HomeMy WebLinkAboutLACO Associates 2014-06-18 _ _ _
I
CONTRACT 1314240
I AGREEMENTFOR
PROFESSIONAL CONSULTING SERVICES
� This Agreement, made and entered into this 18th day of June, 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 "ConsultanP'.
� RECITALS
This Agreement is predicated on the following facts: I
a. City requires consulting services related to Phase 1 Environmental Site Assessments for APN
180-070-19 (1350 Hastings Road, Ukiah, California).
b. Consultant represents that it has the qualifications, skills, experience and properly licensed to
provide these services, and is willing to provide them according to the terms of this
Agreement.
c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as
Attachment "A", describing contract provisions for the project and setting forth the completion
dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement
between City and Consultant. The written Agreement shall be in the form of an Amendment to
this Agreement.
3A CONDUCT OF WORK 'I
3.1 Time of Com�letion. Consultant shall commence performance of services as required by the I
Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services ,
by July 18, 2014. 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 Comoensation. 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 $4,000.00. Labor charges shall be based upon hourly billing rates
for the various classifications of personnel employed by Consultant to perform the Scope of
Work as set forth in the attached Attachment B, which shall include all indirect costs and
expenses of every kind or nature, except direct expenses. The direct expenses and the fees
to be charged for same shall be as set forth in Attachment B. Consultant shall complete the
o,,,_�� r�.is...,��.,���.��-.�,.���i..,_��_��.
� ruir i ur
�
CONTRACT 1314240
Scope of Work for the not-to-exceed guaranteed maximum, even if actual time and expenses
exceed that amount.
4.2 Chanaes. 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. i
"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 Indeoendent 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
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. 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 and employee between
Consultant and Ciry.
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
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 '
��,�,�.� ��N6,,,�aa��o,.r,-.,,,.,�,�.���� :, .,
� �•��,��<,t,
— —
CONTRACT 1314240
5.2 Conflict of InteresL 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 62
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 I
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 I
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: $�,000,000 combined single limit per occurrence for bodily I
injury, personal injury and property damage including operations, products and
completed operations. If Commercial General Liability Insurance or other form i
with a general aggregate limit is used, the general aggregate limit shall apply I
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.
ocs rm6.csncr mc�o-c��.��„n..�o.`�u.
PTG[J[�F� .
_
I CONTRACT 1314240 I
i 4. Errors and Omissions liabilitv: $1,000,000 per essaKreaee 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 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
the limits of the insurer's liability.
2. Worker's Comoensation and Emolovers 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.
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 1/13/10 to 1/13/12. �I
�<�� �•N�,«�.�� m�,�-,�,�,�,�.��� ��,�„
vadr',oF, ,
, J
CONTRACT 1314240
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 I
mail, return receipt requested, has been given to the City.
IE. Acceotabilitv 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
cos[ 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 f��` ��°^° ^ ' ^` ^
, to the extent caused by the negligent act or omission or the
willful 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, willful misconduct or
defects in design by the City, or arising from the active negligence of the City, or a third party
not having a contractual relationship with the City.
"Indemnify," as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include all
costs associated with defending the claim, including, but not limited to, the fees of attorneys,
investigators, consultants, experts and expert witnesses, and litigation expenses.
References in this paragraph to City or Consultant, include their officers, employees, agents,
and subcontractors.
n�s�E� r,�g.z�sns,�.�me���;,.,.�,a.���u_����..
PAGY<OF]
�
CONTRACT 1314240
7.0 CONTRACT PROVISIONS
� 7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all
documents or reports and supportive data prepared by Consultant under this Agreement are
owned and become the property of the City a�eaEie+� 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 Goveminq 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 AareemenL This Agreement plus its Attachment(s) and executed Amendments set �
forth the entire understanding between the parties. I
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
unfinished documents, data, studies, surveys, drawings, maps, models, photographs and
reports prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any work satisfactorily completed hereunder,
subject to off-set for any direct or consequential damages City may incur as a result of
Consultant's breach of contract.
7.9 Duolicate 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
oe, r� .,�, ��.��-.,�,.��,w�_�_�.� �
PALI�b ul`�i•��
,
I - _ _ _ . _ __ _ _ J
_ _ __ __
CONTRACT 1314240
administrative or judicial proceedings as proof of the terms of the Agreement between the
parties.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when personally
delivered or deposited in the mail (certified or registered) addressed to the parties as follows:
CITY OF UKIAH LACO ASSOCIATES
DEPT. OF COMMUNITY SERVICES CHRISTOPHER J. WATT
300 SEMINARY AVENUE 311 SOUTH MAIN STREET
UKIAH, CALIFORNIA 95482-5400 UKIAH, CALIFORNIA 95482
9.0 SIGNATURES '
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY: l/`�""("�� a / !
Date
PRINT NAME: C+�iP/5/��/1LX GcriryT I
9y - ZZ ���� z
IRS IDN Number
CITY OF UKIAH �
BY: � � � a 3 � �
Date
�� CITY MANAGER �
��
I
ATTEST
;
��I��1��1. i,i a��l��ll.� ��C �' �i:�l`I
' Kristine Lawler, Date
' CITY CLERK
Iksgn Pro6.csApr<nnem-6ovcmbcr?0.'_003 ..
PAGL]OF] I
, JI
Attachment "A" — Scope of Work
Phase 1 Environmental—APN 180-070-19 (1350 Hastings Road, Ukiah, California)
. Prepare and deliver Phase I Environmental Site Assessment Report for APN 180-070-19 (1350
Hasting Road, Ukiah) in compliance with the United States Environmental Protection Agency
I Standards & Practices for All Appropriate Inquiries (40CFR312) &ASTM "Standard Practices for
ESAs: Phase I ESA Process" (1527-13).
• Attend up to two 0.5-hour meetings with CLIENT to review and discuss findings from the Phase I
Estimated Fee (Fixed Fee): $4,000
Destription 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 species, cultural or historical resources, health &
safety, wetlands, high-voltage power lines or special studies performed to comply with National
Environmental Protection Act (NEPA) or California Environmental Quality Act (CEQA)
requirements.
. Drilling, soil borings, well installation, sampling, or laboratory analyses.
• Environmental assessment of crawl spaces, areas behind walls, areas under floors, & any other
areas not readily-accessible during the site visit.
Special Conditions and /or Assumptions
• CLIENT shall use the information only for the purposes contemplated by LACO in preparing the
above listed Report. CLIENT shall be bound by the 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 CLIENT gives LACO sole permission to grant reliance on the Report.
. The above listed scope of services does not address requirements of any state or local laws or
of any federal laws. CLIENT is cautioned that federal, state, and local laws may impose
environmental assessment obligations that are beyond our scope of services. CLIENT should also
be aware that there are likely to be other legal obligations with regard to hazardous substances ,
or petroleum products discovered on property that are not addressed in this practice and may
pose risks of civil and/or criminal sanctions for nomcompliance.
• According to ASTM E 1527-13, no ESA can wholly eliminate uncertainty regarding the potential I
for recognized environmental conditions in connection with a property. Performance of a Phase
I ESA is intended to reduce, but not eliminate, uncertainty regarding the potential for recognized
environmental conditions in connection with a property,while recognizing reasonable limits of
time and cost. All appropriate inquiry does not mean an exhaustive assessment. One of the
purposes of ASTM standard practice is "to identify a balance between the competing goals of
limiting the costs and time demands inherent in performing an environmental site assessment
and the reduction of uncertainty about unknown conditions resulting from additional
I information."
Page 1 of 2
�
� I
I
• The report will not be an in-depth study of site contamination and should not be interpreted as Ii
such. No subsurface explorations of soil or groundwater conditions will be performed, and no
sampling or chemical analyses of any materials or waters on the site (for example soil,water,
air, building materials) will be conducted. Sampling and testing for contamination, subsurface
explorations, and cleanup of hazardous materials are not within the scope of a Phase I ESA.The
report will not offer any legal opinion, interpretation, or representation of any federal, state, or
local environmental law, rule, regulation, or policy.
• CLIENT to complete the attached USER questionnaire, provide a preliminary title report and
chain of title, as well as secure a completed 1528 Questionnaire (attached)from a key site
manager or current owner.
I
, Page 2 of 2
I
i —
L AC O Attachment "B°
SCHEDULE OF RATES i
i HOURIY RATES
Principal Professional`..................................................................................__...................._...........$�35.00- 165.00 per hour
ProjectManoger'_.................................._.................................................................._....................$I I 5.00- 140.00 per hour .
SeniorProfessional' ........_............._....................................................................................................$95.00- I65.00 per hour �
StaffProfessional' ................................................................................................................................$82.00- 126.00 Per hour .
Assistani Professional".........................................................................................................................$6200- 105.00 per hour
JuniorProfessional"............._.........................................................................._...._.._........_.................$62.00-85.00 per hour
Senior Drafter/Designer........................................................................................................................$67.00-95.00 per hour
Drofter/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)......................................................................_..$60.00- I80.00 per hour
SeniorGeotechnical Engineer................................_..............._....................................................................$I65.00 per hour
Court Appearance/Deposifions................................._..................................�4 hour minimum) $300.00-400.00 per hour
Licensed SurveYOr..........................................................._................................................._..............$100.00- 1 7 5.00 Per hour
G57Licensed WeII Driller......_......................................................................................................_..._...........$120.00 per hour I
One-Man Party GPS-RTK................................................................._............................................................$140.00 per hour I
One-ManPariy- PrevailingWageRafes......................................._..._........................................$155.00- 165.00perhour ,
One-Man Robotic Survey................................................................_..._._......................................................$130.00 per hour ��
Two-ManPartyGPS-Stafic.............................................................................................................$160.00- 190.00perhour �.
Two-Man Survey Party-Prevailing Wage Rates ..........................................................................$200.00- 230.00 per hour
Two-Man Survey Party.................................................................._...................................................$155.00- 185.00 Per hour '
Three-Man SurveY Pariy....................................................................................................................$200.00-230.00 Per hour
Three-Man Survey Porty- Prevailing Wage Rates......................................_................................$240.00-270.00 per hour ..
Certified Public Accouniant ............................................_..............................................................................$95.00 per hour ��
Project Adminisirator/Coordinator.....................................................................................................$55.00-80.00 per hour
Clerical....._..........................................................................................................................._................$55.00- 65.00 per hour
"Professional" may apply}o Engineer, Geologist, Planner,Architect, Environmental Scientist, or other specialties �
NOTE$
1. The above rates are regular hourly rates and include payroll cosis, overhead, and profit. If overtime is ,.
requested by ihe client,it will be charged aT 130%of ihe above hourly rafes. .
2 In accordance with Stafe labor laws, prevailing wage rates may be required on Siate or Federally funded �.
projects.These rates apply to survey party chief,rodman,chainman,soils field tester,and materials field fesier. �
The houdy rate differential is$25 to$27 dollars per hour per person depending on projeci location and labor
classification.The differential will be added fo ihe above hourly rates. �
3. Ouiside services will be performed at Cost plus 15%. �
4. Subsistence will be calculated at Actual Cosf plus 15%or agreed per diem rates.
S. All iravel time will be charged ai the regular hourly rates unless otherwritien arrangemenis are made.
TRANSPORTATION
Automobile and pickup:'
Tripcharge Per daY .............................................................................................................................$65.00 Per day
n�tinlmum charge, vehide.........................._........................................._........._........ .......................................$I5.00
Over80 miles......................._......................._........................................._................_Federal Rate+ $0.10 per mile
Other iransportation, air travel, etc._..................................................................._...................._..._....................$Cost + 15%
MATERIALS
SurveYhubs, siakes, laih, or guineas...._..............._._....................................._......................_..................._.........$1.00 each
Surveymarkers, Plain iron pipe....................................................................................._......................_.................$5.00 each
Plan copies Per sheet (1 1 xl7) .......................black&white$025.............................................................color$2.50 each
Plan copies per sheet (24x36) .......................black &white$S.00....................mylar$20.00...............color$2L25 each
All other materials or rintin $Cost+ IS%
P 9 ................................................................................................................................
" Minimum charge of 1/2-day on all equipment billed on daily basis
*" Plus Technician Rate
Page 1 of 3
\\LOCO-fs3\Reference\Adminlstrotive\Bllling_Rqte Schedules\2014 Rote Schedules\2014 Region I Eureko_Ukioh_Sanio Rosa_Rate
Schedules DRAFT2.doc li
Revised:Ol/09/2014
LACO I
RATES FOR MATERIALS AND SOIIS TESTING
laboratory tests are performed on samples delivered to our lab in Eureka,Califomia.Sample pick-up,special fests,and
unusual sample preparotion are billed af the applicable ho�rly rate. Faxes of reporis and d�plicate mailings are ��
available for$5 each. Reports requiring review and signature will be billed af fhe applicable rate.
A. AGGREGATE AND SOILS TESTING I
100. Sieve Anolysis-Coarse and Fine, Caltrans 202, ASTM C-136........_..........................................................$100.00
101. Sieve Anqlysis-Coarse. CaRrans 202,ASTM C-136.......................................................................................$55.00
102. Sieve Analysis-Fine.CaBrans 202. ASTM C-136...._............................................_.........................................$60.00
103. Finer ihan �I200.ASTM C-I 17..........................................................................................._............_.._..............$55.00
104. Partide Size Analysis, ASTM D-422�.................._._.........._...............................................................................$90.00
105. Cleanness Value, Caltrans 2D............................................................._.._............_.........................................$75.00
106. SamplePreparafion ......................................................................................................................................._...$35.00
107. USDA Texiural Suitability Analysis �per poinfJ**`......._......._............................................................................$50.00
108. 8ulk Densify. Leachfield SYSiem S�itability......._............................._............_.................................................$35.00
109. Afferberg Limits. LL-PL-PI, ASTM 4318••• .........._.................................................__._.....................................$110.00
110. Sand Equivalent. Caltrans 217. ASTM D-2419...................................._............................................................$70.00
1 1 1. SPecific Gravity-Coarse, Cal}rans 206,ASTM C-1 D...................................................................................$70.00
112. Specific Gravity- Fine,CaMrans 207, ASTM C-128.........................................................................................$80.00
1 13. Maximum Density of Soils, Calirans 216, ASTM D-698 or D-1557................................................................$155.00
I 14. Maximum Density of Soils wiih Rock Correction, ASTM D-4718..................................._............................$180.00
301. N�clear Density Gauge (hourly), Calirans 231, ASTM D6938"................................_.._.._.........................$IS.00
302. Nuclear Density Gauge (daily), Calirans 231, ASTM D6938".....................................................................$85.00
I16. Organic Impurifies.ASTM C-40..........................................................................................................................$75.00
I 17. Mois}ure Content of Soils In Place.ASTM D-2216.................._.......................................................................$15.00
I 18. Density of Soils In Place, ASTM 2937._..................................................................._..........................................$30.00
I 19. Percent Crushed Pariicles, Calirans 205, ASTM D-5821...............................................................................$100.00
120. Durability Index-Coarse, Calfrans 229. ASTM D-3744............_....................................................................$75.00
121. Durability Index-Fine, Calirans 229. ASTM D-3744.................._..........................._.........................._...........$75.00
125. Consolidation,3"dia..ASTM D-2435.............._._.................._......................................................................$280.00
127. Direct Shear, ASTM D-3080 (3 Poinis)....................._.._.__....................._.......................................................$275.00
128. Direct Shear, ASTM D-3080 (per additional point) .................................._.....................................................$55.00
129. SamplePreParation ......_......................._............................................................................_.............................$35.00
130. Expansion Index, ASTM D-4829,.. ..........................................................._._.................._...............................$150.00
13LPocket Penetrometer................................................._............................................................................._........$10.00
135. Unit Weight, ASTM C-29................._........................_................._..._........................_........................................$70.00
For other testing nof lisfed, please inquire.
B. CONCRETE AND FIELD TESTING
�50. Conaete/Groui Compressive Sirengih �curing, testing & disposal�, Calirans 521, ASTM C-39............$25.00
-�.51. Concrete Compressive Strength, Calirans 521, ASTM G39.........................................................................$20.00
152. Specimen Processing and Curing, ASTM G31 .........................................._........................................�each� $8.00 ,.
153. Disposable Concrete Molds ......................_...................___............._..........................................._......�each) $3.00 �
��54. Concrete Mix Design, Preparation, Review,and Adjustment...................................._........._..................$200.00
756. Percent Entrained Air (Method ASTM G231 or C-173�"..............................................................................$20.00 ,
157. Shrinkage Tesf. ASTM C-157 (3 bars�......................................................._....................._............_�per tesi) $250.00 '�
758. Concrete Rebound Test, ASTM G805"'........._..................................._...................._................._ �per daY) $25.00
159. Coring; Concrete, CMUs and AC. 4-inch core*'............................._.................................$3.00 per inch length
161. Coring; Concrete, CMUS and AC, 6-inch core".................................._............................$3.00 per inch length
163. SPliiting Tensile Sirength. ASTM G496................_................._............_.._.._.._.........._..................(per tesT) $90.00
C. SPECIAL EQUIPMENT I
246. Skidmore""......................................................_........._................................._.................................._(per daY) $60.00 �
, 303. Core Drilling Machine*'....................................................................................................................(per daY) $75.00
333. Load Cell "".........................................._...................._..........._.........................................................�per hour) $15.00 �
334. Torque Wrench "............................................................................................................................_�per hour) $10.00 I
Poge 2 of 3
\\Laco-fs3\Refe�ence\Administrafive\Billing_Rafe Schedules\2014 Rote Schedules\2014 Region 1 Eureka_Ukioh_Samo Rosa_Rate
Schedules ORAFT2.doc
Revised:01/09/2014
_ _ _
LACO
I�I 29Q Environmental Drill Rig with Operafor(s)......................................................_...............�per hour) $125.00-265.00 ��,
307. Geotechnical Dnll Rig with Opera}or�s)........................................................................�per hour) $140.00-280.00 i
31 l. Drilling Suppori Truck " ...................................................................................................................... (per daY) $85.00 '
320. Photoionization Hydrocarbon Vapor Detecior`....................................................................... �per dayJ $100.00
450. Field Lab Analysis (HanbY) ........................................_......................................................................(per fesi)$25.00
332. Turbidity Meter"................................................................................................................................. �Per daY) $40.00
352. Dissolved Oxygen Meter`................................................................................................................ �per daY) $40.00
245. pH/T/K Meter'.................................................................................................................................... �per daYl $40.00
247. Water Level Meter........................................_.._............................................................................... �per daYl $25.00
321. Bladder Pump/p��Submersible Pump '........................................................................................_ (per daY) $45.00
224. Cam/Portable Pump (12-volt).........................................................................................................._�perwell) $5.00
� 336. Pressure W asher*............................................................................................................................... (per daY) $45.00
� 323. S}eam Cleaner`.............................................................................._.............................................._ (per daY) $75.00
456. Rofary Hammer Boring System....................................................................................................�per borin9l $25.00
452. Hydro Punch................................................................................................................................. �per sample) $30.00
I 454. Coniinuous Core Sampler.................................................................................................................. �per foot) $5.00
249. Generator*................................................................_....................................................................... �per daYl $40.00
244. 4-Channel Da}alogger'..............................................................................................................._ (per daY) $I 15.00
354. Hand Auger' .........................._..._...._.............................................................................................. (Per daY) $25.00
22. Traffic Con}rol Cones �25� '......_............_............................................._............................................�Per daY) $8.00
31. Barricade`..............._...................................................._..........................................................._.........�per daY) $5.00
23. PassiveSkimmer (lliter�..............................................................._.................................................�perweek� $15.00
i24 ElectricSkimmer................................_........................................................................................._(perweek) $125.00
326. Submersible Pump"........................................................................................................................_ (perdaY) $45.00 �.
, 322. Cenirifugol Pump '................................................_.............................._........................................ (Per daYl $100.00 �
�� 252. Confined Space Multi-Gas Meter�LEL, Oxygen, PID, Hydrogen Sulfafe, CO) ....................... �per day�$90.00 ,
' Minimum charge of 1/2-day on all equipment billed on daily basis �
*' Plus Technician Rate
""` Sample preparation not included
,
I
Poge 3 of 3
\\Laco-fs3\Refe�ence\Adminisirative\Billing_Rate Schedules\2014 Rate Schedules\2014 Region 1 Eureka_Ukiah Santo Rosa_ROte
Schedules DRAR2.doc
Revised:01/09/2014