HomeMy WebLinkAboutLACO Associates 2011-06-04AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 4th day of June, 2011 ("Effective Date"), by
and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and LACO
Associates, a corporation organized and in good standing under the laws of the state of
California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to the preparation of a Phase I Environmental
Assessment for the parcel identified as Assessor's Parcel Number (APN) 184-150-01.
b. Consultant represents that it has the qualifications, skills, experience and properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "A", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services within 14 days from the date of this agreement. Consultant shall complete
the work to the City's reasonable satisfaction, even if contract disputes arise or
Consultant contends it is entitled to further compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
exceed a guaranteed maximum dollar amount of $2,400.00. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope of Work as set forth in the attached Attachment B,
Std - ProfSvcsAgreement- November 20, 2008
PAGE I OF 7
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for same shall be as set
forth in Attachment B. Consultant shall complete the Scope of Work for the not-to-
exceed guaranteed maximum, even if actual time and expenses exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation sufficient to enable City
to determine progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not the City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venturer, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify
and hold City and its officers, agents and employees harmless from and against any
claims or demands by federal, state or local government agencies for any such taxes or
benefits due but not paid by Consultant, including the legal costs associated with
defending against any audit, claim, demand or law suit.
Std - ProfSvcsAgreement- November 20, 2008
PAGE 2 OF 7
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it
maintains its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City's
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within 10 days of being notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the full period of time allowed by law, surviving the termination of this Agreement
insurance against claims for injuries to persons or damages to property, which may arise
from or in connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 20 10 10 01 and Commercial General Liability Coverage -
Completed Operations Form No. CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant's
profession. Architects' and engineers' coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work performed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
Std - ProfSvcsAgreement- November 20, 2008
PAGE 3 OF 7
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per E)GGUr-F8RGe claim and
annual aggregate.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses. The consultant's deductible of $35,000 is acceptable
to City.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
General Liability and Automobile Liability Coverages
a. The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant for the full period of time allowed by
law, surviving the termination of this Agreement. The coverage
shall contain no special limitations on the scope-of-protection
afforded to the City, its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
C. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Employers LiabilitV Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
Std - ProfSvcsAgreemenh November 20, 2008
PAGE 4 OF 7
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement. The policy period shall extend from
June 20, 2011 to June 20, 2013.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be voided, suspended, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverages required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, the cost of insurance becomes part of the compensation due the
contractor after notice to Consultant that City has paid the premium.
G. Subcontracto
Consultant shall include all subcontractors or sub-consultants as insured under
its policies or shall furnish separate certificates and endorsements for each sub-
contractor or sub-consultant. All coverage for sub-contractors or sub-consultants
shall be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
„rises out of eF pertains to „r relates to any, to the extent caused by the negligent act
or omission or the willful misconduct of Consultant in the performance of services under
this contract by Consultant, but this indemnity does not apply to liability for damages for
death or bodily injury to persons, injury to property, or other loss, arising from the sole
Std - ProfSvcsAgreement. November 20, 2008
PAGE 5 OF 7
negligence, willful misconduct or defects in design by the City, or arising from the active
negligence of the City, or a third party not having a contractual relationship with the
City.
"Indemnify," as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include
all costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned
and become the property of the City ' 1POR their rreatien upon their submittal to the
City either in draft or final form and shall be given to City immediately upon demand
and at the completion of Consultant's services at no additional cost to City. Deliverables
are identified in the Scope-of-Work, Attachment "A". All documents produced by
Consultant shall be furnished to City in digital format and hardcopy. Consultant shall
produce the digital format, using software and media approved by City.
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or sub-contract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure,the breach within the time specified in the notice, the
Std - ProfSvvsAgreement- November 20, 2008
PAGE 6 OF 7
contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
termination is given to Consultant. City shall pay the Consultant only for services
performed and expenses incurred as of the effective termination date. In such event, as
a condition to payment, Consultant shall provide to City all finished or unfinished
documents, data, studies, surveys, drawings, maps, models, photographs and reports
prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any work satisfactorily completed
hereunder, subject to off-set for any direct or consequential damages City may incur as
a result of Consultant's breach of contract.
7.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. When so signed, each such document shall
be admissible in administrative or judicial proceedings as proof of the terms of the
Agreement between the parties.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
CITY OF UKIAH LACO ASSOCIATES
DEPT. OF COMMUNITY SERVICES CHRISTOPHER J. WATT
300 SEMINARY AVENUE 101C N. STATE STREET
UKIAH, CALIFORNIA 95482-5400 UKIAH, CALIFORNIA 95482
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
LACO ASSOCIATES
BYr-
NX
PRINT NAME: W~
6 /4, Z//
Date
IRS IDN Number
CITY OF UKIAH
BY:
)1Tyy MANAGE
l lq-111
ate
ATTEST
A NE CURRIE, CITY CLERK
(011,4111 -
Date
SW -1'ro1Svcs.Agrccmcm- No%ember?0. 2008
PAGE 7 OF 7
N 101
~»r
May 31, 2011
City of Ukiah
411 West Clay Street
Ukiah,. California 95482
Attention: Ms. Mary Horger, Purchasing Supervisor
Subject: Proposal to Prepare Phase I Environmental Assessments for 3495 Taylor
Drive Ukiah, California; APN 184-150-01
Dear Ms. Horger:
Per your email Request for Proposals (RFP) dated May 24, 2011; LACO Associates
(LACO) submits the following letter proposal to provide consulting services to complete
Phase I Environmental Site Assessments (ESAs) for the parcel identified as Assessor's
Parcel Number (APN) 184-150-01, specified in your RFP. We are enthusiastic about this
opportunity to strengthen our relationship with City staff.
LACO has performed over 100 Phase I ESAs throughout California in accordance with the
scope and limitations contained in the United States Environmental Protection Agency's
(USEPA's) Standards and Practices for All Appropriate Inquiries (AAI) regulations (40
CFR 312) and ASTM E1527-05. We have performed subsurface investigations and/or
implemented remediation plans at over 200 sites and achieved closure of over 150
unauthorized releases from underground storage tanks between 1988 and 2011. Our team is
also prepared to support future development by providing CEQA services, survey/civil
engineering/architectural services, soil and foundation reports, planning, and building
design services. We are able to provide the City of Ukiah and the surrounding vicinity and
with in-house capacity to provide drilling services and comprehensive development
services. Our ongoing relationship with City staff has provided LACO team members with
working knowledge of project communication and administration expectations.
Description and Scope of Services to be Provided
LACO will prepare a Phase I ESA report in compliance with the US EPA AAI
(40CFR312), and ASTM "Standard Practices for ESAs: Phase I ESA Process" (1527-05).
These standards will guide our report preparation consistent with professional standards of
care. Christopher J. Watt, CEG will be the professional in responsible charge of this work
scope. LACO will provide to the City, a detailed Phase I ESA report which will include the
following:
► Details and photographs of the site and neighboring properties (visible from the
vantage point of the site and public rights-of-way) as observed during the on-site
Eureka: 21 W. 4th Street . Ro. f3ox 1023 , ''Eureka Califorafa 9-5502: 70-4415054, '.FAX 707.44:
ukiatJ, 1 E71,C N. .St'gte St,ro"at MNII, California 954E32 7Q7 X16? Q~.~2 FAX I07.402.
8"QQ-515.5054 Wvv~rJagbga sOcJatea ~,P
Proposal to Prepare Phase I ESA for 3495 Taylor Drive; APN 184-150-01
City of Ukiah; LACO Project No. 7479.00
May 31, 2011
Page 2
visit to be completed in conjunction with this Phase I ESA;
► Review of Federal, State, Local and Tribal Records within the ASTM-1528 and
AAI specified distances;
► Interviews of persons knowledgeable of the property history;
► Review of municipal or county files for previous land usage and permits;
► Review of publicly available State Water Board, Fire Department and County
Environmental Health files which may pertain to the subject site;
► Obtain and examine historic aerial photography and topographic maps of the site
and vicinity;
► Obtain and examine a chain-of-title for the subject property to identify any potential
Environmental Liens or Activity and Land Use Limitations;
► Completed Land Use Questionnaire; and
► Provide recommendations for additional work as necessary based on the findings of
the Phase I ESA.
Schedule
The LACO Project Manager will provide communication to City staff within 24 hours if
potential environmental conditions are discovered. A final report will be provided by June
10, 2011, as specified in the RFP.
Upfront Information
In order to complete on budget and schedule please provide the following within 2 days of
Notice to Proceed:
► Copies of previous Phase I or relevant environmental documents (spills, leaks,
incidents, hazardous materials business plans, underground storage tank
permits/reports, lead paint/asbestos assessment/abatement);
► Chain of Title;
► Site access authorization; and
► Contact information for the following parties:
• Lending Institution(s) which will rely on Phase I;
■ Property manager(s);
■ Current and former property owners; and
■ Notify above parties of upcoming interviews with Phase I preparer.
Special Conditions
The City agrees to inform LACO of any specific third-parties requests to rely on LACO's
services produced under this Agreement. The City may not grant permission to said third-
party without the express written consent of LACO. LACO may withhold a grant of
reliance unless the third-party agrees (1) to be bound by the provisions under this
Agreement limiting LACO's liability, (2) to use the Services only for purposes
Proposal to Prepare Phase 1 ESA for 3495 Taylor Drive; APN 184-150-01
City of Ukiah; LACO Project No. 7479.00
May 31, 2011
Page 3
contemplated by LACO and the City under this Agreement, (3) to be bound by the
qualifications and limitations expressed in the opinions, conclusions, certificate or report
created by LACO as part of the Services, and (4) to pay LACO $500.00 per letter per site to
cover the cost in administering the third-party reliance.
Primary Scope Cost Estimate
Phase I ESA (APN 184-150-01) Fixed Pee: $2,400
Services to be Added by Amendment
► Assessment for biological hazards, indoor air quality, industrial hygiene, regulatory
compliance, ecological resources, endangered species, cultural or historical
resources, health and safety, wetlands, or high-voltage power lines;
► Drilling, soil borings, well installation, sampling, laboratory analyses, geology or
geotechnical assessments;
► Environmental assessment of crawl spaces, areas behind walls, areas under floors,
and any other areas not readily-accessible during the site visit; and
► Flood elevation certificates and/or field surveys required to produce flood elevation
certificates.
Thank you for requesting our services. We look forward to continuing to build our
relationship with the City. Please call me at (707) 443-5054 to discuss our next step in
moving your projects forward.
Sincerely,
LACO Associates
e-V
Christopher J. Watt, CEG
Geo-Environmental Services Director
ACG:tgc
Attachments
PA7400\7479 City of Ukiah\7479.00 3495 Taylor Drive Phase I ESA\01 Proposal Documents\7479.00 City of Ukiah Prop Ltr
20110531.doc
&44om k14 T X161$
HOURLY RATES
SCHEDULE OF RATES - REGION I
Principal Engineer* $133 - 160.00 per hour
Project Manager* $115 - 140.00 per hour
Senior Engineer*.... I I $92 - 145.00 per hour
Staff Engineer* $77 - 123.00 per hour
Assistant Engineer* $75 - 105.00 per hour
Junior Engineer* $62 - 85.00 per hour
Senior Drafter/Technician $67 - 97.00 per hour
Drafter/Technician $49 - 67.00 per hour
Special Consultants (depends on qualifications) $60 - 180.00 per hour
Senior Geotechnical Engineer $165 per hour
Court Appearance/Depositions (4 hour minimum) $300 - 400.00 per hour
Licensed Surveyor $100 - 115 per hour
One-Man Party CPS - RTK ........................................................................................................$140.00 per hour
One-Man Party - Prevailing Wage Rates $155.00 - 165.00 per hour
One-Man Robotic Survey ............................................................................................................$130.00 per hour
Two-Man Party CPS - Static $160.00 - 190.00 per hour
Two-Man Survey Party - Prevailing Wage Rates $200.00 - 230.00 per hour
Two-Man Survey Party $155.00 - 185.00 per hour
Three-Man Survey Party $200.00 - 230.00 per hour
Three-Man Survey Party - Prevailing Wage Rates ......................................................................$270.00 per hour
Certified Public Accountant ...........................................................................................................$95.00 per hour
Project Administrator/Coordinator $60.00 - 75.00 per hour
Clerical $45.00 - 65.00 per hour
*Includes Designer, Geologist, Geotechnical Engineer, Planner, Environmental Scientist, or other specialties.
NOTES
I. The above rates are regular hourly rates and include payroll costs, overhead and profit. If overtime is
requested by the client, it will be charged at 130% of the above hourly rates.
2. In accordance with State labor laws, prevailing wage rates may be required on State or Federally funded
projects. These rates apply to survey party chief, rodman, chairman, soils field tester and materials field
tester. The hourly rate differential is $25 to $27 dollars per hour per person depending on project location and
labor classification. The differential will be added to the above hourly rates.
3. Outside services will be performed at Cost plus 15%
4. Subsistence will be calculated at Actual Cost plus 15% or agreed per diem rates.
5. All travel time will be charged at the regular hourly rates unless other written arrangements are made.
TRANSPORTATION
Automobile and pickup:*
Trip charge per day $65.00 per day
Minimum charge, vehicle $15.00
Over 80 miles.. ' * $25 minimum charge + $0.60 per mile
Other transportation, air travel, etc $ Cost + 15%
MATERIALS
Survey hubs, stakes, lath or guineas ......................................................................................................$1.00 each
Survey markers, plain iron pipe .............................................................................................................$5.00 each
Plan copies per sheet 11x17 black & white $0.25 .....................................................color $2.50 each
Plan copies per sheet (2406) .................black & white $5.00................ mylar $20.00 .............color $21.25 each
All other materials or printing $ Cost + 15%
* Minimum charge of 1/2-day on all equipment billed on daily basis.
Plus Technician Rate
Page 1 of 3
R:\Adininistrative\Billing_Rate Schedules\2010 Rate Schedules\2010-Rate Schedules Eureka-Ukiah Approved.doc
Revised: 01/20/10
SCHEDULE OF RATES
RATES FOR MATERIALS AND SOILS TESTING
Laboratory tests are performed on samples delivered to our lab in Eureka, California. Sample pick-up, special tests
and unusual sample preparation are billed at the applicable hourly rate. Faxes of reports and duplicate mailings are
available for $5 each. Reports requiring review and signature will be billed at the applicable rate.
A.
AGGREGATE AND SOILS TESTING
100.
Sieve Analysis - coarse and fine, Caltrans 202, ASTM C-136
$100.00
101.
Sieve Analysis coarse, Caltrans 202, ASTM C-136
. $50.00
102.
Sieve Analysis - fine, Caltrans 202, ASTM C-136
. $60.00
103.
Finer than #200, ASTM C-117
. $50.00
104.
Particle Size Analysis, ASTM D-422***
. $80.00
105.
Cleanness Value, Caltrans 227
. $75.00
106.
Sample Preparation
. $35.00
107.
USDA Textural Suitability Analysis (per point)***
. $50.00
108.
Bulk Density, Leachfield System Suitability $35.00
109.
Atterberg Limits, LL-PL-PI, ASTM 4318***
$100.00
110.
Sand Equivalent, Caltrans 217, ASTM D-2419
. $60.00
111.
Specific Gravity - coarse, Caltrans 206, ASTM C-127
. $60.00
112.
Specific Gravity - fine, Caltrans 207, ASTM C-128
. $70.00
113.
Maximum Density of Soils, Caltrans 216, ASTM D-698 or D-1557
$150.00
114.
Maximum Density of Soils with Rock Correction, ASTM D-4718
$175.00
301.
Nuclear Density Gauge (hourly), Caltrans 231, ASTM D6938
$15.00
302.
Nuclear Density Gauge (daily), Caltrans 231, ASTM D6938
$85.00
116.
Organic Impurities, ASTM C-40
$75.00
117.
Moisture Content of Soils In Place, ASTM D-2216
$15.00
118.
Density of Soils In Place, ASTM 2937
. $30.00
119.
Percent Crushed Particles, Caltrans 205, ASTM D-5821
$100.00
120.
Durability Index - coarse, Caltrans 229, ASTM D-3744
$70.00
121.
Durability Index - fine, Caltrans 229, ASTM D-3744
$70.00
125.
Consolidation, 3" dia., ASTM D-2435***
$280.00
127.
Direct Shear, ASTM D-3080 (3 points)
$275.00
128.
Direct Shear, ASTM D-3080 (per additional point)
$55.00
129.
Sample Preparation
$35.00
130.
Expansion Index, ASTM D-4829***
$150.00
131.
Pocket Penetrometer
$10.00
135.
Unit Weight, ASTM C-29
$60.00
For other testing not listed, please inquire.
Page 2 of 3
R:\Administrative\Billing_Rate Schedules12010 Rate Schedules\2010-Rate Schedules Eureka-Ukiah Approved.doc
Revised: 01/20/10
B.
CONCRETE AND FIELD TESTING
151.
Concrete Compressive Strength, Caltrans 521, ASTM C-39
$20,00
152.
Specimen Processing and Curing (each), ASTM C-31
$5.00
153.
Disposable Concrete Molds
(each) $3.00
154.
Concrete Mix Design, Preparation, Review, and Adjustment
$200.00
156.
Percent Entrained Air (Method ASTM C-231 or C-173)**
$20.00
157.
Shrinkage Test, ASTM C-157 (3 bars)
..................(per test) $250.00
,158.
Concrete Rebound Test, ASTM C-805**
....................(per day) $25.00
159.
Coring; Concrete, CMUs and AC, 4-inch core
$3.00 per inch length
161.
Coring; Concrete, CMUS and AC, 6-inch core
$3.00 per inch length
163.
Splitting Tensile Strength, ASTM C-496
....................(per test) $90.00
C.
SPECIAL EQUIPMENT
246.
Skidmore
....................(per day) $60.00
303.
Core Drilling Machine**
....................(per day) $75.00
333.
Load Cell
..................(per hour) $15.00
334.
Torque Wrench
(per hour) $10,00
310.
Environmental Drill Rig with Operator(s)
......(per hour) $135 - 180.00
300.
Geotechnical Drill Rig with Operator(s)
.......(per hour) $150 - 195,00
308.
Drill Push Rig with Operator(s)
.......(per hour) $150 - 195.00
311.
Drilling Support Truck *
...................(per day) $85.00
9901.
C-57 Licensed Well Driller
(per hour) $120.00
320.
Photoionization Hydrocarbon Vapor Detector *
..................(per day) $100.00
450.
Field Lab Analysis (Hanby)
....................(per test) $25.00
332.
Turbidity Meter *
....................(per day) $20.00
352.
Dissolved Oxygen Meter *
....................(per day) $40.00
245.
pH/T/K Meter *
....................(per day) $40,00
247.
Water Level Meter
....................(per day) $25.00
321.
Bladder Pump/2" Submersible Pump *
....................(per day) $45.00
224.
Cam/Portable Pump (12-volt)
(per well) $5.00
336.
. Pressure Washer *
....................(per day) $45.00
323.
Steam Cleaner/Pressure Washer *
....................(per day) $75.00
456.
Rotary Hammer Boring System
...............(per boring) $25.00
452.
Hydro Punch
(per sample) $30,00
454.
Continuous Core Sampler .........................................................................................................(per foot) $5.00
249,
Generator * ...............................................................................................................................(per day) $40.00
244.
4-Channel Datalogger *
.................(per day) $115.00
354.
Hand Auger *
....................(per day) $25.00
22.
Traffic Control Cones (25) * . .................................................................................(per day) $8.00
31.
Barricade * (per week) $5.00
23.
Passive Skimmer (1 liter)
.................(per week) $15.00
24,
Electric Skimmer
....:..........(per week) $125.00
326.
Submersible Pump *
....................(per day) $45.00
322.
Centrifugal Pump * ...............................................................................................................(per day) $100.00
252.
Confined Space Multi-Gas Meter (LEL, Oxygen, PID, Hydrogen Sulfate, CO)
....................(per day) $90.00
* Minimum charge of 1/2-day on all equipment billed on daily basis,
Plus Technician Rate
Sample preparation not included
Page 3 of 3
RAAdministrativeU3illing_Rate Schedules\2010 Rate Schedules\2010-Rate Schedules Eureka-Ukiah Approved.doc
Revised; 01/20/10