Loading...
HomeMy Public PortalAboutORD10342 B� I:L NO. S9# ' SPONSORED BY COUNCILMAN ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI , AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BOOKER ASSOCIATES, INCORPORATED FOR PROFESSIONAL SERVICES. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and Clerk are hereby authorized and directed to execute a contract with Booker Associates, Incorporated for Professional Services for the sum of $24 ,400.00. Section 2. The contract shall be substantially the same in form and content as that contract attached hereto as Exhibit A. Section 3. Execution of the contract shall be contingent upon Federal Aviation Administration approval of Scope of Work. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed ,Approved- � 8� s id' f i.cer ATTEST: ity *Cleric M E M O R A N D U M TO: Mayor Hartsfield Members City Council FROM: Marty Brose, Director Department of Transportation DATE: December 13, 1984 RE: Apron Improvement Design and Construction Services AIP 3-29-0036-03 A selection committee of two Airport Commissioners (Bill Musgrave and Mel Rogers) , and two staff members (Marty Brose and Mark 'Thornsberry) , interviewed three consultants for the referenced project. The committee recommended we use Booker Associates, Inc. based on their proposal and interview. Groner and Picker will be used as sub-contractor by Booker to do the resident inspection. We are requesting suspension of the rules. The Federal Aviation Administration (FAA) grant offer stipulated that the plans and specifications must be done by February 1, 1984 , which does not allow sufficient design time if the contract is held til the first meeting in January. _ r E111glil OWN �f EXHIBIT A SPECIAL CONSULTANT CONTRACT r I� THIS AGREEMENT, made and entered into this day of 19 ' b and between of �.'2._ � Y Y Jefferson, a municipal corporation of the State of Missouri, hereinafter referred to as the "City" with offices at 320 E. McCarty, Jefferson City, Missouri 65101, and Booker Associates , Inc. hereinafter referred to as the "Consultant" . WITNESSETH: THAT, WHEREAS, the City of Jefferson desires to engage the Consultant to render certain technical and professional services hereafter described in connection with a project more particularly described in Appendix A; and WHEREAS, the Consultant made certain representations and statements to the City with respect to the provision of such services and the City has accepted said proposal and is authorized by Ordinance zoa-42- of the City Council, of the - City of Jefferson, adopted /Z -/7 . 19 875- to enter into a contract with the Consultant for the performances of services by the Consultant. NOW, THEREFORE, for the considerations herein expressed, it is agreed by and between the City and the Consultant as follows: 1.. The City agrees to engage the services of the Consultant to perform the services hereinafter set forth in connection with projects described in Appendix A. 2 . The City may add to Consultant services or delete therefrom activities of a similar nature to those set forth " in Appendix A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 6 hereof. The Consultant shall undertake such changed activities only upon the direction of the City. All such directives and changes shall be in written form and prepared and approved by the office of the Director of Transportation and shall be accepted and countersigned by the Consultant or its agreed representatives . 3. All information, data, and reports as are existing, available and necessry for the carrying out of the work, shall be furnished to the Consultant without charge by the City, and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services. 4 . The Consultant represents that Consultant has or will secure at its own expense, all personnel required to perform the services called for under this contract by Consultant. Such 1 'e personnel shall not be employees of or have any contractual relationship with the City except as employees of the Consultant. All of the services required hereunder will be performed by the Consultant or under Consultant's direct supervision and all personnel engaged in the work shall be fully qualified and. shall be authorized under state and local law to perform such services . None of the work or services covered by this -contract shall be subcontracted without the written approval of the City. 5. The services of the Consultant shall commence as directed -? the Notice to Proceed and shall be undertaken and completed in such sequence as to assure their expeditious completion in the light of the purposes of the contract , but in any event, Plans and Specifications shall be submitted to the FAA no later than February 15, 1985 . 6. The City agrees to pay the Consultant in accordance with the terms set forth in Appendix A, which shall constitute complete compensation for all services to be rendered under this contract. It is expressly understood that in no event will the total. compensation and reimbursement to be paid to the Consultant under the terms of this contract exceed the sum of $ 24 ,400.00 for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. No change shall be made unless there is a substantial and significant difference between the work originally contemplated by this agreement and the work actually required. 7. The City will pay the Consultant in accordance with the rate set forth in Appendix A, which shall constitute full and complete compensation for the Consultant services hereunder. Such compensation will be paid in progress payments , as established by the City. The final payment will be subject to receipt of a requisition for payment and a statement of services rendered from the Consultant that the Consultant fully performed with work to be paid for in such progress payments in conformance with the e' contract. 8. If, through any cause, the Consultant shall fail to fulfill in timely and proper manner its obligations under this contract, or if the Consultant shall violate any of the covenants , agreements , or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five _ ( 5 ) days before the effective day of such termination. City or Consultant may without cause terminate this contract upon 30 days prior written notice. In either such event, all finished or unfinished documents , data, studies, surveys , drawings , maps, models , photographs and reports or other materials prepared 'by the Consultant under this contract shall, at the option of the City, become its property, and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials . Notwithstanding the above, the Consultant shall not be relieved of liability to s 2 the City for damages sustained by the City by virtue of any such breach of the contract by the Consultant . g. The Consultant shall not assign any interest in this contract, and shall not transfer any interest in the same (whether by assignment or novation) , without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this agreement , including the right to change or delete activities from the contract or to terminate 'the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under, this agreement, though City will attempt to so notify any such assignee. 10. Any reports , data, or similar information given to or prepared or assembled by the Consultant under this contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. 11. The Consultant agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Consultant or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 12. The Consultant is an independent contractor and nothing contained herein shall constitute or designate the Consultant or any of its agents or employees as agents or employees of the City. 13. The Consultant shall not be entitled to any of the benefits established for the employees- of the City nor be covered by the Workmen's Compensation Program of the City. 14 . The parties mutually agree to the following: a. In no event shall the City be liable to the Consultant for special, indirect, or consequential damages , except those caused by the City's negligence, arising out of or in any way connected with a breach of this contract. The maximum liability of the City shall be limited to the - amount of money to be paid or received by the City under this contract . b. The Consultant shall defend, indemnify, and hold the City harmless from and against all claims, losses , and liabilities arising out of personal injuries , including death, and damage to property which are caused by the Consultant arising out of or in any way connected with this contract. Consultant further agrees to defend, indemnify, and hold the City harmless from and against 3 e any claims , losses and liabilities arising out of the award of- this contract to the Consultant. Aftk 15. The Consultant shall comply with the FAA Contractor Contractural Requirements set forth in Attachment 1. 16. All notices required or permitted hereinunder and required to be in writing may be given by first class mail addressed to City at 320 E. McCarty, Jefferson City, Missouri 65101, and Consultant at 1139 Olive Street, St. Louis , MO 63101_. The date of delivery of any notice shall be the date falling on the second full day after the day of its mailing. Executed this day of A& _ 19� _. CITY OF JEFFERSON, MISSOURI By MAYOR ATTEST: 8ITY CLERK CONSULTANT OOKER ASSOCI INC By Edmund C. ohnson, P . Senior Vice Presid t ATTEST: anklin P. Eppert . Secretary 4 CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 During the performance of this contract, the cons ultant,for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in App-endix B of the Regulations. 1. Solicitations for Subcontracts, Including Procurements of Materials Mk and Equipment. In all solicitations either by competitive bidding MV or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equip- ment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 5. 4. Information and Reports. The contractor shall provide all informa- tion and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the .}Federal .A•,,iation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and Instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall *so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain-the information. 5. Sanctions for Noncompliance. In the event of the contractor's non- compliance with the nondiscrimination provisions of this contract , the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to-- Aft a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract , in whole or in part . 6. Incorporation of Provisions . The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take: such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and,- in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States . 7. Minority Business Enterprise (MBE) Assurances . a. Policy. It is the policy of the Department of Transportation that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this agreement. b. MBE Obligation. The Consultant agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. in this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts . Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT- assisted contracts . 8. Monitor and Audit. The Consultant agrees to submit to audit at reasonable times by the City and the authorized representative of the Federal Aviation Administration, the Comptroller G:;neral of the United States, or any of the duly authorized representatives shall have access to any books , documents , papers, and records of Consultants which are directly pertinent to a specific grant program, for the 4 purpose of making audits , examinations , excerpts , and transcriptions . City shall require Consultant to maintain all required records for three years after the Ctiy makes final payment and all other pending matters are closed. Consultant further agrees to permit monitoring by the City, its staff, and appropriate representatives and to comply with such reporting procedures as may be established by the ' City. . f 9. Consultant 's Estimate. The consultant's estimate should be t. submitted, detailing direct labor costs by catagories of employees, work hours and hourly rate; overhead; direct nonsalary expenses; and profit. f I 1 APPENDIX A SCOPE OF WORK In order to accomplish the contract objective, the Consultant will perform the following services : 1. Control and Design Surveys a. Perform all horizontal and vertical control surveys necessary for the proposed apron expansion. This shall include establishing control points, baseline benchmarks . b. Obtain topographic data and design surveys necessary for the preparation of a set of the contract plans as set out above. C. Obtain elevations of the adjacent apron and taxiways to assure smooth transition between old and new, taking into account possible rehabilitation work. d. Obtain elevations of existing drainage structures and locate and reference above-ground utilities as required. e. Stake and obtain elevations of soil boring locations as required. 2. Contract Plans , Specifications and Cost Estimate Prepare final plans, contract documents and technical specifications for the proposed apron expansion. Such work will include, but not be limited to, the following: a. Attend project kickoff meeting with City and FAA. b. Final plans to include plan and profiles , crass sections, typical sections, constructi.on. details, drainage, lighting and marking of apron, summary of quantities and miscellaneous details . These drawings will be prepared with ink and/or plastic lead or mylar drafting film and all work will be -- done in -accordance with FAA standards . C. Final contract documents and technical specifications. d. All approvals and permits from the governmental authorities having jurisdiction over the project including the FAA. 1 Appendix A Scope of Work e. Attend meetings - with Jefferson City and FAA as required. f. Obtain soil borings, testing and analysis sufficient to establish design criteria. g. Detailed construction cost estimate based on contract drawings. h. Prepare the Advertisement for Bids . i. Conduct a pre-bidders conference and be prepared to describe the work to interested contractors. j . Handle all requests for contract plans and documents and mail them to contractors as requested. k. Update existing Airport Layout Plan including proposed apron improvement. Review existing Airport Layout Plans . - 1. Attend the bid opening and assist the City of Jefferson City in evaluation of bids and make recommendations concerning the award of a contract. Prepare addendums if required. 3. Construction Services Provide testing and full-time Resident Inspection during the times that construction work is in progress as recommended by the FAA and outlined in Appendix "B" in accordance with the contract plans and specifications. The Consultant shall be responsible for but not limited to the following: a. Review construction schedule and coordinate same with all concerned parties . b. Schedule and conduct pre-construction and progress meetings as required (at least one project meeting per month) . C. Inspect the work of the contractor to assure that it -is in conformance with the requirements of the contract documents . d. Provide for, conduct, or witness, field, laboratory, or shop tests of construction materials as recommended j?y the FAA and outlined 2 Appendix A Scope of Work in Appendix "B" - in accordance with the _contract plans and specifications. Measure, compute, or check quantities of work performed and quantities of materials in place for partial and final payment to the contractor. e. Consult with the City of Jefferson City if the contractor requests an interpretation of the meaning or intent of the specifications and assist in the resolution of any questions. £. Maintain files of correspondence, conferences, change orders , progress reports, and other related data. g. Maintain a dairy in which all significant actions are recorded. The diary will be of sufficient detail for FAA auditing purposes. The Project Manager will review the diary periodically during the project and at the end of the project. h. Maintain daily records of the activity of the contractor and furnish copies if requested. i. Regularly monitor overall construction progress. Provide monthly summary reports and document all changes in procedures or .schedules. j . Monitor the approved estimate of construction costs. k. Recommend necessary or desirable changes and review requests for changes. Prepare change orders as required. 1. Obtain material certificates from the contractor and furnish to City and FAA. The Consultant will also review and approve equipment incorporated into the project. M. Review contractors payment requests for progress and final payments. n. Prepare the reimbursement request for the City to submit to FAA. o. Provide surveys necessary to confirm the construction stake-out by the contractor and assure conformity with the plans . 3 Appendix A Scope of Work p. Provide semi-final inspection and furnish punch list of any incomplete or unsatisfactory items. q. After final -inspection with all concerned parties , issue certificate of completion to City of Jefferson City and the FAA. r. prepare and furnish "As Build" drawings of the competed apron work (on Mylar drafting film, Std. 24" x 36" ) . TO BE FURNISHED BY CONSULTANT A. All professional and technical services as required for the performance of the Scope of Work. B. Thirty (30) copies of the final contract documents for bidding and construction purposes . C. All soils engineering and laboratory testing services during both the design and construction phases of the project . — COMPENSATION For the performance of all services described in the Scope of Work, the City of Jefferson City will pay the Consultant, the lump sum fee of Twenty Four Thousand Four Hundred Dollars , ($24 ,400.00 ) in accordance with the following schedule: A. Control and Design Surveys and Contract Plans , Speaifications and Cost Estimate: The lump sum fee of Eleven Thousand Four Hundred Dollars ( $11, 400) . B. Construction Services The proposed fee for this portion of the work is based on furnishing Construction management, testing, and full-time resident inspection when the contractor works for an assumed construction period of three (3) calendar months: The lump sum fee of Thirteen Thousand Dollars ($13,000.00) For construction time in excess of three ( 3) calendar months, an hourly fee of Thirty Dollars ( $30.00 ) per hour will be charged. 4 Appendix A Scope of Work , PROJECT SCHEDULE The construction plans, contract documents and technical specifications will be ready for review and submitted to the FAA on or before February 1, 1985. See Appendix "C" for project flow chart. KEY PROJECT PERSONNEL Principal-in-Charge: Mr. Edmund C. Johnson, P.E. Project Manager: Mr. Kenneth Mines , P.E. Booker Key Project Personnel: Project Engineer: Mr. Robert S. Heine, P.E. Design Engineer: Mr. Mark Harrison, E. I.T. Groner and Picker Personnel: Mr. Richard S. Groner, P.E. Mr. Clayton Hill, P.E. Note: Groner & -Ficker personnel will be acting for Booker to provide Control Surveys . They will also provide inspection services. All services provided by Groner and Picker will be under Booker's direction. Soils Investigation and Report_ - Booker will subcontract the test boring, soils investigation and report work to a Geotechnical Engineering firm mutually agreed upon. 5 w APPENDIX U 000 �. CONSULTING GNGINEER SERVICES FOR RESIDENT PROJECT ENGINEER ON PAVING PROJECTS ' Part I, Scope: The consulting engineer shall provide all services for inspection of the construction of AW Project No. (Title) for the City of (or Airport Authority) , State of The airport is located miles (South, North, East, blest) of the City of on Highway (Road) The project plans and specifications will become a part of this contract. $art II, Personnel and Equipment: A building suitable for a field office .and a laboratory if a laboratory is required, will be provided by the sponsor or the contractor as indicated in the specifications. The remainder of the equipment required for surveying, material', testing and other equipment required to accomplish inspection surveillance for the project will be provided by the consulting engineer providing the resi- dent engineering services for the project. w A resident engineer/inspector shall be provided on the project site at all times during construction of the project. The resident engineer/in- spector shall have at least S years experience in the related field for which he is providing the inspection service. The resident engineer/in- spector shall supervise the additional personnel required to provide inspection and material testing services for the project. He will have authority to make decisions regarding the project, subject to approval of the sponsor/owner and the FAA. Other required personnel will. be listed in the appropriate sections hereinafter. C' Part III, Surveying: The surveying included in this portion of the engi- neering agreement is for construction of the project. However, all field notes and data collected during design will be, available to the resident engineer regardless of who designs the project. The survey shall .eon-- - sist of a minimum of three people comprised of a party chief/instrument man, head chainman and rear chairman. The party chief/instrument man shall have a minimum of five years experience in the field of surveying. The resident may fill this position if he is qualified. The head chainman shall have at least 3 years experience in the field of surveying. The rear chainman shall have at least a working knowledge in the field of surveying. Unless•otherwise specified in the contract documents, the contractor shall be responsible for horizontal layout and vertical control for the project. The sponsor's survey personnel shall not be employed by the contractor. In the event that the sponsor is responsible for horizontal layout and vertical control, the survey party shall recheck after com- pletion of the subgrade, subbase, base course and surface course layers. Otherwise, the surveying party shall be responsible for checking hori- zontal alignment and vertical control for compliance to the plans and for taking original and final cross sections for computing final pay quantities. dr Aft 2 Part IV, Construction Inspection: Again the resident engineer/in- . spector shall have a minimum of five years experience in the major items of construction which would normally consist of excavation and embankment, bituminous and Portland cement concrete paving, and airfield lighting. A different resident engineer/inspector may be used for each phase of work. The duties of the inspection force are outlined hereinafter. A. Subgrade, Subbase and Base Course Construction. 1. Personnel: The Consulting Engineer shall provide one labora- tory technician with a minimum of two years experience in soil testing. It will be the responsibility of the technician to test the materials: in the subgrade for compliance to the specifications and advise the resident engineer/inspector of the results. The resident engineer/inspector can be the technician for this phase of work. 2. Laboratory: The -Consulting Engineer furnishing the inspection service shall provide the laboratory unless it is indicated in the project specifications that it is provided by others and all equipment required to test the materials. 3. Required Tests: a. Embankment and subgrade. r ' (1) Density and Moisture - One per layer for each 1,000 CY. (2) Soil Classification - One soil classification test for each color and texture change and at least one test for each 10,000 square yards 'for the top two feet of subgrade. A soil classification test shall consist of a grain sirs: analysis and Atterburg limits. b. Subbase and Base Course. (1) Quality Test - Gradation, L.L., P.I., soundness and abrasion tests will be required for aggregates used in subbase and base course construction unless the aggregate source has been tested in the last year and meets the project specification. If the aggregate meets the project specifications, then the Consulting Engineer shall provide .copies 'of the tests. 1 1 1 6V • OW 3 (2) Construction Tests - Gradation L.L., P.I., Density and Moisture tests and layer thickness - one per- layer for each 500 C.Y. When frost is anticipated and there is a possibility of the material used in the construction of these layers exceeding the limit of 3% smaller than .02 mm size then the hydrometer test shall be run on the material in accordance with rdASHTO T 88-72. B. Bituminous Paving Inspection. 1. Personnel; The Consulting Engineer shall provide a minimum of three people for asphalt paving operations any day that It is anticipated that over 50 tons of asphaltic concrete will be produced. When less than 50 tons are produced, then at least the resident engineer shall be on site. The person- nel shall consist of a Laydown I'ixspector and two Laboratory Technicians. a. Laydown Inspector - The laydown inspector shall have a minimum of 5 years experience as a asphaltic concrete laydown inspector. if the resident engineer/inspector qualifies, then he can serve as laydown inspector. The duties of the laydown inspector is to inspect the lay- down operation for compliance to the project specificaW tions. In the event the contractor fails to comply with the specifications, tYien the inspector shall notify the resident engineer immediately. The laydown inspector shall inspect the paving equipment prior to paving opera- tions for performance and compliance to specifications. b. Chief Laboratory Technician- - The Chief Laboratory Technician shall have at least 5 years experience in the field of asphaltic concrete laboratory services and/or shall be a certified laboratory technician in asphaltic concrete testing. The resident engineer/in- spector may fill this position if he qualifies. However, the resident engineer/inspector can only fill one posi- tion. It shall be the duty of the chief laboratory technician to run or supervise all tests required by the project specifications or this. document for compliance t' to the project specifications. In the event materials do not meet project specifications, the chief laboratory technician shall notify the resident engineer/inspector ® immediately. 4 e. iaboratory Technician - The other laboratory technician . ►11 have at least a working knowledge of asphaltic L.:ncrete testing procedures. He shall assist the chief laboratory technician in performance of the required tests. 2. Laboratory and Equipment: If the project is located a remote distance from an established laboratory where it takes longer than 4 hours to complete the construction tests, then a laboratory on site shall be required. Unless it is indicated in the project specifications that a laboratory will be furnished by the sponsor or contractor, it will be the res- ponsibility of the consulting engineer providing the inspec- tion service to provide the laboratory if one is required. The consulting engineer providing the inspection services shall provide all the equipment required to accomplish the tests including the nuclear density machine and the required straight edge. 3. Required Tests: The following tests shall be considered a minimum unless otherwise indicated. When materials fail to meet the specifications, additional tests will be required. If the Sliding Scale Payment factor method is used for pay- ment of accepted work, then the frequency of the construc- tion tests should be doubled. a. Aggregate Quality Tests - Soundness, Los Angeles Abrasion, and Freeze-Thaw Tests will be required for aggregates to be used in bituminous mixes unless the aggregate source has been tested within the last year and meets the speci- fications. . If the aggregate meets the specifications, the consulting engineers shall provide copies of the test results. b. Preliminary Tests - Stripping, P.I. , L.L., and Gradation ' Tests. Prior to design of the mix, the consulting engineer shall accomplish these tests. The tests shall be accom- plished in accordance with methods indicated in the project specifications. Prior to development of the design mix, the consulting engineer shall furnish the FAA gradation and absorption results of each individual aggregate and the recommended combined aggregate grada- tion for approval. This may be accomplished by telephone or letter. c. • Mix Design - After the design combined gradation is determined, the consulting engineer shall proceed with the asphaltic concrete mix design. The mix design shall 6 _ may serve in this position if he meets the qualifications. The concrete laydown inspector shall check the laydown ' operations for compliance to project specifications. This includes condition of the underlying surfaces, steel placement, forms, load transfer devices and placement of concrete. The inspector shall report any discrepancies to the resident engineer. b. Chief Laboratory Technician. The laboratory inspector shall have a minimum of two years of experience in the field of concrete testing and/or be a certified Laboratory technician in this field. Again the resident engineer/in- spector may serve in this position if he qualifies. How- ever, he shall not fill both positions. The chief labora- tory technician shall perform all construction tests required in the field. The technician shall report any discrepancies to the resident engineer. 2. Equipment - I£ the contractor or sponsor does not provide a laboratory at the project site, it shall be the responsibility of the consulting engineer providing the inspection services to do so. The laboratory shall be equipped to accomplish all construction tests with the exception of concrete beam or cylinder breaking. However, the site laboratory shall be equipped to cure the cylinder or beams 'for a period of three days after they have been cast. 3. Requi'r'ed Tests. a. Preliminary Tests. (1) Unless the aggregate source has been tested in the past year, the aggregate to be used in the concrete shall be tested for compliance to the specifications for soundness, gradation and abrasion. If the aggregate source has been tested and meets the specifications, the resident engineer shall obtain copies of the tests. (2) If the water to be used for the concrete is not from a potable source, then the water shall be tested in accordance with AASHTO T-26. (3) Prior to placement of any concrete, a mix design shall be made in accordance with CRD-C-3-58 method of selecting proportions for concrete mixtures in the Corps of F.nginecr's, Handbook for concrete and cement, or American Concrete Institute's Standard 211.1-70, Recocmended Practice for Selecting proportions for Normal Weight Concrete.. Stock- piled gradation of the aggregate to be used in the concrete 00 ' Y Y t 7 . shall be included in the mix design. If the aggregate does not meet the recommended limits specified in CRD-C-3-58 or ACI Standard 211.1-70, the contractor shall be notified 'immediately. b. Construction Tests. (1) Gradation - One per 500 Cu. Yds. (2) Compressive Strength. One set of two cylinders per 100 Cu. Yds. (3) Flexural Strength. Initially one set of two beams per 150 Cu. Yds. After the initial tests prove the mix satis- factorily, the frequency of tests may be extended at the Engineer's discretion to one set of beans for not more than 19000 Cu. Yds. , but at least one set per day. (4) Slump, Yield, Air Content, Etc. Four per day. (5) Surface and Grade Tolerances. Four daily. additional tests on final inspection. .(6) Results. The contractor shall be notified of all test results immediately after the tests• have been completed. D. Manufactured Materials. For manufactured items such as cement, asphalt, steel, lime, etc., the resident engineer may accept the vendor's certification that the materials meet the specifications or he may require the material to be tested for compliance to the specifications. ' APPENDIX C pP 1�1l1 CL r •r i d a L L r � '$ 41 • S O N i Aeft ai 0 0 i N �• ►-�W '7 c as o� i o. ro ti a� n c 41 c ,v c o 1b N Rt +J fO N N f.. ti O b E +�•+ + ova C C N L t/l •> > aJ V > C 44 N � Q •a •� • � > > L b N 4� d � U Q9 Ch. Cam. N C. w LA. tL CC c ATTACHMENT A (Design Phase) Estimate of Costs Category Amount 1. Direct Labor $ 4,509 (See Attachment A-1 ) 2. Overhead on Labor 1 ,659 3. General and Administrative Overhead 3,523 .4. Materials and Supplies 300 5. Travel - 6. Printing* - 7. Other Costs (Excluding Outside Services) - 8. Fixed Payment (Profit) 1 ,409 9. Other Costs (Outside Services) - 10. Estimate of Total Costs 11 ,400 11 . Total Amount Not to Exceed - (Cost Plus Fixed Fee Only) $ *Printing shall be 25 sets of pl.ans; 40 sets of specifications Estimated Construction Cost $260,000 ATTACHMENT 8 (Construction Phase) Estimate of Costs Category Amount I. Direct Labor $ 1 ,134 (See Attachment 8-1 ) 2. Overhead on Labor 417 3. General and Administrative Overhead 886 4. Materials and Supplies - 5. Travel 200 6. Printing - 7. Other Costs (Exclusing Outside Services) - 8. Fixed Payment (Profit) 363 9.. Other Costs (Outside Services - Testing & Inspection) 10,000 10. Estimate of Total Costs 13,000 11 . Total Amount Not to Exceed (Cost Plus Fixed Fee Only) $ - ATTACHMENT A-1 (Design Phase) Estimate of Salary Expenses Time Required Hourly Salary Classification* (Hours) Wage— Expense Senior Professional 4 $19.50 $ 78 Registered Professional 40 15.75 630 Professional 150 11 .75 1 ,762 Senior Technician 75 11 .50 862. Technician 96 7.61 731 , Surveyors 48 9.30 446 verage Total 413 $10.92 $4,509 *Classification to be adjusted as per consultant's workforce. ATTACHMENT B-1 (Construction Phase) Estimate of Salary Expenses Time Required Hourly Salary Classification* (Hours) Ex pens Coordination Engineer 42 $15.90 $ 668 . Senior Technician 41 11 .50 472 (Average) Total 83 $13.66 $ 1 ,134 *Classification to be adjusted as per consultant's woWorce. ATTACHMENT I , qP PAYROLL BURDEN Z FRINGE COSTS % of Direct Productive Payroll Federal Insurance Contributions- Act, Federal and State Unemployment Compensation ------------------------------ 11.28 Workmen's Compensation Insurance ------------------------- .66 Paid Holidays, Vacation, Sick Leave --------------- ----- 14.89 Bonus ------ ------------------------------------------ 2.62 Pension -------------------------------------------------- 0.00 Group Insurance ------------------------------------------ 7.35 TOTAL PAYROLL BURDEN & FRINGE COSTS 36.80% ATTACHMENT J OVERHEAD AND INDIRECT COSTS Valk % of Direct Productive Pavroll Office 'eld Taxes except Federal Income ------------------------------ .14 .14 Business Insurance, except key-man insurance, insurance including accident, liability and valuable papers -------- 1.69 1.69 Depreciation and authorization --------------------------- 4.96 2.03 Administrative, unassignable staff time, recruiting, training and education, severance, negotiating new business, and office accounting, clerical and secretarial wages and salaries --------------------------------------- 36.94' 36.94 Reproduction and printing costs -------------------------- 5.04 5.04 Office. Supplies ------------------------------------------ 2.51 1.03 Computer Costs -------------------------------------------• 2.69 . 1.10 Professional services including specialists, legal, auditing, etc. ------------------------------------------- 0.75 0.75 Employees travel expenses not assigned to clients and excluding costs outside Illinois ------------------------- 4.31 4.31 Telephone, Telegraph and Postage ------------------------- 4.78 1.96 Recruiting and relocating expense ------------------------ 2.75 2.75 Training and educational non-salary expenses ------------- 2.76 2.76 Fees, licenses, dues, publications (technical 'and professional) -------------------------------------------- .94 .94 Utilities and maintenance -------------------------------- 1.39 .57 Business space rent -------------------------------------- 5.77 3.74 Rental of Equipment -------------------------------------- .44 .18 MiscellaneousExpense ------------------------------------ .2d .28 TOTAL OVERHEAD 78.14 66.21