Loading...
574 Ardaman & Assoc LABTEST P-- c 11\IF 51 7 1 / 8 _ —1877– 7 � PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM F�s•y ' To: City Clerk/ City Manager RE: Ardaman & Associates Work Order No. LABTEST for $15,000 ►r >�\ The item(s) noted below is /are attached and forwarded to your office for the followin ❑ Development Order ❑ Mayor's signature II' '5 ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ��: ?� (� I=1 Maintenance Bond C% Safe kee in ult) i/ ❑ Ordinance r ❑ Performance Bond ❑ Payment Bond ❑ Resolution ® City Manager Signature ❑ ® City Clerk Signature Once completed, please: ❑ Return original ❑ Return copy Special Instructions: For executed signatures on both parties. Laboratory Testing - Please advise if you have any questions regarding the above. Thank you... / irk, From ate T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM Work Order Number L -A 6 TE ST CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Q101006.106R03 'Dated: 09 /02/2009 Contract/Project Title: Field Observations and Laboratory Testing Associated with Maintenance of Stormwater Manaqement Ponds at the City of Sanford South Water Resources Center (WRC) Solicitation No: RFQ 05/06 - 15 Sanford Project No. Purchase Order No. Consultant/Contractor: Ardaman & Associates, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E Address 8008 South Orange Avenue, Orlando, FL 32809; Phone: (407) 855 -3860; Fax: (407) 859 -8121 pkennedytidlardaman.com ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS FIXED FEE BASIS X SCOPE OF SERVICES X TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING INFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT X WO TERMS AND CONDITIONS TIME FOR COMPLETION: 60 Days of the effective date of this Work Order Effective date - this Work Order: Date of Execution by City Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ $15,000.00 Dollar Amount Written Out: Fifteen Thousand and No Hundredths In Witness Where of, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City Manager by and through authority delegated by and through the City Commission and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR A EST• EXECUTION: 4I ASIR gnatu ; Corporat 0 - 1..4W / Signature, Corporate President Francis K. Cheung, P.E., Vice Pr-- ident, p3 /23/2011 Nadim F. Fuleihan, Sc.D., P.E., 03/23/2011 Corporate Officer Printed Name, ' - and Date Corporate President, Printed Na , e and Date CITY OF SANFORD Signs re, Purchasing Manager gill Smith Purchasing Manager, Printed Name and Date -/6 Signatur , City Clerk ignature, City ager 9 // City Clerk, Printed Name and Date City Manager, Printed Name and Date Revised: 1-6 -2011 WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. 2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously pursue Vendor /Contractor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for default by written notice to the Vendor /Contractor. The City shall have no liability to the Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this WO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this Work order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. WORK ORDER TERMS AND CONDITIONS -Page 2 12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the City except as may be required to perform this WO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable WO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO. Payment will be made only to the Vendor /Contractor identified on the WO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where the City conducts operations, the Vendor /Contractor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Work Order, immediately suspend performance by the Vendor /Contractor at Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to disbarment from the City's Vendor /Contractor List. 19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor /Contractor List. 23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this WO with any contractor who knowingly employs unauthorized alien workers. WORK ORDER TERMS AND CONDITIONS -Page 3 24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida I Ardaman & Associates, Inc. ME& Geotechnical Environmental and Materials Consultants February 1, 2011 File Number 11- 13- 0018PR City of Sanford Department of Utilities P.O. Box 1788 Sanford, FL 32772 -1788 I Attention: Mr. Paul Moore, P.E. Utility Director Subject: Proposal for Field Observations and Laboratory Testing Associated with Maintenance of Stormwater Management Ponds at the Sanford South Water Resources Center Gentlemen /Ladies: As requested by Mr. Paul Moore, P.E., of the City of Sanford, Ardaman & Associates, Inc. (Ardaman) is pleased to submit this proposal to provide field observations and laboratory testing service associated with maintenance of a number of stormwater management ponds at the Sanford South Water Resources Center (WRC) in the City of Sanford, Florida. The WRC is located at 3540 Cameron Avenue, Sanford, Florida. According to Mr. Moore, there are 5 or 6 ponds at the WRC that require maintenance. The ponds are currently dry. The maintenance activities will include disking and /or removal of fine sediments and organic matter that have accumulated at the pond bottoms, followed by placement of clean fill to achieve the design pond bottom elevations established by CPH Engineers. Ardaman previously obtained a total of four samples from 12 to 14 soil stockpiles at the WRC for laboratory testing to evaluate the suitability of the stockpiled materials for use as borrow fill during pond maintenance. Results of the laboratory testing were documented in an Ardaman report titled "Soil Sample Results of Laboratory Testing of Soil Samples from Stockpiles at 3540 Cameron Avenue in City of Sanford, Seminole County, Florida," dated December 8, 2010. As documented in that report, the tested soil samples visually classified as a brown, poorly - graded sand with silt, with fines contents ranging from 7.9 to 10.8 percent and organic contents ranging from 1.2 to 1.9 percent. The Stormwater System Maintenance Plan for the WRC requires fill materials for pond maintenance to have a fines content of no greater than 12 percent and an organic content of no greater than 2 percent. Accordingly, the tested soil samples from the on- site stockpiles met both the fines content and organic content requirements. 8008 South Orange Avenue (32809) . Post Office Sox 593003 Orlando. Flonoa 32859 -3u03 Phone (40 -) 855 -3860 FAX {4071 859 -8121 Offices In Bartow Cocoa. Fort Myers. Miarnl Orlanno Port Charlotte. Port St Luce. Sarasota, Tallahassee Tampa. 33 Pale '''each City of Sanford File Number 11- 13- 0018PR -2- Ardaman proposes the following scope of work associated with maintenance of the stormwater management ponds: • Review permit requirements as well as existing and design elevations associated with the proposed pond maintenance. • Perform hand probes to estimate the thicknesses of accumulated fine sediments and organic matter at the pond bottoms. • Attend one meeting at the WRC with the City of Sanford, CPH Engineers, and the contractor prior to performance of any pond maintenance activities. • Provide a full time senior field technician to observe excavation of fine sediments and organic matter as well as placement of clean fill at the pond bottoms and, if needed, to obtain soil samples for laboratory testing. • Perform laboratory tests, as necessary, on soil samples from the pond bottoms and the stockpiles. • Prepare a letter report to document our field observations and any laboratory test results. Ardaman assumes that any permit requirements and pond bottom elevation data will be provided to us for review by the City of Sanford or CPH Engineers at least one week prior to performance of any pond maintenance activities. Ardaman will provide a senior field technician for one day to probe the pond bottoms to estimate the thicknesses of accumulated fine sediments and organic matter that should be removed. This work should be completed at least two weeks before the pond maintenance work begins. One of our engineers will attend a meeting at the project site with representatives of the City of Sanford, CPH Engineers, and the contractor to review the permit requirements, to present the results of our hand probing, and to discuss the project schedule. During pond maintenance, Ardaman will provide a senior field technician to observe excavation of the accumulated fine sediments, placement of the clean fill and, if needed, to obtain soil samples for laboratory testing. Upon completion of the work, Ardaman will prepare a report to document our field observations and any laboratory testing data associated with the work. Ardaman will invoice our services monthly on a time and material basis in accordance with the unit rates published in our 2009 fee schedule', a copy of which is attached herein for your reference. Assuming that the pond maintenance work can be completed in 1 week, Ardaman requests a budget of $15,000 for our services. The requested budget includes a contingent fee of $1,500 for any laboratory testing work that may be required. Depending on the project schedule and duration, the actual expenditure could be more or less, but will not exceed the requested budget without justification and your prior approval. This project will be coordinated and managed by Mr. Patrick A. Kennedy, P.E., of our Orlando office. Ardaman normally requires at least a 2 -day advance notification to make sure a field technician is available for the assignment. If the pond maintenance activities are not performed continually without interruption, Ardaman cannot guarantee that the same field technician will be ' Ardaman has not increased our billing rates since January 2009. Therefore, our 2009 fee schedule currently remains active. City of Sanford File Number 11- 13- 0018PR -3- available for the entire duration of the project. We assume that all surveying works associated with the pond maintenance activities will be performed by CPH Engineers. Ardaman appreciates the opportunity of submitting this proposal for your consideration. If this proposal is acceptable to you, please have an authorized person sign both copies of the attached Proposal Acceptance Form and return one copy for our record. If an ou have questions conceming this proposal, please let us know. Y any Very truly yours, ARDAMAN & ASSOCIATES, INC. Certificate of Authorization No. 5950 0 Patrick A. Kennedy, P.E. P eject Ma er Francis K. Cheung, P.E. Vice President Enclosure ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* • PROFESSIONAL, TESTING AND SUPPORT SERVICES PROFESSIONAL SERVICES Senior Consultant Per Hour $175.00 Principal Engineer Per Hour $166.00 Senior Project Manager /Engineer Per Hour $140.50 Senior Construction Manager Per Hour $136.50 Project Manager Per Hour $121.00 Project Engineer V Per Hour $121.00 Senior Geologist/Scientist /Ecologist Per Hour $117.00 Project Engineer III Per Hour $115.50 Project Geologist III Per Hour $111.00 Project Engineer I /Engineering Associate Per Hour $110.00 Project Geologist I Per Hour $102.50 Assistant Project Engineer /Scientist Per Hour $102.00 Staff Engineer III /Geologist III /Scientist III Per Hour $ 90.00 Staff Engineer I /Geologist I /Scientist I Per Hour $ 73.50 Staff Ecologist III Per Hour $ 65.00 Staff Ecologist I Per Hour $ 55.00 Engineer Assistant Per Hour $ 57.50 Engineer Intern Per Hour $ 46.00 GIS SERVICES GIS Analyst III Per Hour $118.00 GIS Analyst I Per Hour $100.00 GIS Specialist III Per Hour $ 81.00 GIS Specialist I Per Hour $ 66.00 CONSTRUCTION MONITORING AND FIELD/LABORATORY TESTING SERVICES Field /Lab Technician V Per Hour $ 71.00 Field /Lab Technician IV Per Hour $ 63.50 Field /Lab Technician III Per Hour $ 55.00 Field/Lab Technician II Per Hour $ 48.00 Field /Lab Technician 1 Per Hour $ 38.00 DESIGN AND SUPPORT SERVICES Engineering Designer V Per Hour $ 86.00 Engineering Designer III Per Hour $ 74.00 Engineering Designer I Per Hour $ 66.00 Technical Draftsman III Per Hour $ 54.50 Technical Draftsman I Per Hour $ 46.00 Technical Secretary Per Hour $ 46.00 Office Assistant Per Hour $ 28.00 MISCELLANEOUS EXPENSES Outside Services and Expenses Per Job At Cost + 12% Printing and Reproduction Per Job At Cost + 12% Copying Per Page $ 0.10 Color Copying Per Page $ 0.50 Mileage (Automobile) Per Mile $ 0.45 Mileage (Truck) Per Mile $ 0.60 TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attomey's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. "These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Revised 10/26/10 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* SUBSURFACE FIELD EXPLORATION (Page 1 of 3) MOBILIZATION /DEMOBILIZATION Mobilization and Demobilization ! Men and Equipment (Minimum $100.00) Per Rig -Hour $169.00 ! Mileage - Rig Per Mile $ 1.10 ! Mileage - Truck Per Mile $ 0.60 ! Portable Barge Price on request based on project requirements STANDARD DRILLING All Terrain Vehicle Add'I Price Per LF $ 1.00 Auger Borings (4 -inch) Per Lineal Foot $ 10.25 Wash Borings - Cuttings Only (up to 3 inch) ! Soil drilling Per Lineal Foot $ 7.50 I Rock drilling Per Lineal Foot $ 12.00 Standard Penetration Test (SPT) Borings (ASTM D -1586) in soil (N- values <50): from surface to 25 feet Per Lineal Foot $ 15.00 from 25 feet to 50 feet Per Lineal Foot $ 16.75 from 50 feet to 100 feet Per Lineal Foot $ 18.75 from 100 feet to 125 feet Per Lineal Foot $ 23.75 . from 125 feet to 150 feet Per Lineal Foot $ 31.50 Standard Penetration Test (SPT) Borings in high resistance soil /rock (N- values >50) Add'I Price Per LF $ 3.10 Furnish, Install, and Remove Casing (up to 4- inch): ! from surface to 50 feet Per Lineal Foot $ 9.00 ! from 50 feet to 100 feet Per Lineal Foot $ 11.25 ! from 100 feet to 150 feet Per Lineal Foot $ 14.00 Drilling (Time Basis) /2 man -crew Per Crew -Hour $ 185.00 Drilling (Time Basis) /3 man -crew Per Crew -Hour $ 210.00 Rock Coring (N or H size) ! from surface to 50 feet Per Lineal Foot $ 36.00 ! from 50 feet to 100 feet Per Lineal Foot $ 40.00 ! from 100 feet to 150 feet Per Lineal Foot $ 45.00 SAMPLING Additional SPT and Samples from 10 feet to 25 feet Per Additional Sample $ 29.00 from 25 feet to 50 feet Per Additional Sample $ 32.00 from 50 feet to 100 feet Per Additional Sample $ 36.00 from 100 feet to 125 feet Per Additional Sample $ 41.00 . from 125 feet to 150 feet Per Additional Sample $ 51.00 Undisturbed Samples ! Shelby Tube Per Sample $ 130.00 ! Fixed- Piston Shelby, Osterberg, Pitcher Per Sample $ 158.00 SOUNDINGS Electric Dutch Cone Soundings Per Lineal Foot $ 12.00 Piezocone Soundings Per Lineal Foot $ 13.50 Muck Probing /Clay Sampling Per Crew -Hour $ 195.00 Electric Dutch Cone Soundings (Time Basis) Per Crew -Hour $ 190.00 Piezocone/Piezoprobe Soundings (Time Basis) Per Crew -Hour $ 205.00 Piezocone Dissipation Monitoring Per Crew -Hour $ 205.00 Piezoprobe Dissipation Monitoring Per Crew -Hour $ 165.00 TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attomey's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. *These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Revised 10/2B/10 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* SUBSURFACE FIELD EXPLORATION (Page 2 of 3) OTHER CHARGES Clearing Difficult Access, Hole Location and Set -Up Per Crew -Hour $ 169.00 Standby Time Per Crew -Hour $ 169.00 Piezometer and Well Installation (plus materials) Per Crew -Hour $ 185.00 Bore Hole Grouting and Sealing (plus materials) Per Crew -Hour $ 185.00 Well Clearing /Sensitivity Test/Water Level Reading Per Crew -Hour $ 185.00 Double Ring Infiltration Test Per Test $ 550.00 Air Boat Use Per Day $ 360.00 Support Water Truck Use Per Day $ 140.00 Instrumentation Unit Use Per Day $ 260.00 Lodging and Subsistence Per Crewman -Day $ 108.00 Materials & Supplies Per Job At Cost + 12% GENERAL FIELD EQUIPMENT Data Logger Per Day $ 390.00 Organic Vapor Analyzer (OVA 128 or Gastech) Per Day $ 133.00 Photo Ionization Detector (Photovac Tip) Per Day $ 164.00 Methane Detector Per Day $ 133.00 Explosimeter Per Day $ 83.00 Generator Per Day $ 138.00 Air Compressor Per Day $ 72.00 Steam Cleaner Per Day $ 138.00 Surveying Equipment Per Day $ 78.00 Centrifugal Development Pump Per Day $ 61.00 Submersible Sampling Pump and Controller (Daily) Per Day $ 180.00 Submersible Sampling Pump and Controller (Weekly) Per Week $ 540.00 Submersible Development Pump (Daily) Per Day $ 80.00 Submersible Development Pump (Weekly) Per Week $ 240.00 Peristaltic Purging Pump Per Day $ 61.00 Magnetometer Per Day $ 62.00 Product/Water Interface Probe Per Day $ 82.00 pH /Conductivity Meter Per Day $ 28.00 Turbidity Meter Per Day $ 64.00 Dissolved Oxygen Meter Per Day $ 118.00 Water Level Indicator Per Day $ 25.00 Bailer Usage Per Day $ 28.00 Streamgaging flow meter Per Day $ 27.00 Concrete Saw Per Day $ 140.00 Vibration Monitor Per Day $ 270.00 Trimble GeoXH GPS Per Day $ 65.00 Transducer Per Day $ 70.00 Hand Auger Per Day $ 20.00 Jon Boat & Motor Per Day $ 200.00 Ponar Dredge Per Day $ 25.00 Kemmar Sampler Per Day $ 25.00 Manta Data Sonde Per Day $ 180.00 EXPENDABLE SUPPLIES High Capacity (1 or 0.45 micron) Filter Each $ 29.00 Disposable Teflon Bailer Each $ 27.00 Disposable Polyethylene Bailer Each $ 17.00 Disposable Free Product Bailer Each $ 29.00 Isopropyl Alcohol (decontamination) Per Gallon $ 19.00 Deionized Water (decontamination) Per Five Gallons $ 14.00 16 oz. Soil Jars (soil headspace analysis) Per Box of 12 $ 14.00 Tygon Tubing Per Foot $ 3.00 Polyethylene Tubing Per Foot $ 0.60 55- gallon Drum Each $ 88.00 Master Lock Each $ 19.00 TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attomey's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. *These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Revised 10126/10 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* SUBSURFACE FIELD EXPLORATION (Page 3 of 3) GEOPHYSICAL EQUIPMENT Geonics EM 34-3 Per Day $ 275.00 AGI Sting R1 -IP Per Day $ 265.00 Liner Leak Detection Equipment Per Day $ 275.00 SPECIAL DRILLING /SOUNDING Prices for special drilling (barge drilling; air boat sampling; amphibious drilling; NQ wire line coring; large diameter borings; drilling in corrosive, contaminated or hazardous materials; drilling at great depths; installing large diameter temporary casing; etc.), field vane testing, and other specialized sampling or field tests will be determined per project. Work performed over water will be at 1.5 times the standard unit prices. INSTRUMENTATION Prices for installation of monitor wells, inclinometers and settlement devices, and for performance of packer tests will be determined per project. TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attomey's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. *These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Revised 10/26110 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* LABORATORY SOIL TESTING SERVICES CLASSIFICATION TESTS Moisture Content (ASTM D -2216) Each $ 13.00 Organic Content Loss on Ignition (ASTM D -2974) Each $ 29.50 Wet Combustion (AASHTO T -194) Each $100.00 Unit Weight/Classification of Undisturbed Sample Each $ 55.00 Grain Size Distribution Sieve Analysis (ASTM D-421, D -422) Each $ 45.50 Fines Content (ASTM D -1140) Each $ 30.50 Hydrometer Analysis (ASTM D -422) Each $100.00 Atterberg Limits (ASTM D -4318) Plasticity Index Less than 150% Per Set $101.50 Plasticity Index Greater than 150% Add'I Per Set $ 63.50 Shrinkage Limit (ASTM D -4943) Each $ 79.00 Specific Gravity (ASTM D -854) Each $ 90.00 Marsh Funnel Viscosity (API 13B -1) Each $ 20.50 Slump Cone (ASTM C -143) Each $ 20.50 Effective Porosity (ASTM D -2325 at 1/3 atm) Each $ 66.50 COMPACTION TESTS Standard (ASTM D -698) or Modified Proctor (ASTM D -1557) Up to 5 Points Per Test $102.00 More than 5 Points Per Add'I Point $ 12.50 Plasticity Index Greater than 20% Add'I Per Test $109.50 Maximum - Minimum Density (ASTM D -4253, D -4254) Per Set $110.50 Limerock Bearing Ratio (3 Points) Per Set $350.00 CONSOLIDATION TESTS Incremental Consolidation Test (ASTM D -2435) Up to Ten Load or Unload Increments Per Test $570.00 More than Ten Load or Unload Increments Per Add'I Increment $ 50.00 Constant Rate of Strain Consolidation Test (ASTM D -4186) Each $595.00 Settling Test (D =10cm; Ho =30cm) Each $105.50 PERMEABILITY TESTS Permeability Test on Sand (ASTM D -2434) Each $225.00 Permeability Test on Fine Grained Soil (ASTM D -5084) Hydraulic Conductivity >10 -8 cm/sec Each $285.00 Hydraulic Conductivity <10 -8 cm /sec Each $410.00 Permeation with Fluid Other Than Water Add'I Per Test $170.00 STRENGTH TESTS Strength Index Tests (Torvane, Penetrometer) Each $ 5.50 Vane Shear Test (ASTM D -4648) Each $ 20.50 Unconfined Compression Test (ASTM D -2166) Each $ 51.00 Strength Only With Stress - Strain Curve Each $ 96.00 Triaxial Tests Unconsolidated - Undrained (ASTM D -2850) Each $245.00 Unconsolidated - Undrained (with pore pressure response) Each $560.00 Consolidated - Undrained (with pore pressure measurement) Each $560.00 Consolidated - Drained on Sands Each $460.00 Consolidated - Drained on Fine Grained Soils Each $600.00 Use of Fluid Other Than Water Add'I Per Test $170.00 Direct Shear Tests Conventional 2.3" Box Shear (ASTM D -3080) Per Normal Load $270.00 2.3" Box Shear With Stress Reversals Per Normal Load $415.00 2.3" Box Shear With Geosynthetics Per Normal Load $285.00 Direct Simple Shear Test (ASTM D -6528) Per Normal Load $765.00 Split Tensile for Rock Cores (ASTM D -3967) Each $128.00 Angle of Repose Each $ 49.00 Preparation of Laboratory Samples for Testing (e.g., sedimented or compacted) will be charged at $32.50 per sample. Prices for Visual Classification, for Special Sample Preparation, for Special Laboratory Tests (Slurry Consolidation, Leaching Tests, Settling Tests, etc.), and for testing contaminated soils or hazardous materials will be determined per project based upon technician man -hours and other considerations. In addition, a daily charge of $18.50 per day will be assessed for special long -term laboratory tests (i.e., slurry consolidation, leaching tests, etc.). TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attomey's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. *These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Revised 10/28/10 ARDAMAN & ASSOCIATES, INC. 2009 FEE SCHEDULE* LABORATORY CHEMICAL & GEOSYNTHETIC TESTING SERVICES CHEMICAL TESTS pH (FM5 -550) Each $ 7.00 Specific Conductance (FM3 -D 1125) Each $ 8.00 Sulfate (FM5 -553) Each $ 40.00 Chloride (FM5 -552) Each $ 40.00 Soil pH (FM5 -550) Each $ 40.00 Soil Specific Conductance Each $ 41.00 Soil Resistivity (ASTM G -57 or FM5 -551) Each $ 43.50 Carbonate Content (ASTM D 4373) Each $ 64.50 Water Corrosivity Series (FM5- 550,552,553, FM3 -D 1125) Each $ 92.00 Soil Corrosivity Series (FM5 -550, 551, 552, 553) Each $159.00 GEOSYNTHETICS Geomembrane Thickness (ASTM D -751, D -5199 or D -5994) Per Sample $ 15.75 Geomembrane Density (ASTM D -792) Per Sample $ 30.50 Geomembrane Tensile Strength (ASTM D-638 or D -6693) Per Set $ 77.00 Geomembrane Tear Resistance (ASTM D -1004) Per Set $ 67.00 Geomembrane Seams (ASTM D-4437 or D -6392) ! 5 Peel and 5 Shear Specimens Per Set $ 45.50 ! 10 Peel & 5 Shear Specimens Per Set $ 67.00 Geotextile Grab Tensile Strength (ASTM D -4632) Per Set $ 77.00 Geotextile Trapezoidal Tear (ASTM 04533) Per Set $ 91.00 Geotextile Mass/Unit Area (ASTM D -3776 or D -5261) Per Sample $ 30.50 Geotextile Thickness (ASTM D -1777 or D -5199) Per Sample $ 15.75 Geotextile Seam Strength (ASTM D -4884) Per Sample $ 51.00 Interface Direct Shear (ASTM D -5321) ! Geosynthetic to Geosynthetic Per Normal Stress $255.00 ! Geosynthetic to Soil Per Normal Stress $355.00 SAMPLE PREPARATION AND SPECIAL TESTS Preparation of Samples for Testing (e.g., crushing for carbonate content determination, filtering of clayey soil for chemical tests) will be charged at $32.50 per sample. Prices for other tests on geomembranes and geotextiles will be determined per project based upon technician man -hours and other considerations. TERMS: All invoices are due and payable upon receipt unless other arrangements have been made previously. A finance charge of 1.5% per month, which is an annual interest rate of 18 %, will be paid on all invoices not paid within 30 days. Any attomey's fees or other costs incurred in collecting any delinquent amount shall be paid by the Client. *These prices are in effect for work completed through January 1, 2010. This fee schedule will be superseded by the 2010 fee schedule for work performed after January 1, 2010. Revised 10/26/10