HomeMy WebLinkAboutLACO Associates 2019-05-30COU No. i$ )4 ' 71 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement, made and entered into this 30 day of Jwkt' , 2019 ("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 Orr Street Bridge field investigation, design, and preparation of the plans, specifications, and estimate. 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 six weeks from receipt of the Notice to Proceed. 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 $8,440. 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 Scope of Work for the not -to -exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. 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 Payment. 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 invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall 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. Design ProINs<s:Agreemem-Nosemher 211, 22(108 PAGE 211E 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 Liability. 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 Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the 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 Tess 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 Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. Design ProfSvcsAgreement-November 20, 2000 PAGE 3 OF 7 3. Worker's Compensation and Employers Liability: 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 liability: $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 Liability and Automobile Liability Coverages 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 insurers liability. 2. Worker's Compensation and Employers Liability Coverage 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. Design ProlSvcsAgreement-November 20, 2000 PAGE 4 OF 7 3. Professional Liability Coverage If written on a claims -made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend one year from the date of final invoice. 4. All Coverages 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. Acceptability 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 Tong -term credit rating and AMB -1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Consultant shall include all sub -contractors or sub -consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub -contractor or sub -consultant. All coverage for sub -contractors or sub -consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any 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. "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. Design — ProfSvcsAgreement-November 20, 2008 PAGE 5 OF 7 References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 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 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 Governing 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 Agreement. 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 Assignment. 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 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. Design — ProfSvcsAgreement-November 20, 2008 PAGE 6 OF 7 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 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: MR. TIM ERIKSEN CITY OF UKIAH DEPT. OF PUBLIC WORKS 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 MR. RODNEY WILBURN LACO ASSOCIATES 776 S STATE ST, SUITE 102A UKIAH, CALIFORNIA 95482 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: PRINT NAME: Rodney Wilburn 94-2278932 IRS IDN Number CITY OF UKIAH BY: SAG . SANGIACOMO CITY MANAGER ATTEST K ISTINE LAWLER, CITY CLERK K ISTINE CLERK Design Pro ISvcsAgreement-November 20, 2008 PAGE 7 OF 7 May 6, 2019 Date 3 cs t ci Date Date LACO April 15, 2019 ATTACHMENT "A" City of Ukiah City Engineer/Public Works Director 300 Seminary Avenue Ukiah, CA 95482 Sent via email to teriksen@cityofukiah.com Attention: Subject: Dear Mr. Eriksen: Tim Eriksen Engineering Services for Orr Street Bridge Rehabilitation 6883.37 LACO Associates proposes to perform the following Engineering Services for the preparation of plans to facilitate the rehabilitation of the existing Orr Street Bridge over Orr Creek in Ukiah: 1. Perform a field investigation to verify the existing bridge structure dimensions. 2. Perform structural calculations of a composite bridge structure to support a live load capacity of a typical heavy-duty vehicle such as a garbage truck. 3. Perform editing of old plans to incorporate new structural elements to the bridge for rehabilitation. 4. Provide the City of Ukiah four sets of plans signed by a California Registered Civil Engineer for review and approval. 5. Address any comments that are made by City of Ukiah staff, and provide updated signed plans if needed. 6. Under a separate agreement LACO Associates proposes to provide construction inspection services, as needed, to the City of Ukiah. LACO Associates proposes to provide services (1-5) for an estimated fee of $8,440. Our current fee schedule is attached hereto for reference. If you have any questions, please do not hesitate to give us a call. LACO Associates looks forward to assisting with the rehabilitation of the existing bridge facility and providing safe access across Orr Creek once again. Sincerely, LACO Associates ..$1.td hria-- Thomas A Hunt Senior Civil Engineer 21 W. Fourth Street Eureka, CA 95501 707 443-5054 - Fax 707 443-0553 776 S. State Street, Suite 102A Ukiah, CA 95482 707 462-0222 — Fax 707 462-0223 3450 Regional Parkway, Suite B Santa Rosa, CA 95403 707 525-1222 — Fax 707 545-7821 Toll Free 800 515-5054 lacoassociates.com 932 B W. Eighth Avenue Chico, CA 95926 530 801-6170—Fax 707 462-0223 LACO ATTACHMENT "B" SCHEDULE OF RATES HOURLY RATES Principal Professional* $160.00 - 235.00 per hour Project Manager* $135.00 - 185.00 per hour Senior Professional* $118.00 - 225.00 per hour Staff Professional* $98.00 - 175.00 per hour Assistant Professional* $92.00 - 140.00 per hour Junior Professional* $70.00 - 123.00 per hour Senior Drafter/Designer $100.00 - 150.00 per hour Drafter/Designer $70.00 - 125.00 per hour Senior Technician $91.00 - 155.00 per hour Technician $70.00 - 115.00 per hour Special Technician Groups 1-4 - Prevailing Wage Rates $110.00 - 141.00 per hour Special Consultants (depends on qualifications) $100.00 - 225.00 per hour Senior Geotechnical Engineer $180.00 - 210.00 per hour Court Appearance/Depositions (4 hour minimum) $350.00 - 450.00 per hour Licensed Surveyor $135.00 - 225.00 per hour One -Man Survey - Prevailing Wage Rates $155.00 - 200.00 per hour One -Man Survey $130.00 - 150.00 per hour Two -Man Survey Party - Prevailing Wage Rates $290.00 - 350.00 per hour Two -Man Survey Party $220.00 - 275.00 per hour Three -Man Survey Party - Prevailing Wage Rates $435.00 - 480.00 per hour Three -Man Survey Party $330.00 - 375.00 per hour Certified Public Accountant $120.00 per hour Project Administrator/Coordinator $80.00 - 110.00 per hour Clerical $75.00 - 105.00 per hour *"Professional" may apply to Engineer, Geologist, Planner, Architect, Environmental Scientist, or other specialties NOTES 1. 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 $35 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 15% 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:* Trip charge per day $65.00 per day Minimum charge, vehicle $15.00 Over 80 miles Federal Rate + $0.10 per mile Other transportation, air travel, etc. $Cost + 15% MATERIALS Survey hubs, stakes, lath, or guineas Survey markers, plain iron pipe Plan copies per sheet (11x17) Plan copies per sheet (24x36) All other materials or printing $1.00 each $5.00 each black & white $0.25 color $2.50 each black & white $5.00 mylar $20.00 color $21.25 each $ Cost + 15% * Minimum charge of 1/2 -day on all equipment billed on daily basis ** Plus Technician Rate City of Ukiah: Orr St Bridge Engineering LACO RATES FOR MATERIALS AND SOILS TESTING Laboratory tests are performed on samples delivered to our lab in Santa Rosa, California. Sample pickup, 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 $186 .00 101. Sieve Analysis - Coarse, Caltrans 202, ASTM C-136 $93.00 102. Sieve Analysis - Fine, Caltrans 202, ASTM C-136 $93.00 103. Finer than #200, ASTM C-117 $71.00 104. Particle Size Analysis, ASTM D-422*** $192.00 105. Cleanness Value, Caltrans 227 $186.00 106. Atterberg Limit - Wet $220.50 107. Hydrometer Analysis $75.00 108. Bulk Density of Soils $53.00 109. Atterberg Limits, LL -PL -PI, ASTM 4318*** $171.00 110. Sand Equivalent, Caltrans 217, ASTM D-2419 $186.00 111. Specific Gravity - Coarse, Caltrans 206, ASTM C-127 $141.00 112. Specific Gravity - Fine, Caltrans 207, ASTM C-128 $99.00 113. Maximum Density of Soils, Caltrans 216, ASTM D-698 or D-1557 $278.00 114. Maximum Density of Soils with Rock Correction, ASTM D-4718 $300.00 301. Nuclear Density Gauge (hourly), Caltrans 231, ASTM D6938 ** $15.00 302. Nuclear Density Gauge (daily), Caltrans 231, ASTM D6938 ** $85.00 116. Organic Impurities, ASTM C-40 $80.00 117. Moisture Content of Soils In Place, ASTM D-2216 $18.00 118. Density of Soils In Place, ASTM 2937 $30.00 119. Percent Crushed Particles, Caltrans 205, ASTM D-5821 $186.00 120. Durability Index - Coarse, Caltrans 229, ASTM D-3744 $150.00 121. Durability Index - Fine, Caltrans 229, ASTM D-3744 $150.00 122. Concrete Slab Relative Humidity Test $98.00 123. Unconfined Compressive Strength $80.00 124. CBR Soils Test with Compaction $550.00 125. Consolidation, 3" dia., ASTM D-2435*** $280.00 126. Consolidation Test - Additional Points $45.00 127. Direct Shear, ASTM D-3080 (3 points) $275.00 128. Direct Shear, ASTM D-3080 (per additional point) $69.00 129. Sample Preparation $35.00 130. Expansion Index, ASTM D-4829*** $351.00 131. Pocket Penetrometer $20.00 135. Unit Weight, ASTM C-29 $186.00 139. CBR Soils Test Without Compaction $350.00 For other testing not listed, please inquire. B. CONCRETE AND FIELD TESTING 150. Concrete/Grout Compressive Strength (curing, testing & disposal), Caltrans 521, ASTM C-39 $35.00 151. Concrete Compressive Strength, Caltrans 521, ASTM C-39 $35.00 152. 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) $90.00 164. Voltage Meter (per day) $35.00 Revised: 10/29/2018 LACO C. SPECIAL EQUIPMENT 258. Coating Thickness Gauge (per Day) $25.00 246. Skidmore ** (per day) $60.00 303. Core Drilling Machine** (per day) $75.00 333. Load Cell ** (per hour) $15.00 334. Torque Wrench ** (per hour) $10.00 320. Photoionization Hydrocarbon Vapor Detector * (per day) $100.00 450. Field Lab Analysis (Hanby) (per test) $25.00 332. Turbidity Meter * (per day) $40.00 352. Dissolved Oxygen Meter * (per day) $40.00 245. pH/T/K 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) (per well) $5.00 336. Pressure Washer * (per day) $45.00 323. Steam Cleaner * (per day) $75.00 456. Rotary Hammer Boring System (per boring) $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) $115.00 354. 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) $90.00 661. Calcium Chloride Kits (each) $25.00 643. All Terrain Vehicle (Survey) (per day) $250.00 700. Survey Boat without Motor (per day) $100.00 703. Survey Boat with Motor (per day) $500.00 * Minimum charge of 1/2 -day on all equipment billed on daily basis ** Plus Technician Rate *** Sample preparation not included Revised: 10/29/2018