Loading...
HomeMy WebLinkAboutLACO Associates 2013-08-22� �' ELC. l�/i" _ i3ly �- I.`l`( AGREEMENTFOR I' PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 22nd day of Auqust, 2013 ("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 "ConsultanY'. 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) 002-226-06. b. Consultant represents that it has the qualifications, skills, experience and properiy 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. 4A 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 hasis not to exceed a guaranteed maximum dollar amount of $5,500.00. Labor charges shall be based upon hourly billing rates for the various class'rfications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, sm-r�ors.�.ns,am�m�na�.mno�zo.zoos I PAGEIOF) - I -__ " _ ___ _ . . . - . . � which shall inciude 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. 42 Chanqes. 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. I� 4.3 Sub-contractor Pavment. The use of sub-consultants or other services to perform a I portion of the work of this Agreement shall be approved by City prior to commencement j 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 Pavment. 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 su�cient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Indeqendent 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 I contractor and not an employee, joint venturer, or partner of City for any purpose I whatsoever. City shall have no right to, and shall not control the manner or prescribe the i method of accomplishing those services contracted to and performed by Consultant I under this Agreement, and the general public and all governmental agencies regulating ! such activity shall be so informed. i ' 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 I and employee between Consultant and City. i 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. sie-rmrs.<:aya�m�,:��o�cmtcr zo,2ooe PAGL Z OF� I _-.-. -..___ -_ -_- _- - . _ _ -. . I Consultant warrants and represents that it is a properly licensed professional or professionai 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. 52 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 Liabilitv. Without limiting ConsultanYs 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 ScoAe of Insurance Coverage shall be at least as broad as: 1. 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 consultanYs 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: 1. 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 Lia6ilitv: $1,000,000 combined single limit per accident for bodily injury and property damage. sm-r�rs��o:,+qreemeni�No�.��xo,zooe PAGE 3 OF 0 3. Worker's Compensation and Emplovers 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 liabilitv: $1,000,000 per ������� 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: 1. General Liabilitv and Automobile Liabilitv Coveraaes 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 ConsultanYs insurance covera e shall be primary insurance 9 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 ConsultanYs 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 ConsultanYs 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 Comqensation and Emqlovers Liabilitv Coverape 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. Sd-ProISrcsAgreemem-NovvmCee 20,?008 PdGE<OF] . I, 3. Professional Liabilitv Coveraqe If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from August 22, 2013 to August 22, 2014. 4. All Coveraqes Each Insurance policy required by this clause shall be endorsed to state I that coverage shall not be , 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. Acceqtabilitv of Insurers Insurance is to be placed with admitted California insurers with an A.M. BesYs 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 Coveraqe 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 torms 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. Subcontractors 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 indemnlfy the City for any claim, cost or liability t�iat � , tes-taaay 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, 6ut 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 SW—RnRvcsAgreemca�Nwcmbcr 20,]003 P,\GE 5 OF) I . _ . _ —__ _ ____ — " negligence, willful misconduct or defects in design by ihe City, or arising from the active negligence of the City, or a third party not having a contractual relationship with the C ity. "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. � I 7.0 CONTRACT PROVISIONS � 7.1 Ownershiq 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 �yea-t+ie}�-sreatie� 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 ConsultanYs servlces 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 Aqreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabilitv. 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 Assipnment. ConsultanYs 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 Ad-Aorsvcsngrccmem-Fovember?o,zoos PAG[601') I I 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 Consuitant. City shall pay the Consultant only for services i 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 repoRs prepared by the Consuttant under this Agreement. Consultant shall be entitied 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 ConsultanYs breach of contract. 7.9 Duplicate Oriqinals. 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 DEPARTMENT OF ELECTRIC UTILITY CHRISTOPHER J. WATT 300 SEMINARY AVENUE ��'��?;°� "�-T—� 31 l sov�+ UKIAH, CALIFORNIA 95482-5400 UKIAH, CALIFORNIA 95482 p����✓5� 9.0 SIGNATURES IN WITNESS WHEREOF. the parties have executed this Agreement the Effective Date: I LACO ASSOCIATES BY ��'��/� g / Date PRINT NAME: CtfI2lS,Y,�.`�j1j'r— 9yzz ��,�� IRS IDN Number GTY OF UKIAH BY � � (� �� ( Y MANAGER Date , ATTEST i ti�� ��� 1 �� ,�� �i; � �� �� � � ;;f� <</�3 KRISTINE LAWLER, CITY CLERK Date � ,ui r�n,,..,�i „i.�u-.,�,.,��n.:_. _ ��. P ALP'UI i ATTACHMENT A—SCOPE OF WORK 1. Yreparc and deliver Phase I Environmental Site Assessment Report for APN 002-226-06 in compliance with the United States rnvironmental Protection Agency Standards &Practices Cor All Appropriate Inquiries (40CFR312) & AS1'M "Standard Practices for ESAs: Phase I ESA Process" (1527-OS). 2. Prepare and delivcr a chain of title for APN 002-226-06 3. Record the horizontal locations of the USTs relative to an arbitrary datum for later surveying relative to the eastern property boundazy of APN 002-226-06. Prepare a dimensioned hand- drawn sketch map of the UST locations as recorded. 4. Attend up to three 1-hour meetings with CLIL:NT to review and discuss findings from the Phase I and Chain of'I�itic. Estimated Fee(Fixed Fee): $5,500 Description and Scope of Services not provided: • Preparation of permit application or payment of permit fees • Assessment for biological hazards, radon, indoor air quality, industrial hygiene, regulatory ' compliance, ecological resources, endangered specics, cultural or historical resources, health & safety, wetlands, high-voltage power lines or special studies performed to comply with National P:nvironmental Protection Act (NEPA) or California Environmental Quality Act (CEQA) rcquirements. • Drilling, soi] borings, well installation, sanipling, or laboratory anafyses. • Environmental assessment of crawl spaces, areas behind walls, areas under (]oors, & any other areas not readily-accessiUle during the site visit. Special Conditions and/or Assumptions: • An allowance of 10 staff hours has been assumed to Chain of Title. CLiENT will he notified if additional time is needed to complete the Chain. • CLIENT shall use the infonnation only Por the purposes contemplated by LACO in preparing � the above listed Reporc. CLIENT shall be bound by thc qualifications and limitations expressed in the above listed Report. LACO is preparing the above listed Report on behalf of CLIENT, who is the User of the Report, and CI,II:NT gives LACO sole permission to grant reliance on the Repori. • The above listed scope of services does not address requirements of any state or local laws or of any federal laws. CLIEt�'T is cautioned that federal, state, and local laws may impose enviromvental assessment obligations that are beyond our scope of services. CLIENT should also be aware that there are likely to be otlier legal obligations with regard to hazardous , I II I substances or petroleum products discovered on property that are not addressed in this practice <utd may pose risks of civil and/or criminal sanctions lor non-con�pliance. • According to ASTM E 1527-05, no ESA can wholly climinate unccrtainty regarding the potential for recoguized environmental conditions in connection with a property. Performance of a Yhase I �:SA is intended to reduce, but not eliminate, uncerfainty regarding the poten[ial for recognized enviroimiental conditions in connection with a property,while recoanizing I reasonablc limits of time und cost. All appropriale inquiry does not mean an exhaustive ' assessment. One of the purposes of ASTM standard practice is "to identify a balance between the I competing goals of limiting the costs and time demands inherent in performing an environmental site assessment and the reduction of unccrtainty about unknown conditions resulting from additional inPormation," • The report will not be an in-depth stud}�of site contamination and should not be interpreted as such. No subsurface explorations of soil or groundwatcr conditions will bc performed, and no sampling or chemical analyses of any materials or waters on tlte site(for exaniple soil, water, air, building matcrials) will be wnducted. Sampling and testing for contamination, subsurface explorations, and cleanup of hazardous materials are not wifhi�� the scope of a Phase I F.SA. Tlie report will not offer any legal opinion, interpretation, or rcpresentation of any federal, statc, or I local environmental law, rule, re�ulation, or policy. _ _ _ — -- �, � ' �H�O .{t.u-vvt r,.�r � SCHEDULE OF RATES � HOURLY RATES , PrindpalProfessional'..............................................:........................................................................$135.00- 165.00 per hour ProjecfMana9er'.......................................................:..........:................................................_,........$115.00- 135.00 per hour Senior Professional'.............................................................................................................................$95.00- 157.00 per hour StaffProfessional'..............................................................................................:....................._..........$J8.00- 126.00 per hour Assistant ProPessional`.........................................................................................................................$62.00- 105.00 per hour J�nior ProfessionaP......................................................................................:..._,...................................$62.OD-85.00 per hour Senior Drafter/Designer......................................................_...........................................................,....$67.OD-95.00 per nour Drafter/Designer.........................................................................................................................m........$62.00-79.00 Per hou� SenlorTechnician.............................................................:....................�...,,..........................................$69.00-90.00 per hour Technician...................................._.........................................,.............................:...............................$59.00-79.00 per hour Special Consultants �depends on quolificafions)..........................................................................$60.00- I80.00 per hour Senior Geotechnical Engineer........................................................................._............................................$165.00 per hour Court Appearance/Depbsitions..,......._............................................._..........�4 hour minim�m) $300.00-400.00 per hour licensedSurveyor..............................................._..............................,..................,.....,.......,.....,,:.....$100.00- 115A0 per hour G57Licensed Well Driller................................................................................................................................5120.00 per hour One-Man Pariy GPS-RTK......................................................................................................................:........$1 A0.00 per hour One-Mon Parfy-Prevailing Wage Rates......................................................................................$155.00- 165.00 per nour One-Man RoboHc Survey.....................................................................................................................:..........$130.00 per nour Two-Man Party GPS-Static.............................................................................................................$160.00- 190.00 per hour Two-Man Survey Parly-Prevailing W age Raf es..........................................................................$200.00-230.00 per hour Two-Man Survey Parly..............................................................................................................:........$155.00- 185.00 per ho�r , Three-Man S�rveY Party................................._.............,...............................................,.,...........,.....5200.00-230.00 per hour Three-Man Survey Party-Prevailing Waoe Rates........................................................................$240.00-270.00 per hour CerlifiedPublic Accoun}ant........................................._........................................................................,........895.00 per hour Project AdministrafoNCoordina'tor.....................................................................................................$55.00-75.00 per hour Clerical...............................:....................................................................................................................$55.00-65.00 per hour "'Professional" may appry to Engineer,Geologist, Plannor, Designec Environmental Scieniis6 or other specialties NOTES l. The above rales are regular hourly rates and include poyroll costs, overhead, and proflt If overime is raquesled by ihe Gienl,it wiil be ctiarged at 130%of the above fiourly rates. 2. in accordance wifh State labor taws;prevailing wage rales moy be requited on State or Federaly funded projecfs. These rates opply to survey party chief,rodman,chainman,soils field IesteL and materials field tesier. The houdy rate differeniial is$25 to$27 dollars per hour per person deper,ding on project locatlon and labor classification.The differential will be added to the abova hourly rates. 3. Outside services will be performed at Cost plus 15%. �4. Subsistence will be colculaied at Acival Cost pl�s 15%or agreed per diem rates. $. All iravel time will be charged at the regular houdy rates unless otherwriiten arrangemenis are made. TRANSPORTATION Automobile qnd pickup:' Tripcharge per day...........:.................................................................................................................$65.00 perdaY . Minimumcharge,vehicle.............................................._.......................................,......,...,..,...........................$15.00 Over 80 miles...........................................................................................$25.00 minimum charge+$O.GO Per mile OfheriransPorfptlon,air Iravel, etc..........:.................................:.........._...:...._,..._.......,......................,,...........,$Cost+ 15% �� MA7ERIALS I Survey hubs,stakes,laih,or guineas......................................................._.......,.................................,.:.....,...........$1.00 each SurveYmarkors.Plain iron p�pe............................................�..�..:..,...........,.:..,...................................................:...$5.00 each Plan coPies persheet(l lxl7� .......................black 8.wnite$025..........�..................................................color$2.50 each Plan copies per sheet�24x361 ����������������•����••block&white$5.00....................mylar$20.00...............color$21.25 each Allofher materials or Println9................................................................................................................................$Cost+ 15% • Minim�m charge of 1/2-day on all equipmeni billed on daity basis " Plus Technician Rate Pafle I of 3 R:\Adminisirofive\Billing RoteSchetlules\2013RaleSChedvles\Region I Eureka_Ukioh_SanfaROSa_RafeSchetlulesFINAL.doc Revlsed:01/23/13 � LACO RAiES FOR MAiERIAIS AND SOILS TESTING Laborotory tests are performed on samples delivered io ourlabin Eureka,California.Sample pick-up,special tesis.and unusual somple preparaiion are billed ai the applicable ho�dy rate. Poxes of reporis and duplicaie moilings are available for$5 each.Reporh requiring rev:ew and signoture will be billed at tne applicable rate. A. AGGREGATE AND SOILS TESTING 100. Sieve Analysis-Coarse and Fine, Caltrans?.02,ASTM C-136...................._..............................................$100.00 101. Sieve Analysis-Coarse. Calirans 2D2.ASTM C-136......._......................................................................._.....$50.00 102. Sieve Analysis-Fine.Cal}rans 202,ASTM C-136.............................................................................................$60.00 103. Finer than 8200,ASTM C-117�..............................................................................1............................................$50.00 104. PariiGe Size AnalYSis,ASfM P422.....................................................................................................:...._.......$80.00 � 105. Cleanness Value,Coltrons 2ti..........................................................................................................................$75.00 106. Sample Preparation.................._...................,.......................................................................,........................,...$35.00 107. USDA Textural Suitability Analysis �per point�•••........................................................................_...,................$50.00 106. Bulk Density.Leachfiela System Suitobilily......................................................................................................$35.00 109. At}erberg Limits, LL-PL-PI, ASTM 4318.........................._................,.....,.......................................................,.$100.00 110. Sand Equivalenl, Caltrans 2 V,ASTM D-2419.........................�.............................,..........................................$60.00 111. Specific GravitY-CoaYSe.CaMruns 206,ASTM C-127...................................................................................$60.00 112. Specific Gravity-Fine,CaBrans 207,ASiM C-128.........................................................................................$70.00 ,. 113. Moximum Density of Soils,Caltrans 216,ASTM D-698 or D-1557.................................................._............$150.00 114, N�axim�m Density of Soils wifh Rock Correciion,ASTM D-4718,......m.......................................................$775.00 301. Nudear Density Gauge �hourlyJ,Caliwns 231,AS7M 06938"........._........................................................$15.00 302. Nuclear Density Gauge �daily�,Caltrons 231,ASTM D6938""......._............................................................$85.00 116. Organic Impurities,ASTM C-40..........................................................................................................................$75.00 I 17. Moisture Confent of Soils In Place,ASTM�-2216...........................................................................................$15.00 � 118. Densiiy of Soils In Place.ASTM 2937................................_..................__..:....................�..................................$30.00 119. Percenf Crushed Parficles,CoMrons 205,ASTM D-5821.................:.......:........�..................,................,.........$100.00 120. �urability Index-Coarsa, Caltrons 229,ASTM D-3744..............._.................................................................$70.00 121. D�robility Index-Fine.Calirans 229.ASTM D-3744........................................................................................$70.00 125. Consolidation,3"dia..ASTM D-2435.............................................................................................................$280.00 � 127. Oired Shear,nSTM D-3080 �3 points)..............................................................................................................5275.00 � 128. Dired Sheac AS7M D-3080 �Per addiFlonal Point).........................................................................................$55.00 129. Sample Preparotion........................:..................................................................................................._..............$35.00 I130. Expansion Index,ASTM D-4829.......................................................».......................,.......,.............................5150.00 , 131. Pockei Peneiromeier........:.....................................:.........:.....»......_..:................,,.............................................$10.00 135. Unii We:ght,ASTM G29:......................................................................................................................................$60.00 for other tesfing noi listed,please inquire. B. CONCRETE AND FIELD TESTING I 150. Concrete/Grout Compress'�,ve Sirengih(curing,tesiing&disposal), CaNrans 521,ASTM C-39............$25.00 151. Concrete Compressive Strengih, Calirans 52L ASTM C-39.........................................................................$20A0 , 152. Specimen Processing and Curing.ASTM C-31..........:................................................................... (each) $5.00 ...� 153. Disposable Concrete Molds...................................................................................................................(each) $3.00 I � 154. Concrete M�Design, Preparatlon. Review,and Adjuslment...........................�.......,.........._......_...........$200.00 156. Percent Entrained Air�Me�hod ASTM G231 or C-173�"..........................,.......,.......................,................,.$20.00 157. Shrinkage Tesi,ASTM C-157 �3 bars)................................W...................,.............,........................_IPer festl $250.00 158. Concrete Rebound Test,ASTM C-805"'.........................................................................................(per daY)$25.00 ' 1 b9. Coring;Conereie, CMUs and AC,4-inch core""................................................................$3.00 per Inch length 161. Coring;Concrete,CM'JS and AC, 6-inch core""........................................:.....................:.$3.00 per inch lengih 163. Splitting 7ensile Strength,ASTM C-496.......................................................................................:_...IPer tesf)$90.00 C. SPECIAL EQUIPMENT 246. Skidmore"......_........................................................................_........_,......................,.........,.....,......(per daY)$60.00 �I 303. Core Drillin9 Machine"....................................................................................................................IPer daYl$75.00 333. Load Cell"�...............:....:..................................................................................................................IPer ho�r)$15.00 I 334, Torq�e Wrench"...................................�...............................................................................,...........(per ho�r)$10.00 � 290. EnvironmentalDrillRigwiihOperotor�s�...:........:...:......................................................�perhourJ$125,00-265.00 Page 2 of 3 R:\Adminis�tative\BiJing_Rate Schedules\2013 Rate Schedules\Region 1 Eureka_Uklah_Sanlo Roso_Rafe SchetlNes FIN�L.tloc Revlsed:01/23/13 i - 'LACO 307. Geotechnical Urill Rig with Operator�s).....,......_..........................................................(per hour) $140.00-280.00 311. Drilling Support Truck'................................................................................................................_.... �per daY) $85.00 �320. Photoionization Flycrocarbon Vapor De}ector'...,,�.................................................................(per day) $l OC.00 450. Field Lab Analysis(Hanby�................................................................................._..........:..................(per test) $25.00 332. Turbidity Meter'............._. ...................._.........................................................................:.......IPer daY7 $4C.00 ........_. 352 Dissolved Oxyc�en Meter'....................._................................................................_.......................�per doYl $40.00 245. pH/T/K Meter'........................................_..........................................,............,..................................�per daY) $40.00 247. Watet Level MBfer..........................................................................................................................._(pei daY) $25.00 321. Bladder Pump/2��Submersible Pump'........................................................................................_ (per daY) $45.00 224. Cam/Portable Pump (12-voltJ............................................................................................................IPerwell)$5.00 336. Preswre Washer'............................................................................................................................... (perdoY) $45.00 323. Sieam Cleaner'...............................................................:..................................:............................. (per daYl $I5.00 456. Rofary Hammer Boring System........:......................_............................................._...._..............�per bonn8) b25.00 452. Hydro Punch....:............................................................................................._............,................�per samPle) $30.00 A54. Coniin�ous Core Sampler............................................_.......,............................................................�per footJ $5.00 249. Generaior'.............................................................................................._....................._.................. (per daYl $40.00 244. 4-Channel Datalogger'......................................._..........................._............_.............................(PerdaYl �115.00 354. Hond Auger'.....................................................................................................................................(perdaY) $25.00 22. TraNic Control Cones 125) '.................................................................................................................�Per daYl$6.00 31. Barricade'......................................._............................................,.......................................................�PerdaYl $5.00 23. PassiveSklmmer �lliter)................:.................................................................................................�perweekJ $15.00 24. EledricSkimmer...................................:.........................................................................................�perwcek) $125.00 326. Submersible P�mp ".......................................................................................................................... (,oerdaY) $45.00 322. Centrifugal Pump'........_................................................................................................................(PerdaY) $100.00 25?. Confined Space nnuHi-Gas Meter �LFL, Oxygen, PID, Hydrogen Sulfate,COJ....................._(per day) $90.00 ' Minimum charge of 1/2-aay on oll equipment billea on daily basis " Plus Technician Rote "' Sample preporation nof included Poge 3 0(3 R:\Administrafive\Billir.g_Fafe Schedules\2013 Rate Schedules\Region I Eureko.Ukiah Santo Rosa Rafe Schetlules FINAL.doc Revised:01l23/13 I