Loading...
HomeMy WebLinkAboutLACO Associates 2014-03-11 �p1,(� l 3 ! �l- l7 I AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this �L day of �ara�, 2014 ("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 to prepare the plans, specifications, estimate, and bid documents for the Oak Manor Trail. 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. Additionai 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. 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 maximum dollar amount of $24,146. 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 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 Sld-ProfSvcsAgrecmenb Norember 20,2008-LACO revised PAGEIOF] 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 Chanqes. Should changes in compensation be required because of changes to the Scope-of-Work of this /{qreement, 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 monthiy 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 payabie 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 Citys 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 federai and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this /{qreement 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 seif- 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. sm-e�ors.�snbreem��-Ho.emea zo,zoos-uco�eh:ea PAGE30F] 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. Consuitant 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 Scooe 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 LiabiliN: $1,000,000 combined single limit per accident for bodily injury and property damage. sm-r�rs��we�«���n-No�<mum io,zaos-�,nco�:ea PAGE30F) 3. Worker's Compensation and Emolovers 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. 4. Errors and Omissions IiabiliN: $1,000,000 per claim. 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 consultanYs deductible of $50,000 is acceptable to the City. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liabilitv and Automobile Liabilitv Coverapes 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, oHicials, 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, officiais, 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 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 Consultant's performance of the work, pursuant to this Agreement. Std-PniSVCSA6�meno-Novemba 30.3008-LACO rcrxG PAGE40F] 3. Professional Liabilitv Coveraae If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend for the duration of the work being performed. 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. Acceotabilitvoflnsurers 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 Coveraae 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. 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 indemnify the City for any claim, cost or liability to the extent caused by the negligent act or omission or the willful misconduct of Consuitant 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 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. 5�a-RarsvcsAS��^en4 November zo,zanx-Lnco reviva PAGESOF] "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 officere, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownershio 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 upon their submittal to the City either in draft or 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 Governinp 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 Aareement. 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 Assianment. 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 shail 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 s�a-r�rs��ns�«m���-No�emeR zo,zaos-�aco�...,:ea PAGEfiOFJ 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 resuit of ConsultanYs breach of contract. 7.9 Duplicate Oripinals. 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 foliows: CITY OF UKIAH LACO Associates DEPT. OF PUBLIC WORKS 311 S. Main St. 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-4922 UKIAH, CALIFORNIA 95482-5400 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: C/� /— 6 —`7 Christop er J. Watt, CEG, CHG Dat� President and CEO, LACO Associates 94-2278932 IRS IDN Number CITY OF UKIAH Bl� d !�'I� � lG JANE A. CHAMBERS Date CITY MANAGER ATTEST �8'��D,(��.(�rt-�- 43�1�1�Y KRISTINE LAWLER, CITY CLERK Date S�d-PmiSvWb=��-NOwmhr'_0.2008-LACOrensed PAGE)OF] LACO ATTACHMENT A City of Ukiah Oak Manor Trail ConsTruction Documents LACO Project No. 6883.13 December 26,2013 PROJECT UNDERSTANDING The City of Ukiah (City) has submitted for approval, a Bicycle Transportation Account Project Application. The name of the project is Oak Manor Trail which is part of the Clay/Peach/Gibson Creek Corridor Project. The projecT is in the Mendocino County Regional Bikeway Plan approved by the Mendocino Council of Governments on June 4,2012. The project consists of replacing an exisiing dirt trail with an 8-foot wide, paved Trail that begins northwesT of The intersection of Gobbi Street and Oak Manor Drive and continues northwesterly, adjacent to the northeasterly bank of Gibson Creek, and ihe southwesterly boundary of Oak Manor Park and Oak Manor Elementary School. The new path extends for approximately 1,365 feet and matches into an existing wooden pedesirian bridge at a location approximately 400 feet east of ihe northbound lanes of Highway 101. SCOPE OF SERVICES 1. Create an existing ground digital terrain model based on the existing survey data obtained in 2008. a. Make a field review in order to verify field conditions measured in the field in 2008 with actual, current conditions. b. If conditions have changed significantly,a new topographic survey may be needed. 2. Review legal descriptions and available maps. a. Review and incorporate into projecT mapping all property ownership documenTation, currenily in our possession, relative to this project. b. If any data is missing, request required documents from City. 3. Develop Conceptual Plan a. Create Plan and Profile sheets showing preliminary alignment and grade for City review and approval. b. Attend an initial field review meeting with the CiTy and oiher interested stakeholders. c. Gather commenis from the City and interested stakeholders. d. Identify preferred alignment based on existing trees and current easement/right-of-way. 4. Create Preliminary Plans a. Develop a digital terrain model ihat incorporates City commenis and pavement thicknesses based on pavement section provided to us by ihe CiTy. b. Determine earthwork requirements c. Develop construction details. d. Create plan and profile sheets. e. Include erosion conirol plan ihat recommends types and locations of BMPs To be used during construction activities. 5. Submit preliminary plans. 6. Attend commenT resolution meeting with City if necessary. 7. Develop and submit final plans,specifications, and estimate. 8. SubmiT bid documenTs. 21 W. 4th Street, Eureka, California 95507 707 443-5054 Fax 707 443-0553 371 5. Main Streer, Ukioh, California 95482 707 462-0222 Fax 707 462-0223 3450 Regional Pa�kway, Soite 62, Sanra Rosa, Californio 95403 707 525-1222 Toll Free 800 515-5054 www.lacoassociates.com Deliverables 1. Submit ConcepTual Plans 2. Submit Preliminary Plans 3. Submit Final Plans,Specifications,and Estimate 4. Submit Bid Documen}s Schedule Final Bid Documents to be provided January 17,2014 Estimated Fee $18,000 Part A 1. Change The shoulder configuration of ihe bike path from 2-feeT AB to 2-feet pavement on both sides in the section of ihe path inside ihe City of Ukiah Oak Manor Park. The section of the path inside ihe Oak Manor Elementary School will remain the same and iransiTion into the new secTion. a. Add a new Typical section b. Re-model the trail c. Re-calculate quantities d. Add Traffic stripes e. Updafe Special Provisions 2. Extend the trail approximately 150 feet in an easierly direciion to connect to the exisiing Oak Manor Park parking lot and remove existing park amenities. a. Perform topographic survey b. Determine new alignment and profiles c. Re-model Trail d. Re-calculate quantities e. Modify project limits f. Modify Plan and Profile Sheets g. Modify Survey Control Plan h. Modify Erosion and Sediment Conirol Plan i. Add Pavement Marking j. UpdaTe Sections k. Update Special Provision I. Add Truncated dome deTail and plan callout 3. Add to The special provisions a specification based on the City of Ukiah Tree management Guidelines. Estimated Fee: $5,396 Part 6 1. Prepare a legal description and easement exhibit for ihe new irail a. Assumptions i. The proposed northeast side of the easemenT is parallel with the centerline shown on ihe engineering drawings. ii. The proposed easement varies in widih. b. Exclusions i. The creation of a deed or any other document conveying ihe righis associated with the easement. 2 ii. Recording and filing fees. Esfimated Fee: $750 Total Estimated Fee: $24,146 EXCLUSIONS All tasks not listed in the Scope of Services including but not limited to ihe following: • Requests for Information • Construction Phase Services • CEQA Document SPECIAL CONDITIONS AND ASSUMPTIONS . The City has opted to develop their own pavement section rather than use one based on the results of Geotechnical Exploration proposed by LACO. As such a proposal for Geotechnical services and design of a pavement structural section is not included in this proposal. . LACO will attend the following meetings included in the scope above: o Initial Field Meeting o Comment Resolution Meeting affer Preliminary Plan SubmiTtal . All associated vehicle travel that occurs during the execution of ihis scope will be billed to ihe City at the normal, approved rate. • All associated reproductions will be billed to the City aT our sTandard rate. Initials: LACO CLIENT P'\6800\6883 City of Ukioh\6883.13 Oak Manor Trail Consfrudion Documents\Ol Proposal Documen}s\6883.13 20131226 Oak Manor Trail Proposal.docx 3 LACO �� a�� Attachment # SCHEDULE OF RATES HOURLY RATES Principal Professlonal'.................................................._:..................................................................$735.00- 165.00 per hour Project ManageP..............................................................................................................................$115.00-135.00 per hour Sen(or Professional'.............................................................................................................................$95.00- 157.00 per hour STaff Professional'................................................................................................................................$78.00- 126.00 per hour Assistant Professfonal*.........................................................................................................................$62.00-105.00 pe�hour Junior Professional•................................................................................................................................$62.00-85.00 Per hour Senior Drafter/Designer........................................................................................................................$67.00-95.00 per hour Drafter/Designer....................................................................................................................................$62.00-79.00 per hour SeniorTechnician..................................................................................................................................$69.00-90.00 Per hour Technician..............................................................................................................................................$59.00-79.00 per hour Special ConsultanTs (depends on qualifications)..........................................................................$60.00- 180.00 per hour Senior Geofechnfcal Engineer.......................................................................................................................$165.00 Per hour Court Appeardnce/Depositions.....................................................................(4 hour minimum)$300.00-400.00 per hour Licensed Surveyor..............................................................................................................................$100.00- 115.00 per hour C-57 Licensed Well Driller................................................................................................................................$120.00 per hour One-Man Parfy GPS-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 GPS-Static.............................................................................................................$160.00- 190.00 per hour , Two-Man S�rvey Parfy-Prevailing Wage Rates..........................................................................$200.00-230.00 per hour ' Two-Man Survey Parfy.......................................................................................................................$155.00- 185.00 per hour � Three-Man Survey Party....................................................................................................................$200.00-230.00 per hour Three-Man Survey Party-Prevailing Wage RaTes........................................................................$240.00-270.00 per hour Cerfified Public Accountant............................................................................................................................$95.00 per hour Projeci Adminisfralor/Coordinator.....................................................................................................$55.00-75.00 per hour Clerical....................................................................................................................................................$55.00-65.00 per hour "'Professional" may apply to Engineer,Geologist,Planner,Architect, Environmenial Scientist,or oTher specialties NOTES 1. The above raTes are regular hourly rates and include payroll cosfs, overhead, and profit. If overiime is req�ested by the client,ii will be charged at 130�of ihe above hourly rates. 2. In accordance with State labor laws, prevaflfng wage rates may be required on STate or Federally funded projects. These rates apply to survey party chief,rodman,chainman,soils field tester,and maferials 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 I S%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:' Tripcharge per day.............................................................................................................................$65.00 per day Minimumcharge,vehicle..................................................................................................................................$15.00 Over80 miles...........................................................................................$25.00 minimum charge+$0.60 per mile Other transportation,air travel,etc......................................................................................................................$Cost+ 15% MAiERIALS Survey hubs,siakes,la1h,or guineas.......................................................................................................................$1.00 each SurveYmarkers,Plain iron piPe............................................................:...................................................................$5.00 each Plan copies per sheet (11 x17) .......................black 8,white$0.25.............................................................color$2.50 each Plan copies per sheet(24x36) .......................black&white$5.00....................mylar$20.00...............color$21.25 each All other maferials or printing................................................................................................................................$Cosf+ 15% • Minimum charge of 1/2-day on all equipmenf billed on daily basis *' Plus Technician Rate Page I of 3 R:\Administrptive\Billin�.Rafe Schedules\2013 Rate Schetlules\Region I Eureka_Ukiah_Santa Rosa_Rate Sched�les FINAL.doc Revised:Ol/23/13 ' LACO RAiES FOR MAiERIALS AND SOIIS 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 TESiING 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. finerthan#200,ASTMC-177.............................................................................................................................$50.00 104. Particle Size Analysis,ASTM D-422++'........................................................... .......$80.00 .............................................. 105. Cleanness value.Caltrans 227..........................................................................................................................$75.00 106. SamplePreparation............................................................................................................................................$35.00 107. USDA Textural Suitability Analysis�per point�:'•..............................................................................................$50.00 �I 108. Bulk DensiTy.Leachfield SysTem SuitabiGty.......................................................................................................$35.00 � 109. ATterberg Limits, LL-PL-PI,ASTM 4318*...........................................................................................................$100.00 110. Sand Equivalent,Calfrans 217,ASTM D-2419..................................................................................................$60.00 111. Specific Gravity-Coarse,Caltrans 206.ASTM C-127...................................................................................$60.00 112. Specific Gravity-Fine,Calfrans 207,ASTM C-128.........................................................................................$70.00 113. Maximum Densliy of So(Is,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(dailyJ,Caltrans 231,ASTM D6938'*.....................................................................$85.00 '� 116. Organic Impurities,ASTM C-40..........................................................................................................................$75.00 � 117. Moislure Content of Soils In Place,ASTM D-2216...........................................................................................$15.00 i, 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 D3744..................................................................................$70.00 121. Durability Index-Fine,Caltrans 229.ASTM D-3744........................................................................................$70.00 125. Consolidation,3"dia.,ASTM D-2435+............................................................................................................$280.00 127. Direci Shear,ASTM D-3080(3 points)..............................................................................................................$275.00 128. Direct Shear,ASTM D-3080�Per additional point).........................................................................................$55.00 I29. SamplePreparation............................................................................................................................................$35.00 130. Expdnsion Index,ASTM D-4829"»................................................... ....................$150.00 ............................................ 131. Pocket Peneirometer..........................................................................................................................................$10.00 � 135. Unii Weight,ASTM C-29.......................................................................................................................................$60.00 For other testing not listed,please inq�ire. B. CONCRETE AND FIELD TESTING 150. Concrete/Grout Compressive Sfrength�curing,testing&disposal),Calirans 521,ASTM C-39............$25.00 151. Concrete Compressive Strength,Calirans 521,ASTM C-39.........................................................................$20.00 152. Specimen Processing and Curing,ASTM C-31 ....................................................................................�each)$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 daYl$25.00 159. Coring;Concrete,CMUS and AC,4inch core•'................................................................$3.00 per inch length 1 bl. Coring;Concrete,CMUS and AC,6-inch core"'................................................................$3.00 per inch length 163. Spliiting Tensile Sirength,ASTM C-496.............................................................................................(per tesi) $90.00 C. SPECIAt EQUIPMENT 246. Skldmore"".............. ...............................(per daYl$60.00 ............................................................................................. 303. Core Drilling Machine**....................................................................................................................(per daY)$75.00 333. Load Cell`•........................................................................................................................................(per hour)$15.00 334. Torque Wrench**..............................................................................................................................(per hour)$10.00 290. Environmental Drlll RIg with Operator�sJ......................................................................(per hour) $125.00-265.00 Paga 2 of 3 R:\Adminisirotive\Billing_Rate Schedules\2013 Rate Schedules\Region 1 Eureka_Ukiah_Santa Rosa_Rate Schedules FINAL.tloc Revised:01/23/I 3 LACO 307. GeotechnicalDrillRigwithOperator�s�.................................:......................................�perhour� $140.00-280.00 311. Drilling Support Truck'......................................................................................................................(per daY)$85.00 320. Photoionization Hydrocarbon Vapor Detector*.......................................................................(per day)$100.00 450. Field Lab Analysis�Hanby)............................:...................................................................................(per test) $25.00 332. Turbidity Meter".................................................................................................................................�per daY)$40.00 352. Dissolved Oxygen Meter*................................................................................................................�per daY)$40.00 245. pH/T/K Mefer'....................................................................................................................................(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)............................................................................................................�perwellJ $5.00 336. Pressure Washer*............................................................................................................................... (per daY)$45.00 323. Steam Cleaner*................................................................................................................................(per daY)$75.00 � 456. Rotary Hammer Boring System....................................................................................................(per borin9) $25.00 452. Hydro Punch.................................................................................................................................(per sample) $30.00 454. Confinuous Core Sampler..................................................................................................................(Per foot)$5.00 249. Generator*......................................................................................................................................... (per daYl$40.00 244. 4-Channel Datalogger'.................................................................................................................�per daY)$115.00 354. Hand Auger*.....................................................................................................................................(per daY) $25.00 22. Trpffic Conirol Cones(25) '.................................................................................................................(Per daY)$8.00 , 31. Barricade'.............................................................................................................................................�per daY)$5.00 23. Passive Skimmer�l liter)..................................................................................................................�perweek)$15.00 24. ElectricSkimmer.............................................................................................................................�perweek�$125.00 326. Submersible Pump*..........................................................................................................................(per daY) $45.00 322. Cenlrifugal 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 i� '* Plus Technician Rdte *•• Sample preparation not included Page 3 of 3 R:\Administrative\Billin�Rate Schedules\2073 Rate Schedules\Region 1 Eureka_Ukiah_Santa Rosa_Rate Schetlules FINAL.doc Revfsed:Ol/23/13