HomeMy WebLinkAboutContracts & Agreements_12-2006_CCv0001.pdf AGREEMENT TO FURNISH GEOTECHNICAL, CONSTRUCTION INSPECTION
AND MATERIAL TESTING SERVICES FOR THE MILL CREEK RESERVOIR
REPLACEMENT PROJECT
This Agreement is made and entered into this 17th day of January, 2006 by and between
the City of Redlands, a municipal corporation (hereinafter "City") and Converse Consultants,
hereinafter("Consultant").
In consideration of the mutual promises hereinafter set forth, City and Consultant agree as
follows:
ARTICLE I - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant and Consultant hereby accepts the engagement to
perform geotechnical, construction inspection inspection and material testing services for
the Mill Creek Reservoir Replacement Project(the "Services").
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional consultants in the industry providing like and similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The specific Services which Consultant shall perform are more particularly described in
Exhibit "A" entitled "Scope of Services" which is attached hereto and incorporated herein
by this reference.
2.2 Consultant shall comply with all applicable Federal, State and local laws and regulations
in the performance of this Agreement including, but not limited to, all applicable Labor
Code and prevailing wage laws commencing at Labor Code section 1770 et seq., and non-
discrimination laws including the Americans with Disabilities Act and the Fair
Employment and Housing Act.
2.3 Consultant further understands that if it violates the provisions of the Labor Code relating
to prevailing wage, that City may enforce the Labor Code by notice of the withholding of
contract payments to Consultant or its subcontractors pursuant to Labor Code sections
1726, 1727 and 1771.6.
2.4 Consultant agrees that if it executes an agreement with a subcontractor to perform any of
the Services, that Consultant shall comply with Labor Code sections 1775 and 1777.7 by
providing the subcontractor with copies of the provisions of Sections 1771, 1775, 1776,
1777.5, 1813 and 1815 of the Labor Code. Consultant acknowledges that the statutory
provisions for penalties for failure to comply with state wage and hour laws and to pay
prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and
1813.
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that is pertinent to
the performance of Services.
3.2 City will make provisions for Consultant to enter upon City-owned property as required
by Consultant to perform the Services.
3.3 City designates Michael Pool to act as its representative with respect to the Services to be
performed under this Agreement.
ARTICLE 4 -PERIOD OF SERVICE
4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance
with the schedule set forth in Exhibit "B," entitled "Project Schedule."
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed the
amount of$12,910.00. City shall pay Consultant on a time and materials basis up to the
not to exceed amount, in accordance with Exhibit "C" entitled "Project Fee," and based
upon the hourly rates shown in Exhibit "D," entitled "Rate Schedule."
5.2 Consultant shall bill City within ten days following the close of each month by submitting
an invoice indicating the portion of the Services performed, who performed the Services,
indirect costs, and the detailed cost of all Services including backup documentation.
Payments by City to Consultant shall be made within thirty (30) days after receipt and
approval of Consultant's invoice, by warrant payable to Consultant.
5.3 All notices, bills and payments shall be made in writing and may be given by personal
delivery or by mail. Notices, bills and payments sent by mail shall be addressed as
follows:
City Consultant
Michael Pool, Civil Engineer Hashmi S. Quazi, Principal Engineer
Municipal Utilities Department Converse Consultants
City of Redlands 10391 Corporate Drive
35 Cajon Street, Suite 15A Redlands, CA 92374
PO Box 3005 (mailing)
Redlands,CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States Mail.
Changes may be made in the names and addresses of the person to whom notices and payments
are to be given by giving notice pursuant to this section.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement shall be maintained by Consultant for the duration of
this Agreement and shall be primary with respect to City and non-contributing to any insurance
or self-insurance maintained by City. Consultant shall not perform any Services unless and until
all required insurance listed below is obtained by Consultant. Consultant shall provide City with
Certificates of Insurance and endorsements evidencing such insurance prior to commencement of
the Services. All insurance policies shall include a provision prohibiting cancellation of the
policy except upon thirty(30) days prior written notice to City.
6.2 Workers' Compensation and Employer's Liability
A. Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in amounts which meet
statutory requirements with an insurance carrier acceptable to City.
B. Consultant expressly waives all rights to subrogation against City, its elected
officials, employees and volunteers for losses arising from work performed by Consultant
for City by expressly waiving Consultant's immunity for injuries to Consultant's
employees and agrees that the obligation to indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by or on behalf of any
employee of Consultant. This waiver is mutually negotiated by the parties. This waiver
shall not apply to any damage resulting from the negligence of City, its agents and
employees. To the extent any of the damages referenced herein were caused by or
resulted from the concurrent negligence of City, its agents or employees, the obligations
provided herein to indemnify, defend and hold harmless is valid and enforceable only to
the extent of the negligence of Consultant, its officers, agents and employees.
6.3 Comprehensive General Liability Insurance.
Consultant shall secure and maintain in force throughout the duration of this Agreement
comprehensive general liability insurance with carriers acceptable to City. Minimum coverage of
one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate
for public liability, property damage and personal injury is required. Consultant shall obtain an
endorsement that City shall be named as an additional insured.
6.4 Professional Liability Insurance.
Consultant shall secure and maintain professional liability insurance throughout the duration of
this Agreement in the amount of one million dollars ($1,000,000) per occurrence and two million
dollars ($2,000,000) annual aggregate.
6.5 Business Auto Liability Insurance.
Consultant shall have business auto liability coverage, with minimum limits of one million
dollars ($1,000,000) per occurrence, combined single limit for bodily injury liability and property
damage liability. This coverage shall include all Consultant-owned vehicles used in connection
with the Services, hired and non-owned vehicles, and employee non-ownership vehicles.
Consultant shall obtain an endorsement that City shall be named as an additional insured.
6.6 Assignment and Insurance Requirements.
Consultant is expressly prohibited from assigning any of the Services without the express prior
written consent of City. In the event of mutual agreement between parties to assign a portion of
the Services, Consultant shall add the assignee as an additional insured and provide City with the
insurance endorsements prior to any Services being performed by the assignee. Assignment does
not include printing or other customary reimbursable expenses that may be provided in this
Agreement.
6.7 Hold Harmless and Indemnification.
Consultant shall defend, indemnify and hold harmless City, its elected officials, officers,
employees and agents, from and against any and all actions, claims, demands, lawsuits, losses
and liability for damages to persons or property, including costs and attorney fees, that may be
asserted or claimed by any person, firm, entity, corporation, political subdivision or other
organization arising out of or in connection with Consultant's negligent and/or intentionally
wrongful acts or omissions under this Agreement; but excluding such actions, claims, demands,
lawsuits and liability for damages to persons or property arising from the negligence or
intentionally wrongful acts of City, its officials, employees or agents.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for in-
house counsel of the parties at rates prevailing in San Bernardino County, California.
7.2 Consultant's key person to perform the Services is Project Manager Ashutosh Shirolkar.
Consultant agrees that this person shall be made available and assigned to perform the
Services and that he shall not be replaced without concurrence from City.
7.3 All documents, records, drawings, designs, cost estimates, electronic data files, databases,
and other documents developed by Consultant pursuant to this Agreement and any
copyright interest in said above described documents, shall become the property of City
and shall be delivered to City upon completion of the Services, or upon the request of
City. Any reuse of such documents and any use of incomplete documents will be at
City's sole risk.
7.4 Consultant is for all purposes an independent contractor. Consultant shall supply all tools
and instrumentalities required to perform the Services described in this Agreement. All
personnel employed by Consultant are for its account only, and in no event shall
Consultant or any personnel retained by it be deemed to have been employed by City or
engaged by City for the account of, or on behalf of City.
7.5 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance of the Services by City.
7.6 This Agreement may be terminated by City, without cause, by providing five (5) days
prior written notice to Consultant (delivered by certified mail, return receipt requested) of
intent to terminate.
7.7 If this Agreement is terminated by City, an adjustment to Consultant's compensation shall
be made, but (1) no amount shall be allowed for anticipated profit or unperformed
services, and (2) any payment due Consultant at the time of termination may be adjusted
to the extent of any additional costs to City occasioned by any default by Consultant.
7.8 Upon receipt of a termination notice, Consultant shall (1) immediately discontinue all
Services, and (2) within five (5) days of the date of said termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of any data, design calculations, drawings, specifications, reports, estimates,
summaries and such other information and materials as may have been accumulated by
Consultant in performing the Services. Consultant shall be compensated on a pro-rata
basis for work completed up until notice of termination.
7.9 Consultant shall maintain books and accounts of all payroll costs and expenses related to
the Services. Such books shall be available at all reasonable times for examination by
City at the office of Consultant.
7.10 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement. Any amendment to this Agreement shall be in
writing, approved by City Council of City and signed by City and Consultant.
7.11 This Agreement shall be governed by and construed in accordance with the laws of the
State of California.
IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant
have signed in confirmation of this Agreement.
City of Redlands Converse Consultants
r
t
JON HARRISON Hashmi S. Quazi
Mayor Prinicipal Engineer
Attest:
City d erk, City ed ds
E
AGREEMENT TO FURNISH GEOTECHNICAL, CONSTRUCTION
INSPECTION AND MATERIAL TESTING FOR THE MILL CREEK
RESERVOIR REPLACEMENT PROJECT
EXHIBIT "A"
SCOPE OF SERVICES
SCOPE OF SERVICES
Our scope of services will include:
Task 1: Field Services
• Full-time/On-call observation and testing of compacted backfill during grading
of the reservoir pads
• Full-time/On-call observation and testing of utility trench backfill compaction
• Observe placement of concrete for ring wall foundation. Test properties of
fresh concrete and fabricate concrete cylinders
• Observe welding of steel tanks in the field
• Pick up soils samples and concrete cylinders and transport to our laboratory
Task II: Laboratory Testing
• Modified Proctor (ASTM 1557)
• Compressive strength test of concrete cylinders
Task III: Project Management and office support
• Review field and laboratory tests results
• Submit invoice and daily reports
• Prepare grading and post-grading report
AGREEMENT TO FURNISH GEOTECHNICAL, CONSTRUCTION
INSPECTION AND MATERIAL TESTING FOR THE MILL CREEK
RESERVOIR REPLACEMENT PROJECT
EXHIBIT "B"
PROJECT SCHEDULE
PROJECT SCHEDULE
The timing for services to be provided shall coincide with the duration of the
construction contract,, and as otherwise directed by the Project Manager to
accomplish the Project.
The scope of services, under this Agreement will be concluded not later than 12
months from the date of approval without prior written authorization by the
Project Manager.
AGREEMENT TO FURNISH GEOTECHNICAL, CONSTRUCTION
INSPECTION AND MATERIAL TESTING FOR THE MILL CREEK
RESERVOIR REPLACEMENT PROJECT
EXHIBIT "C"
PROJECT FEE
i
l
PROJECTFEE
Task 1: Field Services
Service Unit Total Uni#Units Rate Total
Attend pre-construction meeting Hr 2 90 $180.00
Full-time/On-call observation and testing during Hour 60 70 $4,200.00
grading and utility trench backfill
Full-time observation and testing during concrete Hour 24 60 $1,440.00
placement
Welding Inspection in the field Hour 40 60 $2,400.00
Soils samples and concrete cylinder pick-up from Hour 10 35 $350.00
the field and transport to oor laboratory
Total $8,570.00
Task 11: Laboratory Testing
Service Unit Total Unit Total
Units Rate
Modified Proctor Test 4 110 $440.00
Compressive strength test of concrete cylinders Cylinders 24 20 $480.00
Total $920.00
Task III: Project Management and Office Support
Service Unit Total Unit Total
Units Rate
Project Management Hour 8 90 $720.00
Grading and post-grading report Sump 1 2500 $2,500.00
Support Staff Hour 4 50 $200.00
Total $3,420.00
COST SUMMARY
Task Cost
Task I: Field Services $8,570.00
Task 11: Laboratory Testing $920.00
Task III: Project Management and Office Support $3,420.00
TOTAL $12,910.00
AGREEMENT TO FURNISH GEOTECHNICAL, CONSTRUCTION
INSPECTION AND MATERIAL TESTING FOR THE MILL CREEK
RESERVOIR REPLACEMENT PROJECT
EXHIBIT "D"
RATE SCHEDULE
Intf=oductk
It isAhe objective of Converse Consultants to provide its clients with quail professional and technical services and a continuing source of
protession�f a&ice d.opj is Services+�tit�be p�rrform#( ner 65Tmistentt w(h that level of care and skill ordinarily exercised by
merniaeis of thePmfessfon currently practicing in the same locality under similar conditions.
Hourly Charges for Personnel
Staff assignments will depend on personnel availability,job complexity,project site location and experience level required to satisfy the technical
requirements of the project and to meet the prevailing standard of professional care.
Field Technical Services
Construction Inspector-ICBO and/or AWSICWI certified(concrete,masonry,structural steel,fireproofing,
includes concrete batch plant and local steel fabrication inspections) $65
DSA Masonry Inspector 70
Non-Destructive Testing Inspector(ultrasonic,magnetic particle,dye penetrant,pull testing,torque testing,
Schmidt hammer,and pachometer) 75
Soils Technician 80
Supervisory Soils Technician 85
Professional Services(Field and Office)
Staff Professional $70
Senior Staff Professional 80
Project Professional 100
Project Manager 110
Senior Professional 125
Principal Professional 145
Laboratory Testing
Laboratory Technician $65
(Unit prices for routine tests quoted upon request; see Geotechnical Laboratory Testing and Materials Testing Services
Schedules of Fees)
Office Support
Clerical/Word Processing $55
Drafting 80
CAD Operator/Drafting Manager 70
Overtime and special shift rates for Field Technical Services personnel are determined in accordance with Prevailing Wage law. An overtime
charge of 50 percent of the above hourly rates for Laboratory Testing and Office Support personnel will be added for time in excess of eight hours
per day at the job site and for all time on Saturdays,Sundays and holidays. Travel time to and from the job site will be charged at the hourly rates
for the appropriate personnel.
Expenses
t. Exploration expenses(drilling,trenching,etc.)are charged at cost plus fifteen percent.
2. Travel and subsistence expenses(transportation,room and board,etc.)for individuals on projects requiring travel andior living away
from a principal office are charged at cost plus fifteen percent.
3. Automobile and truck expenses are charged at cost plus fifteen percent(rentals)or at a rate of fifty cents per mile for company-awned
vehicles traveling between principal office and project.
4. Other out-of-pocket direct project expenses(aerial photos,tong-distance telephone calls,permits,bonds,outside printing services,tests,
etc.)are charged at cost plus fifteen percent.
Geotechnical Laboratory Testing
Compensation for laboratory testing services will be made in accordance with this fee schedule. Costs of tests not on this schedule will be
by quote and/or in accordance with our current hourly fee schedule. The rates are based on non-contaminated soil. A surcharge will be
charged for handling contaminated material,which will be determined based on the project.
IDENTIFICATION AND INDEX PROPERTIES TESTS CONSOLIDATION AND SWELL COLLAPSE TESTS
Visual Classification,ASTM D2488.....................................8.00 8 Load increments..........................................................180.00
Engineering Classification,ASTM D2487.........................15.00 Additional load increment.................................................30.00
Moisture Content Time-Ratlo,per load increment........................................60.00
• Moisture Content&Dry(Bulk)Density, Single Point(collapse test)................. .........I...................60.00
ASTM D2216&D2937.............................................15.00 Single Load Swell,ASTM D4546
Moisture Content,ASTM D2216................................10.00 • Ring Sample,Field Moisture.....................................65.00
Shrinkage Limit,ASTM D427............................................85.00 Ring Sample,Air Dried..............................................55.00
Atterberg Limits,ASTM 04318 Remolded Sample,per specimen.....................................45.00
• Several points............................................................75.00 Expansion Index Test,UBC 29-2/ASTM D4829...............80.00
• One point..................................................................40.00
Particle Size Analysis,ASTM 0422 HYDRAULIC CONDUCTIVITY TESTS
• Fine Steve(From+#200 to#4)..................................70.00 Constant Head,ASTM D2434........................................250.00
■ Coarse Sieve(From+#200 to 3 in)...........................80.00 Failing Head Flexible Wall,ASTM D5084.......................300.00
• Hydrometer...................................................... .........85.00 Triaxial Permeability,EPA 9100.....................................350.00
Percent Passing#200 Sieve,ASTM D1140.....................45.00 Remolded Specimen,per specimen.................................50.00
Specific Gravity
• Fine(passing#4 sieve),ASTM D854........................70.00 CHEMICAL TESTS
• Coarse(retained on#4 sieve),ASTM C127..............70.00 Corrosivity(pH,resistivity,sulfates,chlorides)...............140.00
Sand Equivalent Test........................................................75.00 Organic Content,ASTM D2974.................. .65.00
.....................
Double Hydrometer Dispersion,ASTM D4221_.............150-00
Conditions: Unit rates presented on this tee schedule are for routinely performed
COMPACTION AND BEARING STRENGTH geotechnical laboratory tests. Numerous other earth material physical tests can be
performed in ourgeotechnical laboratories,including rock core,soil cemeri and soil
Standard Proctor Compaction,ASTM 0698 or ASTM D1557-91
time mixture tests.Tests not listed can be quoted upon request.
• Method A or B..........................................................120.00
• Method C(6-inch mold)...........................................140.00
California impact Method(Caltrans 216). ..180.00 Prices are based on the assumption that samples aro uncontaminated and da not
"""""""""'"' contain heavy metals,acids,carcinogens and/or volatile organics which can he
R-value,ASTM D2844....................................................220.00 measured by an organic vapor analyzer or photoionizaffon detector with a
California Bearing Ratio (CBR),ASTM D1883 concentration greater than 50 parts-per-million(ppm). Quoted testing fees are based
• i point......................................................................125.00 on the assumption that no protective clothing will be required to handle samples. If
• 3 point """""..... ..'""""325�(} Level D protective clothing will be required during handling of samples(as defined in
" the Federal CFR Part 1910.120), then a 40%increase in fees presented in this
Relative Density schedule will be applied. Level C protective clothing will be a 60%increase in fees.
• 0.1 cubic foot mold...................................................200.00 Converse will not handle samples that require either Level d or Level A protection in
• 0.5 Cubic foot mold...................................................300.00 our geotechnical laboratories. Contaminated samples will be returned to the client.
Uncontaminated samples wits be disposed of 30 days after presentation of test
results.The client must disclose the source of samples.Samples imported from out
SHEAR STRENGTH of state will be incinerated after testing,in accordance with requirements of tiro
Torvane/Pocket Penetrometer.........................................20.00 United States Department of Agriculture. Sod samples obtained within the State of
Direct Shear(per point) California currently designated quarantine areas will also be incinerated in
50.OD accordance with the requirement of the State of California.Department of Food and
• Quick Test.................................................................. Agrtwiture.Division of Plant Industry,Pest Exclusion.A$5,00iridneiationfeewilbe
• Consolidated-Drained(granular soil) added to each sample that is required to be incinerated in accordance with State and
ASTMD3080..........................................................140.00 Federal law.
• Consolidated-Drained(fine grained soil), Test results requiring plots will be presented in a publishable formai generated from
ASTM D3080..........................................................200.00 computer program& otherwise,raw test numbers will be presented. A minimum
• Consolidated-Undrained (fine grained)..................120.00 laboratory fee of$50.00will becharged topresent and Madtest results.myond the
• Residual Strength,per Cycle.....................................45.00 standard U.S.Mai delivery,specialized transmittal will be charged at additional cost
• Remolded Specimens,per specimen........................45.00 (e.g., Federal Express. UPS, etc.). Geotechnical testing does not include
p p engineering and/or geologic review and analysis. Typical tum-around for
geotechnical laboratory testing Is two weeks(or roughly ten working days), To
STATIC UNIAXIAL.AND TRIAXIAL STRENGTH TESTS expedite test tum-around to five working days,a 50%increase in the tees in this
(PER POINT} schedule will be applied. Marry geotechn"t tests require at least one week to
perform in accordance with the ASTM or other standard specifKations. Fees
Unconfined Compression,ASTM 2166.............................75.00 presented in this schedule for relatively undisturbed direct shear,consolidation or
Unconsolidated-Undrained,ASTM D2850....................110.00 expansion pressure tests are based on the assumpttonthat 224nch-diameter(241&
Consolidated-Undrained(per point).............................700.00 inch inside diameter)brass ring samples will be provided to the geotechnical
laboratory for testing. Remolded specimens will be compacted in standard 2.5-inch
Consolidated-Drained(per point).............................. 700.00 outside diameter brass rings for direct shear,consolidation and expansion pressure
With Pore Pressure Measurement,per load...................150.00 tests.Ad fees presented in this schedule are based on the assumption that the client
Remolded Specimens,per specimen............ ...........45.00 will deliver samples toour laboratory atnoadditional cost toConverse.Sampleptk-
........
up is available at a rate of$45 per hour of drive time and$0.50 per mila driven,
Materials Testing Services
Compensation for laboratory testing services will be based on rates in accordance with this schedule. Costs of tests not on this schedule will be
by quote and/or in accordance with our current hourly fee schedule.
AGGREGATES Compression Test
Moisture Content(ASTM D2216).............................................$10.00 a 2'x 4"Mortar Cylinder,each........... ........... .......................20.00
Particle Size Analysis . 3'x 6'Grout Prisms,each..................................................20.00
■ Coarse(ASTM C136),each...............................................60.00 0 2*Cubes(ASTM C109),each............................................20.00
■ Coarse and fine(ASTM C136&137),each...... ........140.00 Cast by others..........................................................................20.00
• Specific Gravity&Absorption Mortar or Grout Mix Designs.................................................By Quote
• Coarse Aggregate(ASTM C127).......................................80.00
• Fine Aggregate(ASTM C128)............................................80.00 FIREPROOFING TESTS
■ Unit weight per cubic foot(ASTM C29)..............................50.00 Oven Dry Density(per sample)...,.............. ......................45,00
■ Soundness-Sodium or Magnesium(ASTM C88),each.,200.00
• Potential Alkali Reactivity(ASTM D289)..........................300.00 ASPHALTIC CONCRETE
• Freeze Thaw Soundness.................................................175.00 Stability,Flow,and Unit Weight,ASTM D6927........................150.00
■ Los Angeles Abrasion,per class(ASTM C131,C535)...210.00 Marshal(ASTM D1559,ASTM D2726......................................150.00
• Sand Equivalent(ASTM D2419)........................................70.00 Measured Maximum Specific Gravity of Mix(ASTM D2041)
■ Lightweight Particles(ASTM C123),each.........................75.00 (Ricos Method),each..................____............... ............75,00
• Clay Lumps and Friable Particles(ASTM C142),each...100.00 Void Analysis of Cores or Marshall Specimens
Stripping test(ASTM D1664),each...................................65.00 Calculations Only(ASTM D3203)set of 2 or 3................35.00
Organic impurities(ASTM C40).........................................60.00 Laboratory Mixing of Asphalt&Concrete,per sample.- ....50,00
Durability........_................... ........ ......... By Quote Complete Asphalt Concrete Mix Design
(Hveem or Marshall)....................................................By Quote
CONCRETE TESTS Extraction of Asphalt and Gradation(ASTM D2172,Method B)
Laboratory Trial Batch(ASTM C192).............. By Quote Or California 310,including ash correction,each..........150.00
Laboratory Mix Design,historical data..... By Quote Extraction of Rubberized Asphalt and Gradation,each.........1X00
Compression Test,6"x 12'cylinder(ASTM C39),each..........20.00 Specific Gravity(ASTM D2726 or ASTM D1188)
Light Weight Concrete 0 uncoated.,........ ...... ......_... ...... ...............85,00
• Compression......___..... ....... ....................._20,00 . coated,...__..... ..._............. ...........____...............95.00
• Unit Weight......__... ....... ............ .............__........20.00 Immersion-Compression........ .............................. ...........400.00
Specimen preparation,trimming or coring,each......................45.00 Particle coating(ASTM 2489).....................................................45.00
Bond Strength(ASTM C321) Stripping(ASTM D1664)....__........___....... .........................50.00
• Prepared by Converse.....................................................120.00 Moisture or Volatile Distillates in paving mixtures,
• Prepared by Others............................................................60.00 or materials containing petroleum products or
Core Compression Test(ASTM C12),each....,....._.........___45.00 byproducts... ...__...... .........._120.00
Flexure test,6"x 6*beams(ASTM C78),each..........................60.00 Retained Strength(ASTM DI 074/D1 075)
Modulus of Elasticity-Static(ASTM C469),each............ 110,DO 6 specimens......___....___.......... ..................___....By Quote
Length Change(3 bars,5 readings each, Retained Stability,Mil,Std,520A,Method 104,
up to 26 days)(ASTM C157).......... ......... 250.00 6 specimens.-...--....._.......__....._......... .....By Quote
Splitting Tensile,6'x 12*cylinders,each..................................50,00 CBR,ASTM D1883,including M/D curve,1 point...................210.00
Field Concrete Control(sampling,slump,temperature, Asphalt Temperature.......... ....... 15.00
cast 4 cylinders,molds,cylinder pick-up,within
10 mi.of office,stand-by extra) STRUCTURAL STEEL
ASTWUBC,hourly rate schedule,or each Cylinder.........70.00 Tensile Test#11 Bar or Smaller,each......................................45.00
Field Concrete Control(same as above plus Bend Test,#11 Bar or Smaller,each........................_...............35.00
air content test)ASTM/UBC,hourly rate Tensile Test,#14 Bar,each......................................................115.00
schedule,or each Cylinder.... .................. ....................80.00 Tensile Test,#18 Bar,each.........*........... ........................310.00
Hold Cylinder...... ...__........_........... ....... .........................7.00 Rebar coupler tensile test............................. ...................__.65.00
Cylinder Mold sent to job site but not casted by Converse or Tensile Test,Welded#11 Bar or maller,each........................50.00
returned to Converse.......................................__.........................5.00 Tensile Test,Welded#14 Bar,each............................._....._I 10.00
Tensile Test Welded#18 Bar,each........................................300.00
MASONRY(ASTM C140,E447,UBC;STANDARD 24-22) Tensile Test,Mechanically Spliced Bar,#11 Bar or Smaller,
Moisture Content,as received,each.........................................20.00 each....................................... ................... ...................l5aw
Absorption,each...................................... .........................5().00 Tensile Test,Mechanically Spliced Bar,#14 Bar,each....._....310.00
Compression,each................._......................................__...._40.00
Shrinkage(ASTM C426),each.. .................. ...... ...90.00 HIGH STRENGTH BOLT,NUT,AND WASHER TESTING
Net Area and Volume,each....... ..................... ........__.....25.00 Wedge Tensile Test for A490 Baits
Masonry Blocks,per set of 9....................................................650,00 Under 100,000 lbs, ............... ....__46m
Masonry Core Compression,each ..............45,00 Over 100,000 lbs,each....... ......-.......................__55_00
Masonry Core Shear,each...........-...... ........ ....... ........._50,00 Wedge Tensile Test for A325 Bolts
Masonry Core Trimming,each.....____....... 45.00 Under 100,000 lbs,each.......... .................__....__%00
Compression Test,grouted prisms,
8'x 8'x 16%each.............................................................110,00
Compression Test,grouted prisms,
12'x 16'x 16",each................:.......................................140,00
HIGH STRENGTH BOLT, NUT, AND WASHER TESTING,
continued
Tensile Test-Anchor Bolts,tested with displacement
transducers,each..................--........- ...........-.........300.00
Nut-Hardness,Proof,and Cone Proof Load Test,each.,...... 50.00
Washer-Hardness,each........ ...... ................. ......30.00
A325 or A490-Bolt hardness only,each-....... ................... 35.00
Bolt A325 or A490
Wedge Tensile Under 100,000 lbs,and Hardness,each..,.80-00
Wedge Tensile Over 100,000 lbs,and Hardness,each.-100-00
Bolt,Nut,and Washer-All Tests per set with bolts
Under 100,000 lbs........................... ..............................-250-00
Over100,000 lbs............................................_................350,00
NOTES:
(1) See Geolachnical Laboratory resting Schedule of Fees for
soil testing.
(2) Hourly rates are available upon request,
(3) Field laboratory rates are available upon request.
(4) Listed unit rates are based upon the assumption that samples
will be delivered to our laboratory at no cost to Converse.