HomeMy WebLinkAboutLACO Associates 2012-09-28 C[� U�'� 810�- .
Pw II
�
AGREEMENTFOR
PROFESSIONAL CONSULTING SERVICES
[Design Professional]
This Agreement, made and entered into this ;=u day of �;� - i" , 2012 ("Effective Date"), by
and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and LACO Associates, i
' 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 materials testing services related to the Gobbi Street / State Street, Street and
Utilities Improvement project, Specification No. 11-10.
I 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 OFAGREEMENT I
1.0 DESCRIPTION OF PROJECT I
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"
22. 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
by January 31, 2013. 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 $1,833. 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, which shall include all indirect costs and expenses I
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 I
u.��.�F��-r„nx,���nnt,�.���������-NO„����n.•,m.zmx
rnc��:i u��i
I
of Work for the not-to-exceed guaranteed maximum, even if actual time and expenses exceed
that amount. I
4.2 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.
4.3 Sub-contractor Pavment. 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 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 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
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 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 I
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 govemmental agencies regulating such activity shall be so informed. ,
Those provisions of this Agreement that reserve ultimate authority in City have been inserted I�
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. '
Consultant warrants and represents that it is a properly licensed professional or professional I
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.
Dcsipn-Pm6�csAgreemem-KnrmJx:r 30.1 W 8 �
rncc?ur�
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. I
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 'I
connection with its performance under this Agreement. i
A. Minimum Scope 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 Liabilitv: $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 Liabilitv: $1,000,000 combined single limit per accident for bodily
injury and property damage.
3. Worker's Compensation and Emplovers Liabilitv: 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.
I)csiFn YrolSareAF�ccinenb�nvcmtnr20._'Wfl
VAGI'.i UI')
I _ _ --_ _—_ . _ _ — — _ _
. _ _ _ . __ _ _ _ __
4. Errors and Omissions liability: $1,000,000 per ess�ense 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, I
employees and volunteers; or the Consultant shall procure a bond guaranteeing ,
payment of losses and related investigations, claim administration and defense '
expenses. The consultanYs 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 Coveraqes
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 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 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 Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to I
the limits of the insurer's liability.
2. Worker's Compensation and Emplovers Liabilitv Coveraqe
The insurer shall agree to waive all rights of subrogation against the City, its
officers, officials, employees and volunteers for losses arising from ConsultanYs
performance of the work, pursuant to this Agreement. '
il
3. Professional Liabilitv Coveraqe
0.�xi4n-Yraf9rcpAkrve�nnrz.Nm�mbev 2U.2fIf1A
YAGI!J OI"1
If written on a claims-made basis, the retroactivity date shall be the effective
date of this Agreement. The policy period shall extend from 6/18/09 to 6/18/11.
4. All Coveraqes
Each Insurance policy required by this clause shall "^ ^^���� state 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. Acceptabilitv 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. 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, after notice to Consultant that City has paid the premium, the
cost of insurance may be deducted from the compensation otherwise due the
contractor under the terms of this Contract.
G. Subcontractors
Consultant shall include all sub-contractors 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
,,��,� �^ ^ �°!�!°� ;� �^� to the extent caused by the negligent act or omission or the
wiliful misconduct of Consultant and its agents in the performance of services under this
contract, 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 negligence, wiliful 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
I costs associated with defending the claim, including, but not limited to, the fees of attorneys,
investigators, consultants, experts and expeR witnesses, and litigation expenses.
Ilcaipn lYO6v.z4CrtLI11Pn1-Nmunil%'IIO_1IXIN
1':\UP:i UI:]
References in this paragraph to City or Consultant, include their officers, employees, agents,
and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Documents and Ownershiq of Work. All documents fumished 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 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 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 Governinq 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 Assiqnment. 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 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 I
unfinished documents, data, studies, surveys, drawings, maps, models, photographs and
reports prepared by the Consultant under this Agreement. Consultant shall be entitled to i
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 I
ConsultanYs breach of contract. I
u�,�a��-r,��ix,vnnF�.�,����,��n.n•a,�.��»n�-,zo.�ir,x
i�nai�:n ui-� �
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
DEPT. OF PUBLIC WORKS LACO ASSOCIATES
TIM ERIKSEN CHRISTOPHER J. WATT
300 SEMINARY AVENUE PO BOX 1023
UKIAH, CALIFORNIA 95482-5400 EUREKA, CA 95502
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY: �/� ���� 9 sd iz.
Date
PRINT NAME: � rrs?�`iL /�ll-'
9Y- ZZ7�93z
IRS IDN Number
CITY OF UKIAH
, 1 , �"� � .� / /, z
eY: ,�; �,, . s.,�.,,,.��C_ - _ , � �- i �,
J"ane Chambers Date �
CITY MANAGER
ATT�BT
._� �✓���" � , � —� ?
,
Linda Brown Date
CITY CLERK
,I
Ik�e�gn-Prnl'Ac�4Fmemciv Vmcmbcr?0.2 W 8
rnar:i or�
I
�� R ��
Attachment #
LACO
ESTIMATED FEE FOR MATERIALS TESTING SERVICES RE: GOBBI/STATE STREET IMPROVEMENTS
ITEM DESCRIPTION OF SERVICES INDIVIDUAL SERVICES UNITS RATE FEE
1 Laboralory Testing CAL216 Max Densil -Trench Backfill 1.00 150.00 $150.00
(Trench Backfill/AC) Gradalion-Trench Back(ill 3.00 100.00 $300.00
SantlE uivalent-TrenchBackfill 3.00 60.00 $160.00
� Eztraction/Gratlation-AC 1.00 9200 $9200
� En ineer Review houd 025 125.00 $3L25 I�
Adminisira�ive hourl 025 64.00 $16.00
Pro�ec�Mana ement hourl 025 125.00 $3125
Subto[al $800.50
Lab[otal for 1 soil types $800.50
z Compac�ion Tes�ing Tes[in Technician site 0.75 91.00 $68.25
(Trench Backfill/AC) Nuke Gau e hourl 075 15.00 $1125
Vehicle minimum) 1.00 15.00 $15.00
En ineer Review houd 0.25 125.00 $3125
Adminis�rative hourl 0.25 64.00 $16.00 �
Pro�ect Mana emeN hourl 025 125.00 $3125
Sub[otal per site visit $173.00
Labor total for 5 075 hour site visits $865.00 i
TOTAL $1,665.50 '
Sugges[ed contingency ot 10% $166.55 �I
September 14,2072 TOTAL NOT TO EXCEED FEE $1,832.05 �I
i I
NOTE:The total fee includes iravel time.. however, neither mileage nor per diem will not be charged.The final to�al I
fee may be subject to change due to contractor scheduling,construction techniques,weather delays,supplemental I
testing, number of retesis: etc. Material testing and special inspection work performed by LACO in no way relieves �
Ihe Contractor of their obligalion to perform the work in accordance with ihe requirements of the Contract �'i
Documents. Se�vices beyond those listed above will not be performed until pre-approved by ClienL I
ASSUMPTIONS: 1)THE EXTRACTIONIGRADATION WILL BE SUB-CONTRACTED TO GRANITE
CONSTRUCTION'S CERTIFIED UKIAH LAB,AND 2)THREE(3) UTILITY TRENCHES WILL NEED
COMPACTION TESTS INCLUDING ONE TRENCH WHICH WILL NEED BOTH DEEP TESTS AND I
SHALLOW TESTS. HENCE,2 SITE VISITS WILL BE REQUIRED FOR COMPACTION TESTING ON ONE I
OF THE UTILITY TRENCHES. '
31 W 4r�.� Srre+�, Eor�rA.i, Caltfornlo 955�1 ]0] ua3-SUS< Fnw ]OJ 4J3-0SSJ
�i i Mn�ir Srrccr, V.�ub, Coi6orn�m 95�BH ]0] a5]�0222 ran ]0] �6]-0]�3
3a5O Reglooni Gmk�.op S.Ir.�. e], Sunra Rosq Col.tornlu 95u03 l0] Ja3-SOSa Fox ]0] ��J O55]
TollF�ee800 $I5�5054 www.lacoassoclorea.�o�n
'
I
II
. i M1 - ohbl St I
P::S110Fia��CllyolUka (S�a�eG 1
I
I
-
Attachme �� ��
�
nt #
i c0 LACO ASSOCIATES �_
-_ � . .� _ -. ad��_r«;
SCHEDULE OF RATES - REGION 1
HOURLY RATES
Principal Engineer*.........................................................................................................$ 133- 160.00 per hour
' Project Manager*..............................................................................................................5 1 l� - 140.00 per hour
SeniorEngineer*.................................................................................................................$92- 145.00 per hour
Staff En�:ineer* ...................................................................................................................S 77- 123.00 per hour
Assistant Engineer* ............................................................................................................$ 75 - 105.00 per hour
Junior Engineer*................................................................................................................... �62 - 85.00 per hour
, Senior Drafter%Technician.....................................................................................................$67 97.00 per hour
DraftedTechnician............................................................................................................... $ 49 - 67.00 per hour
ISpecial Consultants(depends on qualifications) ................................................................$ 60- 180.00 per hour
Court Appearance/Depositions..........................................................(4 hour minimum)$ 300-400.00 per hour
I Licensed Surveyor.................................................................................................................$ 100 - 1 I� per hour
One-Man Party GPS - RTK .......................................................................................................$ 140.00 per hom
One-Man Party - Prevailing Wage Rates........................................................................ 15�.00- 165.00 per hour
One-Man Robotic Survey...........................................................................................................$ 130.00 per hour
Two-Man Party GPS - Static.......................................................................................S 160.00- 190.00 per hour
Two-Man Survey Party - Prevailing Wage Rates........................................................$ 200.00- 230.00 per hour
II Two-Man Survey Party................................................................................................$ 155.00- I S>.00 per hour
"I'hree-Man Survey Party..............................................................................................$200.00- 230.00 per hour
Three-Man Survey Party - Prevailing Wage Rates.....................................................................$270.00 per hour i
Certified Public Accountant..........................................................................................................$95.00 per hour
Project AdministrarodCoordinator..................................................................................$60.00- 7�.00 per hour
Clerical.............................................................................................................................$45.00 -65.00 per hour
*Includes Designer, Geoloaist, 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, chainman, 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. 'Che differential will be added to the above hourly rates.
3. Outside services will be performed at Cost plus I S%
4. Subsistencc will be calculated at Actual Cost plus 15%or agreed per diem rates.
5. All travel time will be charged at the regular hourty ratcs unless other written arrangements are made.
TRANSPORTATION
Automobile and pickup:*
Trip charge per day...........................................................................................................$6i.00 per da}
Minimumcharge. vehicle..............................................................................................................5 15.00 I
Over 80 miles.................................................................................$2� minimum charge+ .60¢ per mile
Other transportation, air travel,etc. ..................................................................................................$Cost- 15/o
o i
MATERIALS
Survey hubs, stakes, lath or guineas.....................................................................................................5 I.00 each
Survey inarkers, plain iron pipe............................................................................................................$ 5.00 each
Plan copies per sheet (1 lxl7)................black & white S 0.25...................................................color $ 2.50 each
Plan copies per sheet(24x36)................black & whi[e S S.00................mylar$20.00.............color 52125 each
All other materials or printing...........................................................................................................5 Cost i I�%
* Minimum charge of I!2-day on all eyuipment billed on daily basis.
** Plus Technician Rate
� Page I of 3
R�.AAJminislra[iveARfllfn�R�te Schedules�2010 Rale Schedules-�2010-RUte Schadules Y.ureke_Ukiuh Appruved.duc �I
RCViscd'OICO/I11
I _ _ _ _ _ ___ ._ _ . _ - _ _
i
i
c LACO ASSOCIATES
- � - - - - - . �r._ _ _ �
SCHEDULE OF RATF.S
I
RATES FOR MATERIALS AND SOILS TESTING
Laboratory tests are performed on samples delivered to our lab in Eureka, California. Sample pick-up,special tests
and unusual sample preparation are bilfed at the applicable hourly rate. Faxes of reports and duplicate mailings are
available for$� each. Reports requiring review and signature will be billed at the applicable rate.
A. ACGRECATF. AND SOILS TESTING I
100. Sieve Analysis-coarse and fine, Caltrans 202,ASTM G 136..................................................$ 100.00 �
101. Sieve Analysis -coarse, Caltrans 202, ASTM G 136..................................................................$ 50.00
102. Sieve Analysis-fine,Caltrans 202, ASTM G 136......................................................................$ 60.00
103. Finer than #200, ASTM C-I 17.....................................................................................................$ 50.00
104. Particle Size Analysis,ASTM D-422***.....................................................................................$ 80.00
105. Cleanness Value, Caltrans 227 .....................................................................................................$ 75.00
106. SamplePreparation.......................................................................................................................$ 35.00 I
107. USDA Textural Suitability Analysis (per poinQ*** ....................................................................$ 50.00 I
108. Bulk Density, Leachfield System Suitability................................................................................$ 35.00
109. Atterberg Limits. LL-PL-PI, ASTM 4318***..............................................................................$100.00
I 10. Sand Equivalent. Caltrans 217, ASTM D-2419 ...........................................................................$ 60.00
I 11. Specific Gravity-coarse,Calvans 206, ASTM C-127................................................................$ 60.00 I
1 12. Specific Gravity -fine, Caltrans 207, ASTM G 128 ...................................................................$ 70.00
113. Maximum Densiry of Soils, Caltrans 216, ASTM D-698 or D-1557...........................................�I50.00
1 14. Maximum Densiry of Soils with Rock Correction, ASTM D-4718.............................................$175.00
301. Nuclear Density Gauge(hourly), Caltrans 231, ASTM D6938 **...............................................� I�.00
302. Nuclear Density Gauge(daily), Caltrans 231, ASTM D6938 **.................................................$ 85.00
1 16. Or};anic Impurities, ASTM G40..................................................................................................$ 75.00
1 17. Moisture Content of Soils In Place, ASTM D-2216.....................................................................$ I�.00
1 18. Density of Soils In Place. ASTM 2937 ........................................................................................$ 30.00
I 19. 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 I
125. Consolidation, 3" dia., ASTM D-2435***...................................................................................�280.00
127. Direct Shear. ASTM D-3080 (3 points)........................................................................................�275.00
128. Direcl Shear, ASTM D-3080 (per additional point).....................................................................$ 55.00
129. Sample 1'reparation.......................................................................................................................$ 35.00
130. Expansion Index. ASTM D-4829.+............................................................................................51�0.00 i
131. Pocket Penetrometer......................................................................................................................$ 10.00
13>. Unit Weight, ASTM C-29 .............................................................................................................$ 60.00
For other testing not listed, please inquirc.
Page 2 of 3
R.Vadminisvatiu'e\Billine_Rate Schedules\2010 Ratc Schcdulcs�2010-Ratz Schedules Eureka_Uki�h Approved.doc
RcviscJ�.01/20/10 ,
il
I
�a LACO ASSOCIATES
-- � - -O - - -. nd=��;-�q�::l-�� , .
B. CONCRETE AND FIELD TESTING
I S L Concre[e Compressive Strength, Caltrans 521, ASTM G39................................................................5 20.00
152. Specimen Processing and Curing (each), ASTM G31.........................................................................$ 5.00
153. Disposable Concrere Molds.......................................................................................................(each)$ 3.00 �i
154. Concrete Mix Design, Preparation, Review, and Adjustment..............................................................$200.00 I
156. Percent F.ntrained Air(Method ASl'M C-23I or G 173)** .................................................................$ 20.00
157. Shrinkage 7'est. ASTM G157 (3 bars)..................................................................................(per Icst) $250.00 I,
I58. Concrete Rebound l est. ASTM G805** .............................................................................(per day) $ 25.00
159. Coring; Concrete, CMUs and AC, 4-inch core ** .........................................................$ 3.00 per inch Iength
16 L Coring; Concrete, CMUS and AC, 6-inch core **.........................................................$ 3.00 per inch length
163. Splitting Tensile Streng[h, ASTM G496..............................................................................(per test) $ 90.00
C. SPECIAL F,QUIPMENT
246. Skidmore **..........................................................................................................................(perdaY) $ 60.00
303. Core Drilling Machine**......................................................................................................(per day) $ 7�.00
I
333. I.oad 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) $I�0 - 195.00
308. Drifl Push Rig with Operator(s).................................................................................(per hour) $I 50- 19i.00
31 I. Drilfing Support Truck *.......................................................................................................(per day) $ 85.00
990L G57 Licensed Well Driller.................................................................................................(per hour) $120.00
320. Photoioniza[ion Hydrocarbon Vapor Detector * ..................................................................(per day) $100.00
450. Field Lab Analysis (Hanby)..................................................................................................(per Icst) $ 25.00
332. Turbidity Meter*..................................................................................................................(per daY) $ 20.00
352. Dissolved Oxygen Meter* ...................................................................................................(per day) $ 40.00
24�. pH!T/K Me[er*.....................................................................................................................(per day) $ 40.00 I
247. Water Level Meter................................................................................................................(per day) $ 2�.00
321. Bladder Pump/2" Submersible Pump *.................................................................................(per day) S 45.00
224. Cam/Portable Pump (12-volt).............................................................................................. (per well) $ 5.00
336. Pressure Washer *.................................................................................................................(per da}') $ 4i.00
323. Steam Cleaner/Pressure Washer ...........(per day) S 7�.00
' * .............................................................................
456. Rotary Hammer Boring System.......................................................................................(per boring) $ 2�.00 I
452. HydroPunch...................................................................................................................(persample) S 30.00
454. Continuous Core Sampler.....................................................................................................(per foo[) S �.00 ,
249. Generator *............................................................................................................................(per day) � 40.00
244. 4-ChannelDatalogger *........................................................................................................(perday) $II�.00
354. Hand Auger *........................................................................................................................(per day) S 25.00
22. Traffic Convol Cones (25) *..................................................................................................(per day) $ 8.00
3I. E3arricade *..........................................................................................................................(per week) $ �.00
23. Passive Skimmer(I liter)...................................................................................................(per week) $ 15.00
24. ElectricSkimmer................................................................................................................(perweek) $I2�.00
� 326. Submersiblc 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 I
* Minimum charge of V2-day on all equipment billed on daily basis.
** Plus Technician Rate
*** Sample preparation not included
Page 3 of 3
R-Wdmimstralive\6flling Ra[e Schedules�2010 Ratz Schedules�2U10-Rare Schedules Eueeka_UAi¢h Appmvedd�n'
Reviscd:01/?0/10
�
_ _ _ ___ _
���� �,� ����� I
�I�� 'I
I
October 25, 2012
Mr. Christopher J. Watt
LACO Associates
� PO BOX 1023
EUREKA CA 95502-1023
RE: Agreement for Professional Consulting Services I
(Materials Testing Services for Gobbi and State, Street and Utilities Improvement ,
Project, Spec. No. 11-10) '
Dear Mr. Watt:
Enclosed please find a fully executed original of the subject agreement for your file.
Thank you for your assistance with this project. Please do not hesitate to contact me at
(707) 463-6296 if you have further questions.
Sincerely,
I
/ 4
Richard J. Seanor
Deputy Director of Public Works
enc.
/
cc: Linda Brown, City Clerk w/duplicate original ✓
file
300 SEMINARY AVENUE UKIAH, CA 95482-5400
Phone#7071463-6200 Fax#7071463-6204 Web Address: www.cityofukiah.com