Loading...
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