HomeMy WebLinkAboutLACO Associates 2014-09-22 I
CONTRACT 1415131
AGREEMENTFOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 22nd day of Seqtember, 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 "Consultant".
RECITALS I
This Agreement is predicated on the following facts: I
a. City requires consulting services related to Phase 2 Environmental Site Assessments —
Limited Scope 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 I
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement
between City and Consultant. The written Agreement shall be in the form of an Amendment to
this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required by the
Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services
by October 22, 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 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 $11,000.00. 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 �
oe� �•����,���„ �„��-�.,,,��„n.�„� ����,.
��
i �,�,t��n ,
�
CONTRACT 1415131
I Scope 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 OFCONSULTANT
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
have no right to, and shall not control the manner or prescribe the method of accomplishing
those services contracted to and performed by Consultant under this Agreement, and the
general public and all governmental agencies regulating such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been inserted
solely to achieve compliance with federal and state laws, rules, regulations, and interpretations
, thereof. No such provisions and no other provisions of this Agreement shall be interpreted or
construed as creating or establishing the relationship of employer and employee between
Consultant and City.
IConsultant 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
i 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,
I demand or law suit.
Consultant warrants and represeMs 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.
Uow�� P�oiS�c>Af�canrno-�a�cmbcr'_0.'_OUd
1'AOC'OP)
— j
CONTRACT 1415131
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City.
Consultant has no interest and will not acquire any direct or indirect interest that would conflict
with its performance of the Agreement. Consultant shall not in the performance of this
Agreement employ a person having such an interest. If the City Manager determines that the
Consultant has a disclosure obligation under the City's local conflict of interest code, the
Consultant shall file the required disclosure form with the City Clerk within 10 days of being
notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance 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 i
against daims for injuries to persons or damages to property, which may arise from or in '
connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as: �
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. i
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 I
injury and property damage. I
3. Worker's Compensation and Emqlovers Liabilitv: Worker's compensation limits '�
as required by the Labor Code of the State of Califomia and Employers Liability ;
limits of$1,000,000 per accident.
Ua�siun Pmfi�.s�¢rcemen�-6o..mFcr]u.'um
i',\Uf)OF]
i
I
CONTRACT 1415131
4. Errors and Omissions liabilitv: $1,000,000 per essw�ease 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.
I c. Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the City, its officers, officials, employees or
volunteers.
d. The ConsultanYs insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to
the limits of the insurer's liability.
2. Worker's Compensation and Emolovers Liabilitv Coveraae
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.
' 3. Professional Liabilitv Coveraqe
� If written on a claims-made basis, the retroactivity date shall be the effective
'i date of this Agreement. The policy period shall extend from 1/13/10 to 1/13/12.
u..�.�� ��,,.��,-.��E.���ne���-�.,,<���n�,z�, �����a
� �•.d�-,���-,
' i
CONTRACT 1415131
4. All Coveraqes
Each Insurance policy required by this clause shall �^ ^^�'���°^�' '^ state that
coverage shall not be s�ssperided;-veidec�, 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. Acceotabilitv of Insurers
I Insurance is to be placed with admitted Califomia 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 I
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 E��' ^�°^° ^ ' ^° ^
�^'�� *� ^ �^���^� �^ �^•, 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 I
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.
��.,,_,-��,��s,.,ne„,��.,,�..,,.��„�,.�,� ����
�-,,<;r<<�r,
I —
I
CONTRACT 1415131
7.0 CONTRACT PROVISIONS
7.1 Documents and 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 a�ea-�eir�eatiea 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 Assipnment. Consultant's services are considered unique and personal. Consultant shall not
assign, transfer, or sub-contract its interest or obligation under all or any portion of this
Agreement without City's prior written consent.
77 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 ro 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
��.,��„ ��,..�,,.�,�.,.�,,.,,�...,,m�.��„��,.
�•�„���.��� �
�_
CONTRACT 1415131
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
av: � �v /Y
Date
PRINT NAME: d/�`•C�s�d.�fG.t f,.bh�—
qyzz�$q ��.
IRS IDN Number
CITY OF UKIAH
Bv: �.1�/! r �� �c� �_ � '� `'L�
Date '
CITY MANAGER
ATTEST
�
�,: ���) � � I.��I �C � � � �T��.�ly
Kristine Lawler, Date i
CITY CLERK
I
oasien rm�5,�csnArccnu�nrNoremcc.9i,'unx
rnut�:'or v
L AC O ATTACHMENT "A"
PNO.IECT NO. 6R81.17
PNOPOS.aI.
CITY OF UKIAH— 1350 IIAti'I'1�'G R09D—LIMII'ED SCOPN: PIIASE 11
Project l.ocation: 1350 Hastings Road,Ukiah, Califomia—A�sessoi's Parcel Number L80-070-19
During preparation of a Phase 1 ESA for the parcel located at 13�0 Hastings Road, Ukizh, Californiz, and identifrd
as APN i RO-070-19, LACO identified several on-site Recognized Emironmental Conditions (RECs) as well a,off-
site and Ilistoric RPCs as listed on the attached worksheet.
Descriptian and Scope of Services to be pro��ided
� Cunsult with CLIEN"1' regarding identified on-site and off-site RECs and their level of tolerance li�r
acquiring contaminated property in order to develop a Sampling and Analysis Plan (SAP)focused on areas
of concern selected by CLIENT within the limits of the fee estima�e listed below.
� Develop a SAP focu.ing on the RECs selected by CLIENT. Thc SAP will include thc following:
o The sampling ratiunal and specifc location/depth of sample collection
o The mcthods of sample colleetion and analysis
.. Safery and decontamina[ion procedures
� Mark the site area for excavation and notify Underground Servic� Alert.
� Subcontract a backhoe and operator for excavution of test pits
� Supervise the excavation of hand auger borings and test pits dcscribed in die SAP for tlie collection ol suil
samples.
� Collect composite samples as described in Ihe SAP and submit samples to Kit�f Analytical for analysis. �
� Incorporate tield observations and laboratory results into a limited scope Phase II F.SA letter report.
Special Condi[ions and/or Assumptions
� CLIFN"1� to retain laboratory services lor analysis of samples as described in the SAP. (Contacl Scol�
I�orbes at Kiff Analytical 530-297-4800)
� It is assumed the laboratory will arrange for delivzry of a sampk kit to, and pickup up samplzs from,thc
LACO Ukiah office.
� It is assumed that site soil conditions will allow exploration to target depths using hand rools wherc
specified in[he SAP.
� USA will be nutified fullowing marking of testing locations in white paint.as required by state law. LACO
is not responsible for undergroimd utilities not located by USA that may become damaged during the
' course of the subsurface exploration.
� �fhis is a screening-level limited-scope investigation focusing on the presence/absence of environmental
contaminants in surface soils.
� Regulated chemicals may be present in soil and goundwater at Ihe project location. �Chc property owner
and LACO havc a public safety obligation to notify appropriate government agencics only if hazardous
Icvels of regulated substances, which threaten the public, are discovered. We will work closely widi you to
make an appropriate notification if needed.
Estimated Uate of Completion: 30 calendar days from LACO receiving a writ[en Notice to Proceed from CLIL'N'I-
TIME AND MATERIALS ESTIMATED FEF NOI�TO LXCEED: SI I,000
Z1 W. 4fh Street, Eureka, Californio 95507 707 443-5054 Fax 707 443-0553
311 S. Main S�reet, Ukiah, Californio 9548� 707 462�0244 Fax 707 46�-0�13
3450 Regional Vorkway, Soi�e B2, San�a Rosa, Colifornio 95403 707 515- 1412
Toll Free 800 515-5054 www.lo<oassociotes.com
il
LACO Attachment "B"
SCHEDULE OF RATES
HOURLY RATES ',
Princlpal Professional*................................................_............................................._......................$135.00 - 165.00 per hour '�.
Project Manager'......................................................................................_..........__........................$1 I5.00 - 140.00 per hour ..
SeniorProfessional' ......................................................................................_._.....__.........................$95.00- 165.00 per hour
Staff Professional*............._....._............................................................................................._...........$82.00- 126.00 per hour
Assistant Professional*..................................................._.........................................................._........$62.00- 105.00 per 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 Consultanis �depends on qualifications�..................__............................................_......$60.00- I80.00 per hour
Senior Geo}echnical Engineer................_........................................._..........................................................$165.00 per hour
Court Appearance/Depositions.....................................................................�4 hour minimum) $300.00-400.00 per hour
LicensedSvrveYOr..............................................................................................................................$100.00- I 1 5.00 per hour
G57Licensed Well Driller._._...................._........................................................................_....._...................$120.00perhour I
One-Man Pariy GPS- RTK................................................................._......................................._...................$140.00 per hour I
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 Survey Party- Prevailing Wage Rates ........................._.........................._...................$200.00- 230.00 per hour
Two-Man SurveY Pariy............................................................................_..................................._....$I55.00- I85.00 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
Ceriified Public Accountant.........._................................................................................................................$95.00 per hour
Project AdminisiratoNCoordinator............_........................................................._............................$55.00-80.00 per hour
Clerical......................................................................................._...........................................................$55.00-65.00 per hour
"'Professional" may apply to Engineer, Geologist, Plannec Archifect, Environmenfal Scientist, or other specialiies
NOTES
1. The above rafes are regular hourly rates and include payroll cosis, overhead, and profit. If overtime is
requested by the client, it will be charged at 130%of the above houdy rates.
2 In accordance wiih Siate labor laws, prevailing wage rates may be required on Sfate or Federally funded
projects.These rates apply to survey party chief,rodman,chainman,soils field testec and materials field tester.
The hourly rate differeniial is$25 to$27 dollars per hour per person depending on projeci location and labor
classification.The d'rffereniial will be added to the above hourly rates. ,�
3. Outside services will be perfarmed at Cosi plus 15%. �
4. Subsistence will be calculafed ai Actual Cost plus 15%or agreed per diem rates. I
5. All iravel time will be charged at ihe regular hourly rates unless other written arrangements are made.
TRANSPORTATION
Automobile and pickup:"
Tripcharge per day.............................................................................................................................$65.00 per day
Minimumcharge, vehicle......................................................................................................................_..........$I5.00
Over 80 miles............_.................................................................................................Federal Rate + $0.10 per mile
Other iransPorfation, air travel, etc............_................_..........._....._.....................................__..........................$Cost + I S% i
MATERIALS .
Surveyhubs, stakes, lath, or guineas.......................................................................................___........_........_......$1.00 each
. . . ............................................................................... 5.00 each
Survey markers, plan uon pipe................................................. i
Plan copies per sheet �1 lxl7) ._....................black&whi}e$0.25.............................................................color$2.50 each �
Plan copies per sheei (24x36) .......................black 8 white$5.00....................mylar$20.00...............color$21.25 each
Alloiher materials or printing .._.............._............................................................................................................$Cost+ 15%
' Minimum charge of 1/2-day on all equipment billed on daily basis
" plus Technician Rate
Page I of 3
\\Laco-fs3\Reference\Adminisirative\Billing_Rafe Schedules\201 a Rote Schedules\2014 Region I Eureka_Ukioh Santa Rosa_ROfe ��..
Schedules DRAFT2.tloc
Revised:01/09/2014
J
LACO
RATES FOR MATERIALS AND SOILS TESTING
Laboratory tests are performed on samples delivered to our lab in Eureka,Califomia.Sample pick-up,special}esis,and
unusual sample preparafion are billed ai ihe applicable hourly rate. Faxes of reporis and duplicate mailings are
available for$5 each. Reports requiring review and signaiure will be billed ai the applicable rate.
A. AGGREGATE AND SOILS TESTING
100. Sieve Analysis-Coarse and Fine, Caltrans 202 AS7M C-136..............................................._......._..........$100.00
101. Sieve Analysis-Coarse, Calirans 202, ASTM C-136.......................................................................................$55.00
�I 102. Sieve Analysis- Fine, Calirans 202. ASTM C-136............._._...........................................................................$60.00
103. Finerihan #200. ASTM C-117.............................................................................................................................$55.00
104. Parficle Size Analysis,ASTM D-422...................................................................................................................$90.00
105. Cleanness Value, Calirans 227....._.............................._........................................................................._........$75.00
106. SamplePrepara}ion ............................................................................................................................................$35.00
107. USDA Textural Suitability Analysis (per point)*`•....................._.......................................................................$50.00
108. Bulk Densify, Leachfield Sysiem Suitability.......................................................................................................$35.00
109. Aiterberg Limits. LL-PL-PI,ASTM 4318". ................................_.......................................................................$I 10.00
110. Sand Equivalent. Calirans 217. ASTM D-2419....................................................._...........................................$70.00
� 111. Specific Gravify-Coarse. Calirans 206, ASTM C-127...................._.............................................................$70.00
1 12. Specific Gravify-Fine. Calirans 207, ASTM C-128.........................................................................................$80.00
I 113. Maximum Density of Soils, Caltrans 216, ASTM D-698 or D-1557......................._._..._................._..._.......$155.00
� 1 14. Maximum Density of Soils with Rock Correction, ASTM D-4718........................_....._.................._............$180.00
301. Nuclear Density Gauge (hourly�, CaRrans 231, ASTM D6938 "..........................................................._......$I5.00
302. Nuclear Density Gauge (daily), Calirans 231, ASTM D6938"........_...........................................................$85.00
1 I 6. Organic Imp�ri}ies. ASTM C-40..........................................................................................................................$75.00
1 17. Moisi�re Content of SOils In Place. ASTM D-2216...........................................................................................$I 5.00
1 18. Density of Soils In Place.ASTM 2937..................................................................................................................$30.00
119. Percent Crushed Parficles, Calirans 205, ASTM D-5821...............................................................................$100.00
120. Durability Index-Coarse. Calirans 229.ASTM D-3744..................................................................................$75.00
121. Durabilify Index-Fine. Calirans 229, ASTM D-3744........................................................................................$75.00
�I 125. Consolidation, 3"dia.. ASTM D-2435"........................................................................................_.................$280.00
127. Direct Shear. ASTM D-3080 (3 poiMs�............_.................._............................................................................$275.00
7 28. Direci Shear. ASTM D-3080 (per additional poini) .........................................................................................$55.00
129. Sample Preparation ............................................................................................................................................$35.00
13Q Expansion Index, ASTM D-4829... .............................................................................................................._...$I50.00
131. PocketPenetrometer..........................................................................................................................................$10.00
135. Unii Weight. ASTM C-29.._....._................................................................................................................._.........$70.00
For other testing not lisied, please inquire.
B. CONCRETE AND FIELD TESTING
I 50. Concrete/Grout Compressive Sirengih (curing, tesiing &disposal), CaMrans 521, ASTM C-39............$25.00
151. Concrete Compressive Sirengih, Calirans 521, ASTM C-39.............................................................._.........$20.00
152. Specimen Processing and Curing, ASTM C-31 ....................................................................................�each) $8.00
153. Disposable Concrefe Molds ...................................................................................................................�each) $3.00
154. Concrete Mix Design, Preparation, Review, and Adjusiment...................................................................$200.00
156. Perceni Entrained Air (Method ASTM C-231 or C-1 73�"" ..............................................................................$20.00
157. Shrinkage Tesi.ASTM C-157 �3 bars�..............................................................................................(per test) $250.00
��� 158. Concrete Rebound Test. ASTM C-805".........................................................................................�per daY) $25.00
159. Coring; Concrete, CMUs and AC, 4-inch core "................_............................_................$3.00 per inch lengfh
161. Coring; Concrete, CMUS and AC. 6-inch core".........................................................._....$3.00 per inch lengih
I 63. Splitting Tensile S}rengih.ASTM C-496............................._..............................................................�per fest� $90.00
C. SPECIAL EQUIPMENT
246. Skidmore"..........................................................................................................................................(per daY) $60.00
303. Core Drilling Machine".................................................................................................................._�per daY) $75.00
333. Load Cell *`........................................................................................................................................(per hour) $15.00
334. Torque Wrench ""...................................................................................................._........................(perhour) $10.00
Page 2 of 3
\\Laco-fs3\Reference\Adminisfrafive\Billing_ROfe Schedules\2014 Rate Schedules\2014 Region 1 Eureka_Ukioh_Santo Rosa Rote
Schedules DRAFT2.doc
Revised:O 1/09/2014
I LACO
290. EnvironmenialDrillRigwiihOperator(s�...................................._..............................._�perhourJ $125.00-265.00
307. Geotechnical Drill Rig wifh Operator(sJ..........................._._................................_......(per hour) $140.00-280.00 �
31 l. Drilling SupPOrt Truck '...................................................................................................................... �per daY) $85.00
. 320. Photoionizafion 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 Mefer'................................................................................................................ (per daY) $40.00
245. pH/T/K Meter`.................................................................................................................................... (per daY) $40.00
�, 247. Water Level Meter......_..............................................._......._._..................................................._... (per daY) $25.00
321. Bladder Pump/2" Submersible Pump '......................._..............................................................._ �per daY) $45.00
224. Cam/Portable Pump �12-volt�.......................................................................................................... .(perwell) $5.00
336. Pressure Washer`............_......._..._......._.............__........_._.....__............................._...._............_ (Per daY) $45.00 ,
323. Steam Qeaner'..................................................._........................................................................... (per daY) $75.00
I 456. Rotary Hammer Boring SYStem.................._............................_..................................................(per borin9) $25.00
452. Hydro Punch................................................................................................................................. �persample) $30.00
454. Coniinuo�s Core Sampler................_.............................._............................................................._.(per foot) $5.00 ,
249. Generator`..._............................................................._.........._................................................_....._ (per daY) $40.00 !
244. 4-Channel Datalogger`..................................................................................._............................ (per daYl $1 I5.00 �
� 354. Hand Auger"................................................._.............................._....._........................................._ (per daY) $25.00 �.
22. Traffic Conirol Cones �25) '.................................................................................................................�per daY) $8.00 �
31. Barricade '........................._...__..._............................................................................_........................�perdaY) $5.00 I
23. PassiveSkimmer�l liter�......_............................................................................_.............._...__.....�perweek) $15.00
24. EleciricSkimmer.........................................................................._..............................................._�perweek� $125.00
� 326. Submersible Pump '............_.........................................................................................................._ (perdaY) $45.00 �.
322. Centrifugal Pump '_.._.................................................................................................................... (perdaY) $100.00
252. Confined Space Multi-Gas Meter �LEL, Oxygen, PID, Hydrogen Sulfate, CO) ....................... �per day) $90.00
' Mlnimum charge of I/2-day on all equipment billed on daily basis
" Plus Technician Rate
"" Sample preparation not induded ��
I
Page 3 of 3 ��.
\\Laco-fs3\Reference\Adminisirative\Billing_Rafe Schedules\2014 Rate Schedules\2014 Reglon I Eureko_Ukiah_Santa Rosa_ROte I
� Schetlules DRAFT2.doc
RevisecJ:O 1/09/2014
,
I
I I
i
i
I
I