HomeMy WebLinkAboutLACO Associates 2015-03-26 ���i�t l '-��S-� i� �
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
-���
This Agreement, made and entered into this �� day of ����� �� , 2015 ("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
This Agreement is predicated on the following facts:
a. City requires consulting services related to the Evaluation of Water Resources at the
Ukiah Golf Course and Todd Grove Park.
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.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services within a reasonable time from receipt of the Notice to Proceed and as
agreed by the 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 guaranteed maximum dollar amount of $102,500. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Sld—ProtSvcsAereement-�ovember^_0.2008
PAGE I OF 7
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 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 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 Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
perFormed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation 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 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.
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.
Std—ProtSvcsAkreemen�-November 30,3008
PAGE?OF 7
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. 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 Consultant's 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 Scoqe 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 consultant's
profession. Architects' and engineers' coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work perFormed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
2. Automobile Liabilitv: $1,000,000 combined single limit per accident for
bodily injury and property damage.
Std-ProtSvcsA�reement-Vovember 20,�008
PAG[3 OP 7
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.
4. Errors and Omissions liabilitv: $1,000,000 per occurrence.
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.
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 Consultant's 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 Consultant's 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 Compensation and Employers Liability 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 ProtSvcsAgreement-November 30,3008
PAG[4 OF 7
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 for
the duration of the project.
4. All Coveraqes
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptabilitv of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coveraqe
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent 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 that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant 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
Std ProfSvcsAgreemen�-hovember 20,2008
P.4GE 5 OF 7
misconduct or defects in design by the City, or arising from the active negligence of 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.
7.0 CONTRACT PROVISIONS
7.1 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 upon their creation and shall be given to City
immediately upon demand and at the completion of Consultant's 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 Severability. 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. 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.
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
Sld PrutSvcsA�reement-Vovember'_0,?008
PA(iE 6 OF 7
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 Duplicate Oriqinals. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. When so signed, each such document shall
be admissible in administrative or judicial proceedings as proof of the terms of the
Agreement between the parties.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
CITY OF UKIAH LACO ASSOCIATES
DEPT. OF PUBLIC WORKS ATTN: CHRIS WATT
300 SEMINARY AVENUE 311 S. MAIN STREET
UKIAH, CALIFORNIA 95482-5400 UKIAH, CA 95482
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSU�TANT
BY: 2.� Z � ��.—
Date
PRINT NAME: C�/L15�
;
-j;_� ,i :i ; ''
Z`Z- i; �
IRS IDN Number
CITY OF UKIAH
i . � � %�� �" '
BY::�� � �� � d�-���/J�.--'��,__---�-� '�-� �� �`�
� Date
„"� ,-'�CITY MANAGER
ATTEST
'
� ' „ /
�, � ��i� .��1. �, ,�� G L � 1.,�� �G � .5/���5-
C TY CLERK Date
SId—PrutSvcsA�reement-November 20,2008
PAGE 7 OF 7
L AC Q
Attachment "A"
February 24, 2015
City of Ukiah
300 Seminary Avenue
Ukiah, CA 95482
Attention: Sage Sangiacomo
Subject: Water Resources Evaluation Proposal
Ukiah Municipal Golf Co�rse and Todd Grove Park
Dear Mr.Sangiacomo:
LACO Associates (LACO) appreciates your request and the opportunity to be of service to the City of
Ukiah (City). In accordance with your request, LACO Associates (LACO) is pleased to submit a
Scope/Fee Proposal to evaluable groundwater resources near the Ukiah Municipal Golf Course and
Todd Grove Park in Ukiah, CA. We understand that the City has selected three general areas around
the Golf Course and Park for subsurface exploration and that developed groundwater wells could be
used to supplement irrigation of City property including the Golf Course. Our proposed scope of
services has four tasks: 1) Planning and Permitting;2) Surface Exploration;3) Production Well Installation;
4) Aquifer Characterization;and 5) Evaluation and Report.
SCOPE OF SERVICES
The�urpose of our proposed scope of work is to evaluate the potential for developing (a) groundwater
well(s) for irrigation of nearby City properties. Services are limited to the following tasks and will be
performed under the responsible charge of a California Certified Hydrogeologist.
Task 1: Planning and Permitting (Estimated cost$7,500)
LACO will develop an exploration and testing plan for three test wells and one production well, up to
150-feet deep, mark the site for utility clearance, request bids, retain a driller, and secure
well/encroachment permits.
Task 2:Surface Exploration (Estimated cost$45,000)
Drill up to three 6-inch diameter exploratory boreholes to be developed into 2-inch diameter PVC
cased test wells, log soils, record well construction details, and survey well locations.
Task 3: Production well Installation (Estimated cost$30,000)
During task 2, should the field geologist observe suitable conditions for production well development,
LACO will direct the driller to ream the borehole to a diameter of 12-inches and an 8-inch diameter
PVC cased production well will be installed. LACO will prepare construction specifications for the
production well, oversee the drilling, logs soils, record the well construction details and survey the well
location.
Task 4: Aquifer Characterization (Estimated cost$10,000)
Perform field and lab tests which may include formation texture analysis, slug tests, water quality
analysis, and a short duration drawdown test on two of the wells constructed.
311 S N9ain Street. UK�an Lalifornia �54t32 7u7 462-u222 Fax �07 462-0223
3450 Regional Parkway: Suite B2; Santa Rosa; California 95403 707 525-1222
Water Resources EvaluaTion Proposal
Ukiah Municipal Golf Course and Todd Grove Park
City of Ukiah
February 24,2015
Page 2 of 2
Task 5: Evaluation and Report (Estimated cost$10,000)
Evaluate the results of the Surface Exploration,Production Well Installation and Aquifer Characterization
phases and develop a technical memorandum documenting the existing conditions and make
recommendation for further exploration and testing as appropriate.
SPECIAL CONDITIONS,ASSUMPTIONS,AND EXCLUSIONS
• Tasks not specifically identified above are not included in this scope of services.
• The City will provide drill rig access to the proposed well locations and secure the locations
from public access.
• Prevailing wage rates have been assumed for select field personnel.
• The City will provide disposal and/or containers for produced water and formation cuttings.
ESTIMATED COST$102,500
Our proposed cost should be considered an estimate. Once we have received formal bid responses
from drillers,we will request a budget modification, if needed.
SCHEDULE
We will begin work planning within 2 days of receiving your written notice to proceed and expect to
have drilling scheduled within 90 days.
Please feel free to contact us at (707) 462-0222 if you have any questions or concerns.
Sincerely,
LACO Associates
�G�� ti
�_
� r�2 m��._��..,
Christopher J.Watt, CEG, CHG
President and CEO
CJW:jrb
L AC O� ���'���� �
SCHEDULE OF RATES
HOURLY RATES
PrincipalProfessional*.......................................................................................................................$135.00- 165.00 per hour
ProjectManager*..............................................................................................................................$1 15.00- 140.00 per hour
SeniorProfessional*.............................................................................................................................$95.00- 165.00 per hour
StaffProfessional*................................................................................................................................$82.00- 126.00 per hour
AssistantProfessional*.........................................................................................................................
.................................................................................................�62.00- 105.00 per hour
Junior Professional*............................. $62.00-85.00 per hour
SeniorDrafter/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 Geotechnical Engineer.......................................................................................................................$165.00 per hour
Court Appearance/Depositions....................................................................(4 hour minimum) $300.00-400.00 per hour
LicensedSurveyor..............................................................................................................................$100.00- 1 15.00 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 Survey Party- Prevailing Wage Rates...........................................................................$200.00-230.00 per hour
Two-Man Survey Party.......................................................................................................................$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
CertifiedPublic Accountant.............................................................................................................................$95.00 per hour
Project Administrator/Coordinator.....................................................................................................$55.00-80.00 per hour
Clerical....................................................................................................................................................$55.00-65.00 per hour
*"Professional" may apply to Engineer, Geologist, Planner, Architect, Environmental Scientist,or other specialties
NOTES
l. The above rates are regular hourly rates and include payroll costs, overhead, and profit. If overtime is
requested by the client, it will be charged at 130%of the above hourly rates.
2. In accordance with State labor laws, prevailing wage rates may be required on State or Federally funded
projects.These rates apply to survey party chief,rodman,chainman,soils field tester,and materials field tester.
The hourly rate differential is$25 to$27 dollars per hour per person depending on project location and labor
classification.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 1 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...............................................................................................................Federal Rate+$0.10 per mile
Other transportation, air travel, etc......................................................................................................................$Cost+ 15%
MATERIALS
Survey hubs,stakes, lath, or guineas.......................................................................................................................$1.00 each
Survey markers, plain iron pipe................................................................................................................................$5.00 each
Plan copies per sheet (1 1 xl 7) .......................black &white $0.25............................................................color$2.50 each
Plan copies per sheet (24x36) .......................black &white$5.00....................mylar$20.00...............color$21.25 each
Allother materials or printing.................................................................................................................................$Cost+ 1 S%
* Minimum charge of 1/2-day on all equipment billed on daily basis
** Plus Technician Rate
Page 1 of 3
R:\Administrative\Billing_Rate Schedules\2014 Rate Schedules\2014 Region 1 Eureka_Ukiah_Santa Rosa_Rate Schedules
DRAFT2.doc
Revised:09/25/2014
LACO
RATES FOR MATERIALS AND SOILS TESTING
Laboratory tests are performed on samples delivered to our lab in Eureka,California.Sample pick-up,special tests,and
unusual sample preparation are 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 TESTING
100. Sieve Analysis-Coarse and Fine, Caltrans 202,ASTM C-136.....................................................................$100.00
101. Sieve Analysis-Coarse,Caltrans 202,ASTM C-136.......................................................................................$55.00
102. Sieve Analysis-Fine,Caltrans 202, ASTM C-136.............................................................................................$60.00
103. Finer than #200,ASTM C-1 17.............................................................................................................................$55.00
104. Particle Size Analysis,ASTM D-422***.................................................................................................................$90.00
105. Cleanness Value, Caltrans 227..........................................................................................................................$75.00
106. Sample Preparation............................................................................................................................................$35.00
107. USDA Textural Suitability Analysis (per point)***........................... ......$50.00
.............................................................
108. Bulk Density, Leachfield System Suitability.......................................................................................................$35.00
109. Atterberg Limits, LL-PL-PI,ASTM 4318***..........................................................................................................$110.00
1 10. Sand Equivalent,Caltrans 217,ASTM D-2419..................................................................................................$70.00
1 1 1. Specific Gravity-Coarse, Caltrans 206, ASTM C-127...................................................................................$70.00
1 12. Specific Gravity-Fine, Caltrans 207,ASTM C-128.........................................................................................$80.00
1 13. 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), Caltrans 231, ASTM D6938**...................................................................$15.00
302. Nuclear Density Gauge (daily), Caltrans 231,ASTM D6938**.....................................................................$85.00
1 1 6. Organic Impurities,ASTM C-40..........................................................................................................................$75.00
1 17. Moisture Content of Soils In Place,ASTM D-2216...........................................................................................$15.00
1 18. Density of Soils In Place, ASTM 2937..................................................................................................................$30.00
1 19. Percent Crushed Particles, Caltrans 205, ASTM D-5821 ..............................................................................$100.00
120. Durability Index-Coarse,Caltrans 229,ASTM D-3744..................................................................................$75.00
121. Durability Index-Fine, Caltrans 229,ASTM D-3744........................................................................................$75.00
125. Consolidation,3"dia., ASTM D-2435*�*...........................................................................................................$280.00
127. Direct Shear,ASTM D-3080 (3 points)..............................................................................................................$275.00
128. Direct Shear,ASTM D-3080 (per additional point)..........................................................................................$55.00
129. Sample Preparation ............................................................................................................................................$35.00
130. Expansion Index,ASTM D-4829**>....................................................................................................................$150.00
131. Pocket Penetrometer..........................................................................................................................................$10.00
135. Unit Weight,ASTM C-29.......................................................................................................................................$70.00
For other testing not listed, please inquire.
B. CONCRETE AND FIELD TESTING
150. Concrete/Grout Compressive Strength (curing, testing 8� disposal), Caltrans 521, ASTM C-39............$25.00
151. Concrete Compressive Strength, Caltrans 521, ASTM C-39.........................................................................$20.00
152. Specimen Processing and Curing, ASTM C-31 ....................................................................................(each) $8.00
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 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. Splitting Tensile Strength,ASTM C-496.............................................................................................(per test) $90.00
C. SPECIAL EQUIPMENT
258. Coating Thickness Guage................................................................................................................(per DaY) $25.00
246. Skidmore **..........................................................................................................................................(per daY) $60.00
303. Core Drilling Machine**....................................................................................................................(per daY) $75.00
333. Load Cell **........................................................................................................................................(per hour) $15.00
Page 2 of 3
R:\Administrative\Billing_Rate Schedules\2014 Rate Schedules\2014 Region 1 Eureka_Ukiah_Santa Rosa_Rate Schedules
DRAFT2.doc
Revised:09/25/2014
L AC O�
334. Torque Wrench **..............................................................................................................................(per hour) $10.00
290. Environmental Drill Rig with Operator(s)......................................................................(per hour) $125.00-265.00
307. Geotechnical Drill Rig with Operator(s) ......................................................................(per hour) $140.00-280.00
31 1. 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*................................................................................................................
245. (per day) $40.00
pH/T/K Meter*....................................................................................................................................(per daY) $40.00
247. Water Level Meter.............................................................................................................................
321. Bladder Pump/2" Submersible Pump *........... (per day) $25.00
...............................................................................(per daY) $45.00
224. Cam/Portable Pump (12-volt)............................................................................................................�per well) $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. Continuous Core Sampler..................................................................................................................(per foot) $5.00
249. Generator*.........................................................................................................................................(per daY) $40.00
244. 4-Channel Datalogger*.................................................................................................................(per daY) $1 15.00
354. Hand Auger*......................................................................................................................................(per daY) $25.00
22. Traffic Control Cones (25) *................................................................................................................ (per daY) $8.00
31. Barricade *............................................................................................................................................(per daY) $5.00
23. Passive Skimmer(1 liter�..................................................................................................................�per week) $15.00
24. Electric Skimmer............................................................................................................................ (per week) $125.00
326. Submersible Pump*................................ ......(per day) $45.00
....................................................................................
322. Centrifugal Pump*..........................................................................................................................(per daY) $100.00
252. Confined Space Multi-Gas Meter (LEL, Oxygen, PID, Hydrogen Sulfate, CO).......................(per day) $90.00
* Minimum charge of 1/2-day on all equipment billed on daily basis
** Plus Technician Rate
*** Sample preparation not included
Page 3 of 3
R:\Administrative\Billing_Rate Schedules\2014 Rate Schedules\2014 Region 1 Eureka_Ukiah_Santa Rosa_Rate Schedules
DRAFT2.doc
Revised:09/25/2014