HomeMy WebLinkAboutR2009-020 - 2009-02-09 RESOLUTION NO. R2009-20
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PEARLAND,
TEXAS, AUTHORIZING A CONTRACT FOR CONSTRUCTION MATERIAL
TESTING SERVICES ASSOCIATED WITH THE MAGNOLIA EXPANSION
PROJECT (PHASE 2).
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That certain contract for construction material testing services
associated with the Magnolia Expansion Project, a copy of which is attached hereto as
Exhibit "A" and made a part hereof for all purposes, is hereby authorized and approved.
Section 2. That the City Manager or his designee is hereby authorized to execute
and the City Secretary to attest a contract for construction material testing services
associated with the Magnolia Expansion Project.
PASSED, APPROVED and ADOPTED this the 9t" day of ary, A.D., 2009.
TOM REID
MAYOR
ATTEST:
i
Y NGL ,T C
T SEC ETARY
APPROVED AS TO FORM:
DARRIN M. COKER
CITY ATTORNEY
Exhibit "A"
Resolution 2009-20 T70041
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT is entered into on 2/9/09 by and between the City of Pearland
("CITY") and Raba-Kistner Consultants, Inc. ("CONSULTANT").
The CITY engages the CONSULT aNRoad Exo ansion StVeterans~Drive stoePearland Parkway
known and described as Magnol P
(Project # T70041)
SECTION I -SERVICES OF THE CONSULTANT
The CONSULTANT shall perform the following professional services to CITY standards and in
accordance with the degree of care and skill that a professional in Texas would exercise under
the same or similar circumstances:
A. The CONSULTANT shall perform Construction Materials Observation and
Testing Services. See Exhibit A, attached, for a detailed SCOPE OF WORK. The
PROJECT schedule shall conform to the construction schedule.
B. The CONSULTANT shall prepare and submit a detailed opinion of estimated cost
of the PROJECT.
C. The CONSULTANT acknowledges that the CITY (through its employee
handbook) considers the following to be misconduct that is grounds for
termination of a CITY employee: Any fraud, forgery, misappropriation of funds,
receiving payment for services not performed or for hours not worked,
mishandling or untruthful reporting of money transactions, destruction of assets,
embezzlement, accepting materials of value from vendors, or consultants, and/or
collecting reimbursement of expenses made for the benefit of the CITY. The
CONSULTANT agrees that it will not, directly or indirectly; encourage a CITY
employee to engage in such misconduct.
D. The CONSULTANT recognizes that all drawings, special provisions, field survey
notes, reports, estimates and any and all other documents or work product
generated by the CONSULTANT under the CONTRACT shall be delivered to the
CITY upon request, shall become subject to the Open Records Laws of this State.
E. The CONSULTANT shall procure and maintain for the duration of this
Agreement, insurance against claims for injuries to persons, damages to property,
or any errors and omissions relating to the performance of any work by the
CONSULTANT, its agents, employees or subcontractors under this Agreement,
as follows:
(1) Workers' Compensation as required bylaw.
(2) Professional Liability Insurance in an amount not less than $1,000,000 in
the aggregate.
-1-
(3) Comprehensive General Liability and Property Damage Insurance with
minimum limits of $1,000,000 for injury or death of any one person,
$1,000,000 for each occurrence, and $1,000,000 for each occurrence of
damage to or destruction of property.
(4) Comprehensive Automobile and Truck Liability Insurance covering
owned, hired, and non-owned vehicles, with minimum limits of
$1,000,000 for injury or death of any one person, $1,000,000 for each
occurrence, and $1,000,000 for property damage.
The CONSULTANT shall include the CITY as an additional insured under the
policies, with the exception of the Professional Liability Insurance and Workers'
Compensation. Certificates of Insurance and endorsements shall be furnished to
the CITY before work commences. Each insurance policy shall be endorsed to
state that coverage shall not be suspended, voided, canceled, and/or reduced in
coverage or in limits ("Change in Coverage") except with prior written consent of
the CITY and only after the CITY has been provided with written notice of such
Change in Coverage, such notice to be sent to the CITY either by hand delivery to
the City Manager or by certified mail, return receipt requested, and received by
the City no fewer than thirty (30) days prior to the effective date of such Change
in Coverage. Prior to commencing services under this CONTRACT,
CONSULTANT shall furnish CITY with Certificates of Insurance, or formal
endorsements as required by this CONTRACT, issued by CONSULTANT'S
insurer(s), as evidence that policies providing the required coverage, conditions,
and limits required by this CONTRACT are in full force and effect.
F. The CONSULTANT shall indemnify and hold the CITY, its officers, agents, and
employees, harmless from any claim, loss, damage, suit, and liability of every
kind for which CONSULTANT is legally liable, including all expenses of
litigation, court costs, and attorney's fees, for injury to or death of any person, for
damage to any property, or errors in design, any of which are caused by the
negligent act or omission of the CONSULTANT, his officers, employees, agents,
or subcontractors under this CONTRACT.
H. All parties intend that the CONSULTANT, in performing services pursuant to this
CONTRACT, shall act as an independent contractor and shall have control of its
own work and the manner in which it is performed. The CONSULTANT is not to
be considered an agent or employee of the CITY.
SECTION II -PERIOD OF SERVICE
This CONTRACT will be binding upon execution and end upon completion of the construction
related work not to exceed 24 months.
-2-
SECTION III -CONSULTANT'S COMPENSATION
A. The method of payment for this CONTRACT is not to exceed. Total
compensation for the services performed shall be the sum of $304,083.50.
B. The CITY shall pay the CONSULTANT in installments based upon monthly
progress reports and detailed invoices submitted by the CONSULTANT.
C. The CITY shall make payments to the CONSULTANT within thirty (30) days
after receipt and approval of a detailed invoice. Invoices shall be submitted on a
monthly basis.
SECTION IV -THE CITY'S RESPONSIBILITIES
A. The CITY shall designate a project manager during the term of this CONTRACT.
The project manager has the authority to administer this CONTRACT and shall
monitor compliance with all terms and conditions stated herein. All requests for
information from or a decision by the CITY on any aspect of the work shall be
directed to the project manager.
B. The CITY shall review submittals by the CONSULTANT and provide prompt
response to questions and rendering of decisions pertaining thereto, to minimize
delay in the progress of the CONSULTANT'S work. The CITY will keep the
CONSULTANT advised concerning the progress of the CITY'S review of the
work. The CONSULTANT agrees that the CITY'S inspection, review,
acceptance or approval of CONSULTANT'S work shall not relieve
CONSULTANT'S responsibility for errors or omissions of the CONSULTANT or
its sub-consultant(s) or in any way affect the CONSULTANT's status as an
independent contractor of the CITY.
SECTION V -TERMINATION
A. The CITY, at its sole discretion, may terminate this CONTRACT for any reason -
- with or without cause -- by delivering written notice to CONSULTANT
personally or by certified mail at Raba-Kistner Consultants, Inc., 3602 Westchase,
Houston, Texas 77042. Immediately after receiving such written notice, the
CONSULTANT shall discontinue providing the services under this CONTRACT.
B. If this CONTRACT is terminated, CONSULTANT shall deliver to the CITY all
drawings, special provisions, field survey notes, reports, estimates and any and all
other documents or work product generated by the CONSULTANT under the
CONTRACT, entirely or partially completed, together with all unused materials
supplied by the CITY on or before the 15t~' day following termination of the
CONTRACT.
C. In the event of such termination, the CONSULTANT shall be paid for services
performed prior to receipt of the written notice of termination. The CITY shall
make final payment within sixty (60) days after the CONSULTANT has delivered
-3-
to the CITY a detailed invoice for services rendered and the documents or work
product generated by the CONSULTANT under the CONTRACT.
D. If the remuneration scheduled under this contract is based upon a fixed fee or
definitely ascertainable sum, the portion of such sum payable shall be
proportionate to the percentage of services completed by the CONSULTANT
based upon the scope of work.
E. In the event this CONTRACT is terminated, the CITY shall have the option of
completing the work, or entering into a CONTRACT with another party for the
completion of the work.
F. If the CITY terminates this CONTRACT for cause and/or if the CONTRACTOR
breaches any provision of this CONTRACT, then the CITY shall have all rights
and remedies in law and/or equity against CONSULTANT. Venue for any action
or dispute arising out of or relating to this CONTRACT shall be in Brazoria
County, Texas. The laws of the State of Texas shall govern the terms of this
CONTRACT. The prevailing party in the action shall be entitled to recover its
actual damages with interest, attorney's fees, costs and expenses incurred in
connection with the dispute and/or action. CONSULTANT and CITY desire an
expeditious means to resolve any disputes that may arise between under this
CONTRACT. To accomplish this, the parties agree to mediation as follows: If a
dispute arises out of or relates to this CONTRACT, or the breach thereof, and if
the dispute cannot be settled through negotiation, then the parties agree first to try
in good faith, and before pursuing any legal remedies, to settle the dispute by
mediation of a third party who will be selected by agreement of the parties.
SECTION VI -ENTIRE AGREEMENT
This CONTRACT represents the entire agreement between the CITY and the CONSULTANT
and supersedes all prior negotiations, representations, or contracts, either written or oral. This
CONTRACT may be amended only by written instrument signed by both parties.
SECTION VII -COVENANT AGAINST CONTINGENT FEES
The CONSULTANT affirms that he has not employed or retained any company or person, other
than a bona fide employee working for the CONSULTANT to solicit or secure this
CONTRACT, and that he has not paid or agreed to pay any company or person, other than a
bona fide employee, any fee, commission, percentage brokerage fee, gift, or any other
consideration, contingent upon or resulting from the award or making of the CONTRACT. For
breach or violation of this clause, the CITY may terminate this CONTRACT without liability,
and in its discretion, may deduct from the CONTRACT price or consideration, or otherwise
recover, the full amount of such fee, commission, percentage brokerage fee, gift, or contingent
fee that has been paid.
-4-
SECTION VIII- SUCCESSORS AND ASSIGNS
This CONTRACT shall not be assignable except upon the written consent of the parties hereto.
The parties have executed this CONTRACT this 16th day of February ,2009.
Bill Eisen, City Manager 2/16/09
r
~~~~~IZ-/~ ° i~L/a= Cis
Raba-Kistner Consultants, Inc.
-5-
Engineering • Testing • Environmental • Facilities • Infrastructure
Raba
Kistner
July 30, 2008
Ms. Andrea Dekam Brinkley
Project Manager
City of Pearland
3519 Liberty Drive
Pearland, Texas 77581
Raba-Kistner Consultants, Inc.
3602 Westchase
Houston, TX 77042
(713) 996-8990 • FAX (713) 996-8993
www. rkci.com
Proposal No. PHD08-007
Reference: Materials Testing Services for
Magnolia Road Expansion from Veterans Dr. to SH35
and John Lizer Road from SH35 to Pearland Parkway
COP Project No. T70041; Bid No. 2007-47
Dear Andrea:
Raba-Kistner Consultants, Inc., (R-K) is pleased to submit this proposal to provide
Construction Materials Observation and Testing services for the above referenced project. This
proposal is based upon our review of the project documents, information provided by Carter
and Burgess (Construction Manager), as well as experience with similar projects.
SCOPE OF SERVICES
Based on our review of the project documents and our experience with similar projects, our
scope of services will consist of the following testing and observation services:
1. Excavating, backfilling and compacting for utility construction
2. Drilled and underreamed footing observation
3. Field density tests for soil and CSS, backfill, and paving subgrade
4. Cast In-Place concrete testing for paving/ structural concrete
5. Coring of completed main lane paving of thickness evaluation
6. Laboratory testing of soils, concrete and asphalt
7. Precast/prestress Concrete
8. Hot Mix Asphaltic Concrete
9. Batch plant inspection (concrete/ asphalt)
10. Off site fabrication/ plant observation (1)
(1) Should casting be performed outside Greater Houston, inspection will be performed by other
R-K offices throughout the state.
':=:t b&
W:\tlctive Proposals\Houston\2008\PHDOS-007 Magnolia Blvd\Letter I-22-07.doc ~.IECY'
n c_E
Austin • Brownsville • Dallas • EI Paso •Houston • McAllen • Mexico • San Antonio ! '+ (i 8
Engineering • Testing • Environmental • Facilities • Infrastructure
Raba
Kistner
July 30, 2008
Raba-Kistner Consultants, Inc.
3602 Westchase
Houston, TX 77042
(713) 996-8990 • FAX (713) 996-8993
www.rkci.com
Individual sections within the project specifications define specific tests to be performed,
frequency of testing and the acceptance criteria for the various construction materials employed
or placed.
PROJECT APPROACH
We propose to provide a Senior Level Technician full-time for the duration of the project. He
will be supplemented with additional technicians as needed. The Senior Level Technician will
coordinate the COP's field representative to schedule testing/ observation activities. Daily
reports of testing/ observation will be signed daily on site and submitted to the owners
representative.
A R-K Project Manager will be assigned to oversee all testing activities, attend weekly
construction meetings, review mix design and appropriate submittals, prepare invoices and be
available to assist with field issues.
Mark D. Wells, P.E. of R-K will serve as Project Engineer. He will be available as needed for
consulting services and contract administration as well as assist in field resolution of
construction materials issues. He will also coordinate with other R-K offices (Austin, San
Antonio, Rio Grande Valley, EI Paso) for off-site fabrication/ plant inspection services.
In an effort to reduce the amount of paper generated for this project, we propose to submit test
results/ inspection observations through our web-based system RKIS. Selected members of
the COP and construction management team will be granted access to RKIS through our
website www.RKCl.com. The individuals will be able to view test/ observation reports after they
have been reviewed and approved by the Project Engineer. In most cases, these reports will
be available for review by the project team the day following the actual testing activity. Of
course certain laboratory tests can not be generated that quickly. For instance, maximum dry
density/ optimum moisture determinations (proctors) require 3 days to complete while asphalt
samples may take as long as 4 working days. Members will also be allowed to view the
dispatched assignments for a particular date and have access to the "Engineers Desk" portion
of RKIS. This part of RKIS provides various statistical analysis of materials testing results.
Test/ observation reports will be sent to the contractor via a-mail.
As always, failing tests will be immediately communicated to the project team verbally and
electronically transmitted within 24 hrs.
W:\Active Proposals\Houston\2008\PHD08-007 Ma~molia Blvd\Letter 1-22-07.doc „;y~~~
V C F
Austin • Brownsville • Dallas • EI Paso • Houston • McAllen • Mexico • San Antonio '? f ~.
Engineering • Testing • Environmental • Facilities • Infrastructure
Raba
Kistner
July 30, 2008
Raba-Kistner Consultants, Inc.
3602 Westchase
Houston, TX 77042
(713) 996-8990 • FAX (713) 996-8993
www.rkci.com
Invoices will be submitted monthly (by the 15th) in a format agreeable to the owner and
Construction Manager. Hard copies of the reports will accompany the invoice for ease in
reviewing. Overtime for the full time senior technician will apply for all hours worked over 40
per week Monday thru Sunday. Overtime for supplemental technicians is applicable for all
hours worked over 8 per day, before 6:00 am, after 6:00 pm and on Weekends and Holidays.
The overtime rate will be in accordance with previously adopted City if Pearland Fee Schedule.
ESTIMATED FEE
Based on our review of the project documents, we estimate a fee of $304,083.50 for the
construction materials observation and testing services described in this proposal. A cost
breakdown is provided in Attachment I.
Our proposed testing scope of services and estimated fee has been developed through our
interpretation of the project plans and specifications, discussions with the project team and has
been prepared with the assumption of 21 months to complete the construction. The actual
scope and quantity of services provided will be dependent upon services actually required by
you or your representatives as well as actual time spent by the Contractor to complete the
project.
The actual services provided may be somewhat more or less than those services anticipated in
the development of this scope as a consequence of factors such as construction sequencing
and delays due to weather and/or re-tests. Costs associated with retesting are not included in
the above fee. We understand re-tests are to be the responsibility of the Contractor and that
there may be certain budget modifications as a result thereof. We will itemize our time and
expenses associated with retests on the invoices; retests will also be identified in the daily field
reports.
The attached cost break down uses the same labor rates as previously approved by the City of
Pearland and have been in effect for the past three years. Laboratory test rates have been
adjusted to reflect the current CPI of approximately 4 percent.
W:\Active Proposals\Houston\2008\PHDOS-007 Ma~molia Blvd\Letter 1-22-07.doc --..~:R28
~; $-11~T
v (: E
Austin • Brownsville • Dallas • EI Paso •Houston • McAllen • Mexico • San Antonio ~! ti R
Engineering • Testing • Environmental • Facilities • Infrastructure
Raba
Kistner
July 30, 2008
Raba-Kistner Consultants, Inc.
3602 Westchase
Houston, TX 77042
(713) 996-8990 • FAX (713) 996-8993
www.rkci.com
Any services requested and not part of the attached cost breakdown will be charged in
accordance with the attached Unit Fee Schedule (Attachment II).
We look forward to working with you. If you have any questions or require additional
information, please contact me at your convenience.
Very truly yours,
RAGA-KISTNER CONSULTANTS, INC.
6~~~~~
Mark D. Wells, P.E.
Vice President
MDW/rms
cc: Mr. Hugh Brightwell
Attachments: Cost Breakdown
Unit Fee Schedule (COP)
W:Wctive Proposals\Houston\2008\PHD08-007 Ma6molia Blvd\Letter I-22-07.doc ,. ,,~'~~ e~.
N C E
Austin • Brownsville • Dallas • EI Paso •Houston • McAllen • Mexico • San Antonio t~ li 8
Attachment A
Cost Breakdown for
Magnolia Road Expansion from Veterans Dr. to SH 35
and John Lizer Road from SH35 to Pearland Parkway
Proposal No. PHD08-007
PERSONNEL
uantit Rate Unit
Amount
10 Principle, P.E. 30 x $148.00 / Hr = $4,440.00
30 Project Engineer, P.E. 60 x $85.00 / Hr = $5,100.00
60 Technician NICET Level IV 270 x $66.00 / Hr = $17,820.00
70 Technician NICET III, HMA-II 2800 x $61.00 / Hr = $170,800.00
75 Technician NICET III, HMA-II OT 280 x $75.00 / Hr = $21,000.00
80 Technician NICET II HMA - 1A 250 x $56.00 / Hr = $14,000.00
85 Technician NICET II HMA - 1A OT 25 x $67.50 / Hr = $1,687.50
90 Technician ACI I, II 250 x $51.00 / Hr = $12,750.00
110 Technician, Non-Certified 100 x $45.00 / Hr = $4,500.00
115 Technician, Non-Certified OT 10 x $51.00 / Hr = $510.00
2000 Concrete Mix Design Inspection and Testing:
2010 Mix Design Review (ACI-214) 6 x $120.00 / Ea = $720.00
2030 Cylinders Test (ASTM C-39) incl. Hold 800 x $13.50 / Ea = $10,800.00
2050 Concrete Coring (4" Dia Up to 6" Thickness) ASTM C-42 70 x $75.00 / Ea = $5,250.00
2060 Measuring Thickness of Concrete Cores (ASTM C-174) 70 x $10.00 / Ea = $700.00
2070 Additional Thickness (6" to 12") 280 x $7.00 / In = $1,960.00
2100 Preparation of Core, Capping and Testing (ASTM C-42, C-39) 70 x $60.00 / Ea = $4,200.00
8000 Aspha/t Concrete Mix Design & Inspection:
8010 Mix Design Review 2 x $170.00 / Ea = $340.00
8040 Extraction & Gradation Test 8 x $155.00 / Ea = $1,240.00
8060 Stability - HVEEM 8 x $73.00 /Set = $584.00
8070 Bulk Density of Lab Molded 8 x $41.00 /Set = $328.00
8080 Molding Specimens (3 per set) for 806 & 807 (ASTM D-1560, 8 x $48.00 /Set = $384.00
8170 Maximum Theoretical Specific Gravity (TEX 227F) 8 x $70.00 / Ea = $560.00
10000 Soils Tests:
10010 Liquid and Plastic Limits 20 x $47.00 / Ea = $940.00
10060 OMD Standard Compaction (ASTM D-698) 20 x $156.00 / Ea = $3,120.00
10070 OMD Modified Compaction (ASTM D-1557) 2 x $166.00 / Ea = $332.00
10080 OMD Lime or Cement Stabilized Soil 14 x $172.00 / Ea = $2,408.00
10110 Four Point Lime Content Recommendation Series (PI) 6 x $185.00 /Test = $1,110.00
10140 Compressive Strength of C.S.S. 300 x $55.00 / Ea = $16,500.00
TOTAL $304,083.50
Raba-Klstner
PHDO&007 Magnolia BIvC
Attachment B
CONSTRUCTION MATERIALS TESTING FEE SCHEDULE
(HFS-008)
Unit Rate
PERSONNEL
10 Principal, P.E. $148.00 / Hr
20 Senior Engineer, P.E. (10 years experience) $109.00 / Hr
30 Project Engineer, P.E. $85.00 / Hr
40 Staff Engineer, E.I.T. $67.00 / Hr
50 Graduate Engineer, CMT Manager $70.00 / Hr
60 Technician NICET Level IV $66.00 / Hr
70 Technician NICET III, HMA-II $61.00 / Hr
80 Technician NICET II, ACI, HMA - 1A $56.00 / Hr
90 Technician $51.00 / Hr
120 Welding Inspector (C.W.I.) $81.00 / Hr
130 Welding Inspector (Associate C.W.I.) $61.00 / Hr
140 NDT Inspector (ASNT Level II) $61.00 / Hr
150 NDT Inspector (ASNT Level III) $65.00 / Hr
160 NDT Inspector Level II w/ Asst. (2 man crew) $100.00 / Hr
170 Support Personnel (Drafting or Word Processing) $32.00 / Hr
MATERIALS TESTING
1000 Concrete Aggregates:
1010 Screen or Sieve Analysis (ASTM C-136) $41.00 / Ea
1020 Specific Gravity (ASTM C-127 or C-128) $41.00 / Ea
1030 Unit Weight (ASTM C-29) $29.00 / Ea
1040 Absorption (ASTM C-127 or C-128) $34.00 / Ea
1050 Finer than 200 mesh (ASTM C-117) $37.00 / Ea
1060 Organic Impurities (ASTM C-40) $36.00 / Ea
1070 Scratch Hardness (ASTM C-851) $32.00 / Ea
1080 Abrasion Tests (ASTM C-131 or C-535) $159.00 / Ea
1090 Clay Lumps (ASTM C-142) $42.00 / Ea
1100 Light Weight Pieces (ASTM C-123) $49.00 / Ea
1110 Sand Equivalent (ASTM C-2419) $50.00 / Ea
1120 Sodium/Magnesium Sulfate Soundness (5 Cycles) $270.00 / Ea
1130 Sodium/Magnesium Sulfate Soundness Additional Cycles $156.00 / Ea
1140 Petrographic Examination of Concrete Aggregates (ASTM C-295) By Quotation
Rabe-Kistner
Unit Rate
2000 Concrete Mix Design Inspection and Testing:
2010 Mix Design Review (ACI-214) $120.00 / Ea
2020 Trial Batch Tests (ASTM C-192): (Using aggregate $208.00 / Ea
admixtures and cement proposed for use in the
project; each batch or each curve point,excl. test)
2030 Cylinders Test (ASTM C-39) incl. Hold $13.50 / Ea
2040 Beam Test (ASTM C-78, C-293) incl. Hold $21.00 / Ea
2050 Concrete Coring (4" Dia Up to 6" Thickness) ASTM C-42 $75.00 / Ea
2060 Measuring Thickness of Concrete Cores (ASTM C-174) $10.00 / Ea
2070 Additional Thickness (6" to 12") $7.00 / In
2080 Additional Thickness (Over 12") $12.50 / In
2090 Concrete Coring, Minimum Charge (Min. 3 Cores) $290.00 / LS
2100 Preparation of Core, Capping and Testing (ASTM C-42, C-39) $60.00 / Ea
2110 Cement Compressive Strength, one age (ASTM C-109) $108.00 /Set
2120 Cement Compressive Strength, two ages (ASTM C-109) $132.00 /Set
2130 Mortar/ Grout Comp. Strength Cubes (ASTM C-109) $18.00 / Ea
2140 Mortar/ Grout Comp. Strength Cubes 3" x 6" (ASTM C-495) $18.00 / Ea
2150 Mortar/ Grout Comp. Strength (ASTM C-1019) $18.00 / Ea
2160 Structural Coring
2170 Windsor Probes (ASTM C-803) $72.00 /Set
2180 Bar Linear Shrinkage $244.00 /Set
2190 Unit Weight of Lightweight Cylinders $0.00 /Set
2200 Split Tensile Strength including preparation (ASTM C-496) $83.00 / Ea
2210 Petrographic Examination of Hardened Concrete (ASTM C-856)
2220 Concrete Shrinkage Test (ASTM C-157, C-490) $0.00 /Set
3000 Brick:
3010 Compressive Strength, per brick $25.00 / Ea
3020 Absorption (5 hour boiling), per brick $54.00 / Ea
3030 Absorption (24 hour boiling), per brick $55.00 / Ea
4000 Reinforcing Stee/:
4010 Tension Tests (size #11 and under) $37.00 / Ea
4020 Tension Tests (sizes over #11) $50.00 / Ea
4030 Bend Tests (size #6 and under) $30.00 / Ea
4040 Bend Tests (sizes over #6) $36.00 / Ea
4050 Deformation Examination $22.00 / Ea
4060 Bolt Tensile Test (ASTM A-325) $44.00 / Ea
5000 Welded Specimens:
5010 Welded Coupons (ASTM A-370)
6000 Tension Tests (ASTM A-370):
6010 Without use of Extensometer
6020 With us of Extensometer (with Curves)
6030 Steel Strand Cable
$40.00 / Ea
$70.00 / Ea
$98.00 / Ea
Raba-Klstner
7000 Nondestructive Testing (Steel):
7010 Radiographic Films (ASTM E-142)
7020 Radiographic Source, Iridium (ASTM E-1114) $95.00 / Ea
7030 Radiographic Source, Cobalt 60 $108.00 / Ea
7040 Ultrasonic Equipment (AWS D11) $70.00 /Day
8000 Asphalt Concrete Mix Design & Inspection:
8010 Mix Design Review (using previously determined $170.00 / Ea
aggregate properties and other design factors)
Excluding Test Costs
8020 Trial Batch Test (up to 5 curve points) $1,250.00 / Ea
8030 Additional Curve Points for Trial Batch Test, per point $180.00 / Ea
8040 Extraction & Gradation Test (ASTM D-2172, ASTM C-136 $155.00 / Ea
or TEX 210 F)
8050 Specific Gravity (ASTM D-2041, TEX 201 F) $55.00 / Ea
8060 Stability - HVEEM (3 per set) (ASTM D1560 or TEX 208F) $73.00 /Set
Marshall (3 per set) (ASTM D-1559) $73.00 /Set
8070 Bulk Density of Lab Molded or Field Specimen (TEX 207F), $41.00 /Set
3 per set
8070.5 Bulk Density Core (TEX 207E) $36.00 / Ea
8080 Molding Specimens (3 per set) for 806 & 807 (ASTM D-1560, $48.00 /Set
TEX 208F)
8090 Penetration (ASTM D-5) $66.00 / Ea
8100 Ductility (ASTM D-113) $88.00 / Ea
8110 Viscosity (ASTM D-2170) $73.00 / Ea
8120 Asphalt Coring (4" Diameter Up to 6" Thickness) $71.00 / Ea
includes Personnel, Vehicle and Patching Holes
8130 Asphalt Coring Minimum Charge $0.00 / LS
8140 Additional Thickness over 6" $6.25 / In
8150 Abson Recovery (TEX 211 F) $250.00 / Ea
8160 Measuring Thickness of Asphalt Cores $7.25 / Ea
8170 Maximum Theoretical Specific Gravity (TEX 227F) $70.00 / Ea
8180 Hot Mix In-Place Asphalt Design $1,665.00 / Ea
8190 Apparent Specific Gravity (TEX 202F) $0.00 / Ea
8200 Moisture Susceptibility Test (TEX 531 C) $365.00 / Ea
8210 PMA Extraction/Gradation (ASTM D-2172) $0.00 / Ea
8220 PMA Extraction/Gradation by Ignition (ASTM D-6307) $130.00 / Ea
9000 Build-up Roof and Roof Fill:
9010 Cutting Out Roofing Sample Evaluation/ Analysis (ASTM D-2928)
9020 Dry Density Test and 28 day Compressive Tests (ASTM C-495)
9030 Laboratory Preparation of Sample for Testing
$270.00 / Ea
$60.00 / Ea
Raba-Klstn¢r
10000 Soils Tests:
10010 Liquid and Plastic Limits $47.00 / Ea
10020 Moisture Content Only (ASTM D-2216) $6.25 / Ea
10030 Mechanical Sieve Analysis through #200 Sieve (ASTM D-422) $44.00 / Ea
10040 Percent Passing #200 Sieve (ASTM D-1120) $36.00 / Ea
10050 Specific Gravity (ASTM D-854 and D-204) $46.00 / Ea
10060 OMD Standard Compaction (ASTM D-698) $156.00 / Ea
10070 OMD Modified Compaction (ASTM D-1557) $166.00 / Ea
10080 OMD Lime or Cement Stabilized Soil $172.00 / Ea
10090 California Bearing Ratio (ASTM D-1883) $165.00 / Ea
10100 Percent Solids in Lime Slurry (ASTM D-2216) $33.00 /Test
10110 Four Point Lime Content Recommendation Series (PI) $185.00 /Test
10120 Cement Content of Freshly Mixed C.S.S. $240.00 / Ea
10130 Nuclear Density Equipment Rental $8.50 / Hr
10140 Compressive Strength of C.S.S. $55.00 / Ea
10150 Maximum and Minimum Density (Sand) (ASTM D-4254) $162.00 /Test
10160 Density and Moisture of Soil Sample $20.00 / Ea
10170 Unconfined Compressive (ASTM D-2166) $35.00 / Ea
10180 Unconsolidated Undrained (ASTM D-2850) $48.00 / Ea
10190 Consolidation (One-cycle) (ASTM D-2435) $275.00 / Ea
10200 Consolidation -Additional Increments $40.00 / Ea
10210 pH of Soil (ASTM D-4972) $14.00 / Ea
10220 Optimum Lime Content pH Method $180.00 / Ea
10230 Sieve Analysis -Base Materials (ASTM C-136) $73.00 / Ea
10240 Compressive Strength of Cement Stabilized Base Materials,
TEX 120F, ASTM D-2166) $198.00 / Ea
10250 Soil Shrinkage Factor (ASTM D-427) $48.00 / Ea
10260 One Dimensional Swell Cohesive Soils $224.00 / Ea
10270 Triaxial Testing
10280 Permeability Test, Constant Head Method (ASTM D-2434) $177.00 /Test
10290 Pinhole Test $220.00 /Test
10300 Crumb Test (ASTM D-4647) $30.00 / Ea
10310 Double Hydrometer (ASTM D-4221) $135.00 / Ea
10320 Free Swell (FHA) $78.00 / Ea
10330 Soil Suction -Filter Paper Method $44.00 / Ea
11000 Subsurface Field Investigation
11010 Intermittent 3-Inch Diameter (0-50FT) $14.00 / Ft
11020 Intermittent 3-Inch Diameter (51 FT - 1.OOFT) $16.00 / Ft
11030 Continuous 3-Inch Diameter (0-20 FT) $16.00 / Ft
11040 Boring over 1.00 Ft Additional Surcharge $5.25 / Ft
11050 Wash Boring $7.50 / Ft
11060 Auger Boring $8.25 / Ft
11070 Undisturbed or Split Spoon Sample in Wash or Auger Borings $30.00 / Ea
11080 Grouting of Completed Bore Holes $4.25 / Ft
11090 Boring Not Accessible By Truck Mounted Equipment, Surcharge $5.25 / Ft
11100 Minimum Charge (to be used when charges are less
than $575) $600.00 / LS
11110 Mobilization/Demobilization $0.00 /Project
11120 Piezometer Installation
11130 THD Cone Penetration Test $21.00 / Ea
11140 ATV Mobilization Surcharge $105.00 / LS
11150 Portable Rig Drilling (Crew of two) $138.00 / Hr
11160 Stand by (Crew of two) $0.00 / Hr
11170 Materials
Raba-Klstner