HomeMy Public PortalAbout060-2020 - Andrews Engineering - Design and Quality AssuranceORIGINAL
AGREEMMiNT
THIS- AGREEMENT is made and entered into this 1 7- day of May, 2020, by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners, with its office at 50 North 51 Street, Richmond, Indiana, 47374 (hereinafter
referred to as the "City") and Andrews Engineering, 7486 Shadeland Station Way, Indianapolis,
Indiana 46256 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor for professional services for design, oversight and reporting
services of the 2020 New Paris Pike Landfill Gas Expansion Project.
City sent a Request for Quotes on February 19, 2020, seeking assistance for design and quality
assurance services to expand the existing gas collection system at the New Paris Pike Landfill.
The March 13, 2020 response and Professional Services Proposal of Contractor is contained in
Eight (8) pages of Exhibit "A", which is hereby incorporated by reference and made a part of this
Agreement. Contractor is to provide, among other things, a proposal for preparing design plans
to expand the existing gas collection system, along with performing construction oversight and
reporting services for the New Paris Pike Landfill. Contractor will also provide Construction
Quality Assurance (CQA) Monitoring and Certification Surveying as well as prepare a
construction certification report for submittal to Indiana Department of Environmental
Management. ("IDEM" ). The cost is at an hourly rate not -to -exceed $29,000.00 as described in
the attached scope and fee proposal included in Exhibit "A".
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits,. or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary for the proper
completion of all work specified.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or
warranties;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7-11(a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION H. STATUS. OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
SECTION III. COMPENSATION
City shall pay Contractor a sum at an hourly rate not to exceed Twenty -Nine Thousand Dollars
and Zero Cents ($29,000.00) for complete and satisfactory performance of the work required
hereunder and as set forth in Exhibit "A". The monies to be paid to Contractor are based upon
Contract No. 60-2020
Page 1 of 6
the services and the fee proposal submitted by Contractor, which is set forth in Exhibit "A", and
attached with this Agreement and made a part hereof.
SECTION 1V. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect
until final completion of all work.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at least five (5) working days written notice specifying the
effective date and the reasons for termination which shall include but not be limited to the
following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work
performed prior to the date this Agreement is terminated, but shall be relieved of any other
responsibility herein.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties
by setting forth the reasons for such termination, the effective date, and in the case of partial
termination, the portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for damage or injury to person or
property or other claims which may arise from the Contractor's conduct or performance of this
Agreement; provided, however, that nothing contained in this Agreement shall be construed as
rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor
shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will
protect it from the claims set forth below which may arise out of or result from the Contractor's
operations under this Agreement, whether such operations by the Contractor or by any sub-
contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose
acts the Contractor may be held responsible.
Coverage Limits
A. Worker's Compensation & Statutory
Disability Requirements
Page 2 of 6
B. Employer's Liability $100,000
C. Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
D. Comprehensive Auto Liability (if applicable)
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$2,000,000 each aggregate
F. Errors & Omissions Insurance $1,000,000 each occurrence
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor
violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than
thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual
damages.
Page 3 of 6
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged
in investment activities in Iran. In the event City determines during the course of this
Agreement that this certification is no longer valid, City shall notify Contractor in writing of
said determination and shall give contractor ninety (90) days within which to respond to the
written notice. In the event Contractor fails to demonstrate to the City that the Contractor has
ceased investment activities in Iran within ninety (90) days after the written notice is given to
the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-
16.5. In the event the City determines during the course of this Agreement that this
certification is no longer valid and said determination is not refuted by Contractor in the
manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be
in breach of this Agreement and terminate the agreement upon the expiration of the ninety
(90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCR D IINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
1. That in the hiring of employees for the performance of work under this
Agreement of any subcontract hereunder, Contractor, any subcontractor, or any
person acting on behalf of Contractor or any sub -contractor, shall not
discriminate by reason of race, religion, color, sex, national origin or ancestry
against any citizen of the State of Indiana who is qualified and available to
perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money
due or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RELEASE OF LIABILITY
Page 4 of 6
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless
the Contractor and all officers, employees or agents of the same from all liability which may arise
in the course of City's performance of its obligations pursuant to this Agreement.
SECTION XI. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of
its rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be. simultaneously executed in several counterparts, each of which shall be
an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement against Contractor, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
Any person executing this Contract in a representative capacity hereby warrants that he or she has
authorization, in writing, by his or her principal to execute this Contract on behalf of the
Contractor and that such authorization has not been revoked or rescinded.
Page 5 of 6
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of
the day and year first written above, although signatures may be affixed on different dates.
"CITY"
THE CITY OF RICHMOND, INDIANA
by and through its
Board of Sanitary Commissioners
a
By:
S er, President
C.---'�A-m—an Bakshi, Vice President
Gre teins, Member
Dated: 4-11
APPROVE . vra
DWI
Dated:
/
"CONTRACTOR"
ANDREWS ENGINEERING, INC.
Page 6 of 6
By: •
Title: Pie F--s.r. %%y A%%
Dated:
�ANDREWS
March 13, 2017
Mr. Elijah Welch, P.E.
District Engineer
Richmond Sanitary District
2380 Liberty Avenue
Richmond, Indiana 47374
Dear Elijah:
7486 Shadeland Station Way 1 317.595.6492
Indianapolis, IN 46256
Pursuant to our meeting dated February 19, 2020, provided herein is a proposal for preparing
design plans to expand the existing gas collection system along with performing construction
oversight and reporting services for the New Paris Pike Landfill. An estimated Scope -of -Work
and Opinion of Probable Cost has been provided for the overall 2020 Gas Expansion project. We
have divided our scope of services and proposed budget into three parts as noted further below.
Gas System Expansion Design Drawings & Bid Form
AEI will prepare a set of design drawings for a contractor to expand the existing gas collection
system including a bid form for estimated quantities. Drawings should be prepared on 11-inch by
17-inch sheets or larger and shall be drawn to a sufficiently large scale to clearly show the
information. In addition, a survey point file will be developed and provided with the gas system
details.
AEI will coordinate with the Richmond Sanitation District (RSD) in regards to the required
construction notification and approvals in permit condition E.2 and E.8 along with asbestos
notification for waste disturbance. RSD will need to provide the latest annual survey contours
once completed by the Surveyor. The proposed fee for the Design Drawings and Bid Form
services is estimated to be $5,000, to be billed as time and materials.
Construction Quality Assurance (CQA) Monitoring and Certification Surveying
CQA monitoring and surveying for the 2020 gas construction project shall consist of surveying,
documentation, observations and testing during all phases of construction activities. The CQA
technician will provide an initial survey to stakeout the new well locations along with new
header/lateral vacuum lines.
During drilling and well installation activities, the CQA technician shall be responsible for logging
the borehole, taking temperature readings of the waste spoils, and completing a daily field report
with photographs to document this phase of construction. During header and lateral piping
installation activities, the CQA technician shall be responsible for surveying and verifying that the
installed lines have achieved the designed grades, observe and document pipe pressure
readings, and completing a daily field report with photographs to document this phase of
construction.
ANDREWS-ENG.COM EXHIBIT'A' Page 1 of
• .INDIANA
Additional survey documentation will be obtained along with breaks in grade and at other locations
as required to clearly define the as -built conditions. The proposed fee for the CQA Monitoring
and surveying services is estimated to be $18,000, to be billed as time and materials.
IDEM Certification Report
Following the completion of construction activities, AEI will prepare a construction certification
report for submittal to IDEM. The report will contain, as appropriate, a cover letter signed by the
certifying CQA engineer, a narrative describing the construction activities, daily field reports
documenting construction activities, gas well boring and construction logs, pipe pressure testing
documentation, photographs documenting major aspects of facility construction, and as -built
drawings and table with certification survey points. The proposed fee for the Certification Report
preparation services is estimated to be $6,000, to be billed as time and materials.
We look forward to continuing our work with the Richmond Sanitary District. Once a PO is issued
and new annual contours are provided, AEI can begin on the design drawings and finalize the
construction. quantities. If you need any further information regarding our proposal, please contact
me. Thank you.
Sincerely,
(ux-41-
Derek Mauntel
Project. Director
cc: Darren Duncan
Douglas Mauntel
Enclosures: . Scope -of -Work and Opinion of Probable Cost for 2020 Gas Construction
2020 Standard Schedule of Charges for Professional Service
EXHIBIT'A' Page 2 of 8 , .
Scope -of -Work and Opinion of Probable Cost for 2020 Gas
Construction
EXHIBIT 'A' Page 3 of 8
•
BID WORKSHEET - NEW PARIS PIKE LANDFILL
2020 GAS SYSTEM CONSTRUCTION QUANTITIES
The following worksheet is used to make your cost proposal: Final quantities utilized for Agreement payment will be from actual field measurement.
CONTRACTORS are required to submit a bid for all work items on the bid list, except where identified "BY OTHERS" or "BY OWNER".
Area of Work
Unit
Unit Cost
($)
Estimated
Quantity
Actual
Quantity
Estimated Subtotal
Cost ($)
Actual Subtotal
Cost ($)
1.
Contract Items
a. Mobilization/Demobilization
LS
1
20,000
2.
Gas Extraction Wells
a. 6" HDPE SDR 11 Solid Piping
LF
100
1350
b. 6" HDPE SDR 11 Slotted Piping
LF
150
2025
c. Wellhead Assembly
EA
4
2200
d. Drilling Depth
LF
250
15000
e. Benching
EA
1
275
3.
Gas Collection and Conveyance System Installation
a. 12" HDPE SDR 17 Solid Gas Header Piping
LF
1060.
34000
b. 4" HDPE SDR 17 Solid Gas Header Piping
LF
355
5430
4.
Flange for Future Connections
a. 12" HDPE SDR 17 Solid Gas Header Blind Flange
EA
1
315
5.
Connections
a. 12" Flanged Connection to Existing 12" Header
EA
1
625
b. 4" Tie-in to Existing 12" Header
EA
1
1000
c. Search for Tie-in Component
EA
1
350
d. Miscellanoeus
LS
1
3430
6.
Gas System Design Plans
Ia.
Design Drawings & Bid Form
EA
1
5000
7.
Gas System CQA, Surveying & Certification Report
a. Construction Oversite
EA
1
16000
b. Surveying
EA
1
2000
L
c. Certification Report
EA
1
6000
TOTAL CONSTRUCTION COSTS
115,000
__7!�
EXHIBIT'A' Page 4 of 8
2020 Standard Schedule for Charges for Professional Services
EXHIBIT 'A' Page 5 of 8
•• •
�ANDREWS
- 2020 STANDARD SCHEDULE OF CHARGES FOR PROFESSIONAL SERVICES -
TECHNICAL SERVICES
For services rendered directly related. to the Project, Andrews Engineering Inc. (the CONSULTANT) will be paid at
the hourly rates listed below effective January 1, 2020:
PROJECT DIRECTORS
ProjectDirector I......................................................................................................................................$165.00
ProjectDirector II.......................................................................................................................................... $175.00
SeniorProject Director...................................................................................................................................$185.00
ENGINEERS
StaffEngineer.................................................................................................................................................. $75.00
EngineerI.........................................................................................................................................................$85.00
EngineerII....................................................................................................................................................... $95.00
EngineerIII.....................................................................................................................................................$105.00
ProjectEngineer I...........................................................................................................................................$120.00
ProjectEngineer II..........................................................................................................................................$135.00
SeniorProject Engineer................................................................................................................................ $160.00
PrincipalEngineer......................................................................................................................................... $195.00
GEOLOGISTS
GeologistI.......................................................................................................................................................
$80.00
GeologistII.......................................................................................................................................................$90.00
ProjectGeologist...........................................................................................................................................
$120.00
SeniorProject Geologist...............................................................................................................................
$140.00
SCIENTISTS AND SPECIALISTS
EnvironmentalScientist I.................................................................................................................................
$65.00
Environmental'Scientist II................................................................................................................................
$75.00
EnvironmentalScientist III..............................................................................................................................
$90.00
Senior Environmental Scientist ... ...................................................................................................................
$105.00
TechnicalSpecialist I.......................................................................................................................................
$80.00
TechnicalSpecialist II......................................................................................................................................
$90.00
TechnicalSpecialist III...................................................................................................................................$100.00
SoilScientist...................................................................................................................................................$100.00
ProfessionalLand Surveyor..........................................................................................................................
$140.00
SUPPORT STAFF
CADTechnician I.............................................................................................................................................$80.00
CADTechnician II...........................................................................................................................................
$90.00
SeniorCAD Technician.................................................................................................................................
$105.00
CADManager................................................................................................................................................$115.00
EngineeringTechnician I..................................................................................................................................$65.00
EngineeringTechnician II.................:..............................................................................................................$75.00
EngineeringTechnician III................................................................................................................................$80.00
EngineeringTechnician IV...............................................................................................................................$90.00
EnvironmentalTechnician I.......................................................................................................................
$60.00
EnvironmentalTechnician II......................................................................................................................
$70.00
SurveyCrew Chief...........................................................................................................................................$90.00
StaffAssistant:.................................................................................................................................................
$60.00
SeniorStaff Assistant......................................................................................................................................
$70.00
\\Aeeil\RateDocuments\2020\2020Standard Schedule ofChargcs Pagel o172
EXHIBIT'A' Page 6 of 8
�ANDREWS
- 2020 STANDARD SCHEDULE OF CHARGES FOR PROFESSIONAL SERVICES -
For expenses incurred directly related to the Project, the CONSULTANT will be paid at cost plus ten percent
(10%) for travel, lodging, and other related travel expenses or a per diem. Miscellaneous expenses and
outsourced printing/reproduction will also be billed at cost plus ten percent (10%). Other direct project related
expenses, such as express/shipping, etc. will be billed at cost. Mileage will be billed at the IRS standard rate
per mile -- subject to possible daily minimums and a fuel surcharge if gas prices surge significantly.
Computer charges for CAD and modeling will be$10.00/hr.
For services rendered by others under Subcontract to the CONSULTANT, the CONSULTANT will be paid at
Cost plus fifteen percent (15%).
The CONSULTANT'S services under this Schedule will be billed monthly for services rendered during the
preceding month. Payment for said service is due within thirty (30) days. A Finance Charge (Late Fee) of
one and one-half percent (1.5%) per month, which is an annual percentage rate of eighteen percent (18%),
will be added to delinquent accounts.
Testing and Equipment Rates and Miscellaneous Charges are available upon request.
A premium rate of one and one-half (1.5) times the regular rate shown will be billed for services
rendered on Sundays, Holidays and Holiday weekends.
A surcharge of twenty percent (20%) will be added for expert witness testimony and preparation for
testimony.
Certain specialty services may be subject to minimum charges.
This schedule of charges is subject to change without notice.
EXHIBIT 'A' Page 7 of 8 Page 2 oft
\\Aeeil\Rate Documents\2020\2020 Standard Schedule of Charges g
ANDREWS ENGINEERING, INC.
2020 Standard Expense Rate Sheet
Equipment
Rate
Unit#
ATV - Daily
$
50.00
701
Auto Level - Daily
$
20.00
001
Baro DiverSensor-Weekly
$
30.00
073
Bare DiverSensor -Monthly
$
90.00
074
Boat and Trailer
$
125.00
100
Cone Penetrometer- Daily
$
25.00
062
Confined Space Blower- Daily
$
30.00
085
Down -Hole Camera - Daily
$
120.00
078
Encore TM Soil Sampler- per Test
$
15.00
004
Flame Ionization Detector (FID) - Daily
$
225.00
012
Flame Ionization Detector(FID)-Weekly
$
575.00
013
Flow -through Cell - Daily
$
150.00
083
GasMonitor- Hourly
$
40.00
014
Gas Monitor -Daily
$
150.00
015
Generator - Daily
$
50.00
016
Geo Guard Controller/Compressor- Daily
$
150.00
017
BPS (Compact Hand Held Unit)- Daily
$
25.00
050
GPS Rover and Controller (only) - Hourly
$
40.00
067
GPS Rover and Controller (only) - Daily
$
250.00
068
GPS Rover and Controller (only) - Weekly
$
1,000.00
069
GPS Rover and Controller (only) - Monthly
$
3,000.00
070
.GPS Rover, Controller & Base (Full System) - Hourly
$
60.00
071
GPS Rover, Controller & Base (Full System) - Daily
$
425.00
047
GPS Rover, Controller & Base (Full System) -Weekly
$
1,700.00
048
GPS Rover, Controller & Base (Full System) - Monthly
$
4,000.00
049
Grundfos 220 Converter- Daily
$
50.00
018
Interface Probe - Daily
$
60.00
035
Micro-DiverSensor - Daily
$
20.00
075
Micro-DiverSensor - Weekly
$
60.00
076
Micro-DiverSensor - Monthly
$
175.00
077
Nuclear Density Gauge - Hourly
$
25.00
028
Nuclear Density Gauge- Daily
$
150.00
029
Nuclear Density Gauge- Weekly
$
650.00
030
Peristaltic Pump - Daily
$
75.00
033
Personal Gas. Meter -Daily
$
55.00
256
Personal Gas Meter- Weekly
$
135.00
257
Photo Ionization Detector (PID)- Hourly
$
25.00
036
Photo Ionization Detector (PID) - Daily
$
160.00
037
PIDwith 4-gasmeter -Daily
$
150.00
038
PIDwith 4-gasmeter- Weekly
$
300.00
039
Robotic Total Station - Hourly
$
30.00
066
Robotic Total Station - Daily
$
175.00
063
Robotic Total Station -Weekly
$
825.00
065
Safety Harness - Daily
$
50.00
086
Sound Dosimeter -Daily
$
50.00
087
Trailer - Daily
$
40.00
081
Trailer -Weekly
$
100.00
082
Tripod - Daily
$
150.00
088
Water Level Indicator -Daily
$
25.00
056
Water Tank and Trailer- Daily
$
75.00
057
Wind Velocity Meter- Daily
$
8.00
058
Field Tests (Fee per sample unless otherwise noted)
Rate
Unit#
Disposable Bailers (each)
$
10.00
206
.Dissolved Oxygen - Per test
$
13.00
207
In -Line Filters
$
20.00
205
Method 5035 Samples/Filters
$
32.00
203
Oxidation Reduction Potential - Pertest
$
13.00
208
pH Tests
$
7.50
200
Specific Conductance Tests
$
7.50
201
TurbidityTest(s)
$
10.00
212
Well Pump, battery operated -perwell
$
21.50
211
Effective Date 01/01/2020
Miscellaneous Charges
Rate
Unit#
Misc. Supplies/Equipment (out-of-pocket)
900
Custom Tabs and/or Map Pockets (Each)
900
Equipment Rental (out-of-pocket)
900
Feld Supplies (out-of-pocket)
900
Maps and/or Related Reports (out-of-pocket)
900
Report Binding (out-of-pocket)
900
Sampling Supplies (out-of-pocket)
900
Teleconference Charges
900
Bentonite (Bag)
$
25.00
124
CAD/Modeling Computer Usage - Hourly
$
10.00
103
Concrete Cylinders
$
25.00
080
Hubs and Laths (Bundle)
$
37.00
127
Hubs and Laths (Each)
$
1.50
128
Ice (Cooler)
$
5.00
132
Ice (Large Bag)
$
5.00
133
Ice (Small Bag)
$
2.00
134
Level B Personal Protective Equipment- Daily
$
100.00
136
Level C Personal Protective Equipment- Daily
$
50.00
122
Marking Paint -per can
$
8.00
101
NSF Returned Check Fee
$
45.00
104
Recordable Compact Disks (CD-R) & (DVD-R)
$
3.00
116
Report Binding (out of supply stock)
-
3 Ring Binders: 1/2 " (Each)
$
9.00
105
3 Ring Binders: I' (Each)
$
10.00
106
3 Ring Binders: 11/2 " (Each)
$
12.00
107
3 Ring Binders: 2 " (Each)
$
15.00
108
3 Ring Binders: 3 " (Each)
$
20.00
109
3 Ring Binders: 4 " (Each)
$
35.00
110
Acco Binders
$
8.00
111
Plastic Comb Binders (including front and back covers)
$
2.50
113
Rope (Linear Foot)
$
0.16
131
Shelby Tubes (Each, when not supplied by lab)
$
25.00
130
Standard Tabs and/or Map Pockets (Each)
$
1.50
112
Water (Case)
$
5.00
135
Printing.
Rate
Unit#
Copies - B & W
$
0.20
15o
Copies - Color
$
0.50
172
Plots - B & W 24" x 36"
$
3.00
157
Plots - Color24" x 36"
$
3.00
169
Outsourced Printing (out-of-pocket)
-
900
Travel Expenses
Rate
Unit #
Delivery Fee (Local)
$
15.00
250
Lodging (out-of-pocket when per diem is not practical)
-
900
Meals (out-of-pocket when per diem is not practical)
900
Parking (out-of-pocket)
900
Per Diem: 12-hr (including on site & actual travel time)
$
12.00
900
Per Diem: Overnight Lodging
$
60.00
900
Per Diem: Overnight Meal (including on site & actual travel time $
24.00
900
Tolls (out-of-pocket)
-
900
Travel: Other
-
900
Vehicle Charge (Daily On -Road)
$
35.00
252
Vehicle Charge (Daily Off -Road)
$
50.00
251
Vehicle Charge (Weekly Off -Road)
$
150.00
253
Vehicle Mileage (per mile)
**
255
**Charged at the current IRS Standard Rate
Note: Any project related expenses incurred but not listed here, or where no rate is provided, will be invoiced at cost plus markup in accordance with Andrew Engineering, Inc.'s
Standard Schedule of Charges for Professional Services. These rates are subject to change without notice.
EXHIBIT'N Page 8 of 8