetland biologists will perform envLronmental surveys to
delineate waters of the U.S., including wetlands on approximately 5 ae~es along Ruby Road, near the
intersection of State Road in CoppeR, Texas. The delineation of wetlands will be conducted in accordance
with U.S. Army Corps of Engineers (USACE) 1987 Wetland Delineation Manual. The methodology
incorporates a multi-parametric approach requLring exddence of hydrophytic vegetation, hydric soils, and
wetland hythology for a positive wetland determination.
GMI will use existing data, such as the National Wetland Inventory map, soil survey, U.S. Geological
Survey map, and aerial photography to identify potential wetlands. An onsite field survey will then be
conducted to identify jurisdictional wetlands and other waters of the U.S. Wetland delineation data forms
will be completed for ali wetlands and adjacent upland sites for comparative purposes. The del/neation
will be mapped in the field utilizing field maps that will be transferred to digital topographic maps,
engineering figures, or aerial photographs. Based upon the field surveys, a report will be completed by
GMI detailing the general site conditions, the jurisdictional waters of the U.S. on the site, and
recommendations regarding permitting requirements.
Deliverables
Deliverables for this scope of services include:
· A brief letter report describing survey methodology, results, potential impacts, general permit
reformation, and any problems encountered potentially requiring consultation with the USACE for a
jurisdictional determLnation;
· Delineation map ofjurisdictiouaI waters of the U.S. on the site;
· Copies of field data sheets for all wetlands; and
· Color photographs of representative sites on the project area.
Additionally, this scope of services includes limited time to communicate delineation results with the
USACE Regulatory Branch, Fort Worth District.
Items to be Supplied by Client
The client has provided a site map depicting the limits of the road widening and the approximate
landmarks. The client will provide a recent digital aerial photograph to use as a base map for the
delineation.