Loading...
HomeMy Public PortalAboutORD09883 t BILL NO. f! INTRODUCED BY COUNCILMAN ORDINANCE N0. ` AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND THE CITY CLERK TO ENTER INTO AN AGREEMENT WITH i BOOKER ASSOCIATES , INC. FOR PROFESSIONAL ENGINEERING SERVICES FOR APRON PARKING EXPANSION AT THE AIRPORT. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, 'i MISSOURI, AS FOLL0WS : �i 1. Section 1. The Mayor and Clerk of the City of Jefferson, Missouri are authorized and directed to execute a contract with Booker Associates , Inc. for professional it engineering services for apron parking expansion at the airport. ! 1 Section 2 . The contract shall be substantially the same { I in form and content as the contract attached hereto as i �I "Exhibit A" and made apart hereof. II Section 3. This ordinance shall be in full force and effect from and after its passage and approval. �I Passed — ( '�� _ Approved / Z-- ,r _f-,%2 ` C11 resVi&nt of the Puncil Mayor ATTEST : or City Clerk, l i AGREEMENT for PRC)FESSIONAL ENGINEERING SERVICES This Agreement made this _ day of i 1 _?,'�by and between the City of Jefferson City, Missouri i (hereinafter called the "City") , and Booker Associates , Inc. ;i (hereinafter called the "Consultant") . WHEREAS, the City desires to engage the Consultant to render ` certain technical and professional services hereafter described, and !; WHEREAS, the Consultant warrants that it is competent to �I ,, perform the technical or professional services hereafter described,: i and lWHEREAS, the Consultant is desirous of rendering the technical �! or professional services as hereafter described. j NOW THEREFORE, in consideration of the mutual undertakings ii therein contained, the parties agree as follows : ARTICLE I . EMPLOYMENT OF CONSULTANT. ' I ' The City hereby agrees to engage the Consultant and the j! Consultant hereby agrees to perform the services hereinafter Ildescribed. The objective of the service to be provided by the I� Consultant will be to perform required design and prepare , i construction plans and specifications and provide construction services for the proposed apron expansion at Jefferson Citv Memorial Airport. ARTICLE II . SCOPE OF WORK. The Consultant shall do, perform and carry out in a satis- factory and proper manner as determined by the City, the SCOPE OF WORK indicated in the Consultant ' s proposal attached and incorporated herein as Appendix "A. " ARTICLE III . DATA TO BE FURNISHED TO CONSULTANT. The following shall be furnished to the Consultant withou*_ i ! charge by the City: all available information regarding under- i ground utilities , all other data currently in its possession or to ! I 1which it may have access which is relevant to the project , and !jaccess to the airport property. The Director of the Deuartment llof Transportation shall be designated as the individual to be the principal point of contact to assure timely review and trans- : mission of data . �I ARTICLE IV. PERSONNEL. Section 1 . The Consultant represents that he has , or will secure at his own expense, all personnel required in performing the services under this Agreement. Such personnel shall not be employees or have any contractual relationship with the City. Section 2 . All services required hereunder will be performed ,Iby the Consultant or under his supervision, and all personnel i, engaged in the work shall be fully qualified. r Section 3. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of the City. Section 4. It is understood and agreed that the personnel indicated in the KEY PROJECT PERSONNEL of Appendix "A" will be i !- assigned to the project and will be assigned responsibility as 4 11indicated in Appendix "A." I` ARTICLE V. TIME. i� The services of the Consultant are to commence upon written !, Notice to Proceed by the City, and shall be completed within the i PROJECT SCHEDULE as outlined in Appendix "A." ARTICLE VI . COMPENSATION. j Section 1 . Compensation for the services specified in .' Appendix "A," SCOPE OF WORK, attached and incorporated by reference, H ihereto, for all expenses incurred by the Consultant in overhead, !! travel, administrative, and indirect expenses shall be on a lump 'f sum fee of Thirty-three thousand dollars ( $33 ,000) to the '! Consultant, and shall constitute full and complete compensation ;! for the Consultant ' s services indicated in Appendix "A. " I� o Section 2. A retainer of ten percent ( 10%) of the total i ; invoiced will be withheld by the City. The retainer for Control i, and Design Surveys and Contract Plans, Specifications and Cost I ; Estimates will be remitted upon approval of the plans by the City �i 'land FAA. The retainer for Construction Services will be remitted ; upon acceptance of the completed construction work. ARTICLE VII . METHOD OF PAYMENT. The City will pay Booker monthly based on the percentage of 4 i: work completed in the preceeding month and shall , in every case, i, '' be supported by a suitable invoice. -2- ARTICLE VIII . EXTRA SERVICES. If the Consultant is requested to provide Extra Services by the City, the scope of, and the fee for said services shall be submitted to the City for review and approval . No work will be performed or invoiced for until after written authorization for i the Extra Services is received from the City. i; ARTICLE IX. INDEMNIFICATION AGREEMENT. The Consultant hereby agrees and covenants that they will hold and save harmless and indemnify the City, their officers, agents, servants , and employees from liability of any nature or ;, '_rind, in connection with the work to be performed hereunder arising out of any act or omission of the Consultant or of any i I ;; employees or agent of the Consultant or any of them, or associated ; i ' with them including any persons, firm or corporation engaged by !! the Consultant to perform any work required by or in connection t. I iiwith the work required by this Agreement. j I; ARTICLE X. TERMINATION OF AGREEMENT. The City, at any time, and with or without cause, may i , terminate this Agreement as to any services not yet rendered. The !! Consultant shall have no right to terminate services under this 'j Ii Agreement without just cause. Termination by the City shall be I! by registered letter, addressed to the Consultant at the address � I �l ! set forth herein. Should this Agreement be so terminated, the Aft l ii Consultant shall receive no compensation for any services not �1performed. The City shall pay, as the full compensation to which I ii ( the Consultant shall be entitled in connection with the Agreement (i Pif termination is not the fault of the Consultant) , amounts for �( or attributable to services completely satisfactory through the date of determination, plus costs incurred in completing such reports , documents or matters as required b the City for the P � q Y Y ( termination of the work and securing the project against damage !for injury occasioned by delay or stoppage . if ARTICLE XI . TITLE VI ASSURANCES . j� During the performance of this contract , the Consultant , for II � Ilitself, its assignees and sucessors in interest agrees as follows : l , i4 Section 1. Compliance with Regulations . The Consultant shal f comply with the Regulations relative to nondiscrimination in I I iI .3- r 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 Ahk referred to as the Regulations) , which are herein incorporated by reference and made a part of this contract. Section 2. Nondiscrimination. The Consultant, with regard to the work performend 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 Consultant; (! shall not participate either directly or indirectly in the a :i ; discrimination prohibited by section 21.5 of the Regulations , ; !j ; including employment practices when the contract covers a program ( set_ forth in Appendix B of the Regulations . jlSection 3. Solicitations for Subcontracts , Including Procurements of Materials and Equipment. In all solicitations I either by competitive bidding or negotiation made by the contrac- i ,jtor for work to be performed under a subcontract, including ii j, procurements of materials or leases of equipment, each potential ? subcontractor or supplier shall be notified by the Consultant of j I Itre Consultant ' s obligations under this contract and the Regula- j' 1 �! tions relative to nondiscrimination on the grounds of race, color 11 or national origin. Section 4. Information and Reports. The Consultant shall I = provide all information 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 City or the Federal !Aviation Administration (FAA) to be pertinent to ascertain I p �1compliance with such Regulations , orders , and instructions . Where Il !!any information required of a contractor is in the exclusive it �ipossesgion of another who fails or refuses to furnish this infor- mation, the Consultant shall so certify to the City or the FAA, ' Has appropriate , and shall set forth what efforts it has made to I flobtain the information. I� Section 5. Sanctions for Noncompliance. In the event_ of the i! '!Consultant ' s noncompliance with the nondiscrimination provisions (j li -4- li I� of this contract , the City shall impose such contract sanctions as it or the FAA may determine to be appropriate , including, but not limited to -- (a) withholding of payments to the Consultant under the contract until the contractor complies , and/or (b) cancellation, termination, or suspension of the contract, in whole or in part . JI Section 6. Incorporation of Provisions. The Consultant shall include the provisions of paragraphs 1 through 5 in every sub- ;; ' contract, including procurements of materials and leases of ! equipment, unless exempt by the Regulations or directives issued ti pursuant thereto. The Consultant shall take such action with ! respect to any subcontract or procurement as the City of the FAA !! may direct as a means of enforcing such provisions including sanctions for 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 idirection, the Consultant may request the City to enter into such i I litigation to protect_ the interests of the City and, in addition, r 11 the Consultant may request_ the United States to enter into such I �1 litigation to protect the interests of the United States. ARTICLE XII . MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES. if I �I Section 1. Policy. It is the policy of the Department of 1 Transportation that minority business enterprises as defined in 49 I '! CFR Part 23 shall have the maximum opportunity to participate in ithe performance of contracts financed in whole or in par= with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this agreement. i i Section 2. 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 I� 1' contracts and subcontracts financed in whole or in part with ! Federal funds provided under this agreement. In this regard, all j contractors shall take all necessary and reasonable steps in j accordance with 49 CFR Par*_ 23 to ensure that minority business enterprises have the maximum opportunity to compete for and per- form contracts . Contractors shall not discriminate on the basis -5- i I • of race , color, national origin, or sex in the award and perfor- mance of DOT-assisted con racts . ARTICLE XIII . NONASSIGNABLILITY. The services to per performed under. this Agreement shall not be assigned, sublet , or transferred without the written approval of the City. ARTICLE. XIV. 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 General of the United ' States, or any of the duly authorized representatives shall have r access to any books , documents, papers, and records of Consultants; which are directly Pertinent to a specific grant program, for the ; purpose of making audits, examinations , excerpts , and transcrip- ,�: tions. City shall require Consultant to-maintain all required i I records for three years after the City makes final payment and all! i; mother pending matters are closed. Consultant further agrees to { !': permit monitoring by the City, its staff, and appropriate j ,, representatives and to comply with such reporting procedures as ' may be established by the City. j i ARTICLE XVI . TRAVEL. T.-.e City approves `ravel expenses for j i '' work performed under this Agreement and in connection with this ' { istudy within the State of Missouri. Any additional travel must (' have prior approval of the c,_ty to be eligible for reimbursement. { ARTICLE XVIT . COMPLIANCE WITH LAWS. 'I j The Consultant agrees to comply with all Federal , State and { IlLocal laws and ordinances applicable to the execution of the fiwork covered by this Agreement. I ARTICLE XVIT . OWNERSHIP OF DRAWINGS AND CONTRACT DOCUMENTS. Original documents , such as tracings , plans , specifications , ,I 11maps , basic survey notes and sketches, charts , computations , and ��other data prepared or obtained under the terms of the contract , ;are instruments of service and will remain the property of the j 'iConsultant . Reproducible copies of drawings and copies of other �Ipertinent data should be 'made available to the sponsor upon .:request. ARTICLE XIX. GOVERNING LAW. li !i This Agreement shall be interoreted under and governed by �{ -6- :i I� i� the laws of the State of Missouri . ARTICLE XX. DISPUTES AND REMEDIES. ® Except as this Agreement otherwise provides , all claims, counterclaims, disputes and other matters in question between the City and the Consultant arising out of or relating to this i; Agreement or the breach of it will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction ; within the State of Missouri. ARTICLE XXI . COVENANT AGAINST CONTINGENT FEES. The Consultant warrants that no person or selling agency has '' been employed or retained to solicit or secure this contract upon ± an agreement or understanding for a commission, percentage, ;' brokerage or contingent fee. excepting bona fide employees of the �jConsultant for the purpose of securing business. For breach or is �I violation of this warranty the City shall have the right to annul I I I this contract without liability or at its discretion, to deduct ± from the contract price or consideration, or otherwise recover, 11the full amount of such commission, percentage, brokerage, or ! I ;; contingent fee. tIN WITNESS WHEREOF; said parties have caused this Agreement_ �I I' to be signed by their duly authorized officers . f ii hIATTEST: City of Jefferson, Missouri ijf f II f l i City Clerk Mayor FATTEST: Booker Associates , ?nc. i , 1i . --ran'k1111 P. ,p ert, P.E. ji- ief es E. Moulder, P.E. I ; Secretary Executive Officer �I f i i� i! !f !4 APPENDIX A ' SCOPE OF I4ORK • 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 Aft 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. Review proposed apron layout and recommend revisions, if necessary, to achieve best operational functions for airport. c. Final plans to include plan and profiles , cross sections , typical sections , construction details , drainage, lighting and marking of apron, summary of quantities and miscellaneous details . These drawings will be prepared with ink and/or plastic lead on mylar drafting film and all work will be done in accordance with FAA standards . d. Final contract documents and technical specifications . e. All approvals and permits from the governmental authorities having jurisdiction over the project including the FAA. f. Attend meetings with Jefferson City and FAA as required. Appendix A Scope of Work Page two g. Obtain soil borings, testing and analysis sufficient to establish design criteria. qF h. Detailed construction cost estimate based on contract drawings. i . Prepare the Advertisement for Bids. j . Conduct a pre-bidders conference and be prepared to describe the work to interested contractors. k. Handle all requests for contract plans and documents and mail them to contractors as requested. 1. Update existing Airport Layout Plan including proposed apron and other miscellaneous changes that have been made in recent years . m. 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 construction management , testing and full-time Resident Inspection during the times that construction work is in progress as recommended by the FAA and out- lined 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 by the FAA and outlined in Appendix "B" in accordance with the contract plans and specifications. Measure, compute, or check quantities of work performed and quantitites 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 Appendix A ; Scope of Work Page three or intent of the specifications and assist in the resolution of any questions . f. 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. p. Provide semi-final inspection and furnish punch list ® of any incomplete or unsatisfactory ;.terns . 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 Built" drawings of the completed apron work. Appendix A Scope of Work Page four TO BE FURNISHED BY CONSULTANT A. All professional and technical services as required for the performance of the Scope of Work. 1� B. Thirty ( 30) copies of the final contract documents for biddin; and construction purposes. C. All soils engineering, and laboratory testing, services during both- the design and construction phases of the pro•jec- . CO^i?ENS ATION 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 Thirty-Three Thousand Dollars , ($33,000.00) in accordance with the following schedule: A. Control and Design Surveys and Contract Plans , Specifications and Cost Estimate: ® The lump sum fee of Twenty-One Thousand Dollars ($21 ,000.00) 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 Twelve Thousand Dollars ($12 ,000.00) For construction time in excess of three ( 3) calendar months , a daily fee of Two Hundred and Fifty Dollars ($250.00) will be charged. i PROJECT SCHEDULE The construction plans , contract documents and technical specifications will be ready for review by the City Director ® of Transportation and FAA on or before December 19 , 1982. • Appendix A Scope of Work Page five ® KEY PROJECT PERSONNEL Principal-in-Charge: Mr. Edmund C. Johnson Project Manager: Mr. Kenneth Mines Booker Key Project Personnel : Project Engineer: Mr. William C. Uhl , P.E. Design Engineer: Mr. Robert S. Heine, P.E. Groner & Picker Personnel : Mr. Richard S. Groner, P.E. Mr. Clayton Hill , P.E. Note: Groner & Picker personnel will be acting for Booker to provide Control and Design Surveys. They will also provide inspection services . All services provided by Groner and Picker will be under Bookers direction. Soils Investigation and Report - Booker will subcontract the test boring, soils investigation and report work to STS, Inc. • Geotechnical Engineering firm with which Booker has enjoyed • long association. y hJDT�1;PTX Z CONSULTING ENGINEER SERVICES FOR RESIDENT PROJECT ENGINEER ON PAVING PROJECTS Part I, Scope: The consulting engineer shall provide all services for inspection of the construction of AM Project No. , (Title) for the City of (or Airport Authority) , State of The airport is located miles (South, North, East, West) of the City of on Highway (Road) The project plans and specifications will become a part of this contract. Fart 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. 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 5 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. 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 con- sist of a minimum of three people comprised of a party chief/instrument man, head chairman and rear chainman. 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 chairman shall have at least 3 years experience in the field of surveying. The rear chairman 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. Otherwiselthe 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. • ® 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 matee&als 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. (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 size 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 usef 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. . __N1 4 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 AASHTO T 88-72. B. Bituminous Paving Inspection. 10 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 Inspector and two Laboratory Technicians. Ank 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 specifica- tions. In the event the contractor fails to comply with the specifications, then 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 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 ® c. i:boratory Technician - The other laboratory technician .ell have at least a working knowledge of asphaltic concrete 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 testa 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 I •' I I I • be in accordance with AS1M D 1559 or Mil. Std. 620A. A minimum of 3 asphalt contents shall be used in the mix design and the results plotted on linear graph paper. The curves shall show optimum asphalt content for Marshall Stability and Unit weight and shall span the specification limits for flow, air voids and percent voids filled with asphalt. Also included in the asphalt mix design will be the Retained Marshall Stability Results testing in accordance with Mil. Std. 620A, Method 104. d. Construction Tests. (1) Combined or Hot Bin Aggregate. Gradation, L.L., and P.I. One per each 500 tons, 1 per day minimum. -(-2) Asphalt C-entent. Twice . (3) Density and Thickness. Twice Daily. If the nuclear testing machine can be correlated with density cores, then 80% of the density tests can be made with this method. (4) Marshall Stability, Flow, Air Voids and Voids Filled Bitumen. Twice Daily. (5) Extraction. Once daily. (6) Surface and Grade Tolerances. Four daily. Additional . tests on final inspection. (7) Test Results. The resident engineer/inspector or his representative shall notify the contractor of test results within 4 hours after the material is sampled. C. Concrete Paving and Structural Concrete Inspection. 1. Personnel - The Consulting Engineer furnishing the inspection services for the project shall furnish a minimum of two people when more than 50 cubic yards of concrete are to be placed daily. When less than 50 cubic yards are to be placed, the resident engineer/inspector shall be on site during the placing, sawing and initial curing operations. The resident engineer/inspector shall inspect final curing of the concrete ire all cases. The personnel shall consist of a concrete placing inspector and a chief laboratory technician. a. Concrete Inspector - The concrete placing inspector shall have a minimum of 5 years experience in the field of concrete placement. The resident engineer/inspector 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 - If 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. Required 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 Engineer'q Handbook for concrete and cement, or American Concrete Institute's Standard 211.1-70, Recommended Practice for Selecting Proportions for Normal Weight Concrete. Stock- piled gradation of the aggregate to be used in the concrete i 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 beams for not more than 1,000 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. CHANGE Di0tibulion Iv C . ORDER OWNER • AIA UOCUMEN7 0707 ARCHITECT CONTRACTOR �i(1 IF IELD Q4 OTHER FAA PROJECT: Jefferson City Memorial Airport CHANGE ORDER NUMBER: (1 ) (name,address). Jefferson City, Missouri INITIATION DATE: January 16, 1984 TO (Contractor): F -UNITED HRB General ARCHITECT'S PROJECT NO: E-2223 Contractors, Inc. CONTRACT FOR: Apron Construction 1907 Williams AIP No. 3-29-0036-01 P. 0. Box 1214 Jefferson City, MO 65102 J CONTRACT DATE: You are directed to make the following changes in this Contract: 1. Make change to contract as indicated by attached Plan Revision No. l . • Payment adjusted as follows: Delete - Item P501-5.3, 290 SY @ $25.00/SY, totaling ($7,250) Delete - Item L110-5.1 , 160 LF @ $10.00/LF, totaling ($1 ,600) Add - Push Duct 2-2", 160 LF @ Lump Sum, totaling +$8,850 Change $ 0 2. Make change to contract as indicated by attached Plan Revision No. 2. Payment adjusted as follows: Add - EMT Conduit Installation, Lump Sum @ +$865.75 l Change $865.75 Increase Not valid until signed by both the Owner and Architect. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Timm. The original (Contract Sum) (GaaraR1eed4A x,im4iai-G9s0 was ...... .... . ................ $ 498,940.30 Net change by previously authorized Change Orders .. .......... .. . . .. . .... ... ..... .... $ 0.00 The (Contract Sum) (fr,a"teed-Maximtwn-Eest}prior to this Change Order was . ..... . ... s 498,940.30 The (Contract Sum) (aueftv*eed-Maxrrr�Cost) will be (increased) (decreased�)-(ttnchrmsed) 865.75 �- by this Change Order ... . ... . ... . ... ... .. . ..... . ..... ... .. ... . .. ..... . .... .... $ The new (Contract Sum) (F,uererheed-Mexinw wEe)*including this Change Order will be ... s 499,806.05 The Contract Time will be (increasecy-(decreased}(unchanged) by ( - ) Days. The Date of Substantial Completion as of the date of this Change Order therefore is unchanged. Authorized: Booker Associates, Inc. UNITED HRB Contr. 's , Inc. City of Jefferson A,R�;);}t. ig vegSnteeet �Y�'bY'ili f�l i ams, P.O. Box 1214 east McCarty St. Address U Addre Address St. Louis, MO 63101 Jefferson City., MO 65102 Jefferson City, MO 65101 BY By ggkx�e2 BY DATE e 7�.�' ¢- DATE DATE AIA DOCUMENT G701 0 CHANGE ORDER AI11411 19711 EDITION AIAR U 19711 THE AMERICAN INSTITUTE Of ARCHITECTS, 1735 NEW YORK AVC, NAV.%VANIIN(;T()N, D.C. ?INlrlr, G701 —1978 JEFFERSON CITY MEMORIAL AIRPORT Plan Revision NOTE - This Plan Revision is not effective until such time as a change order is issued by the Owner. E-2223 Plan Revision No: 1 AIP Project No. 3-29-0036-01, Date: /o d� Design Engineer RSH Time. /-4.' 6-7 Plan Revision Request No: Authorization: REASON FOR CHANGE To allow existing taxiways to remain open at all times. DESCRIPTION-OF CHANGE Install electrical duct by pushing as previously discussed. This will eliminate the need for pavement removal and replacement at the three locations shown on the attached Drawing #1 . Revised duct installation method shall be as follows: Install 2-2" PVC ducts in 6"inch steel sleeve, reinforce as directed, and fill sleeve with concrete. Payment shall be $8,250.00, lump sum, as previously agreed. This payment shall include duct installed to' 5' beyond each edge of pavement and installation of duct markers as shown on the plans. BID TAB REVISION Delete Item P501-5.4 - Pavement Replacement, 290 SY in its entirety. Delete Item L110-5.1 - 2-2" PVC Duct (CE) , 160 LF in its entirety. PLAN SHEET(S)REVISED Revise summary of quantities per bid tab revision above and note changes to Sheet 2 and Sheet 6 � ago s• ��� Pg. 1 of 2 54 i BLUFF RD. STATE HWY 94 • ya / �� /��rloysvC i �felo,L•t.cr",en 7*ese 4h�eee 49eas, RTE.A F ARE h CO GATE LP P�PDJECT o SIGN STAG/NG AREA HAUL RO. APR N pA sPOi� - NS/OA/ • AREA (IEFFERSON MEMORIAL AIRPORT MpkgN� O �Lu,,7 lee{/islo', /yo, M •_ CIA - • JEFFERSON CITY MEMORIAL AIRPORT Plan IRe4ision NOTE - This Plan Revision is not effective until such time as a change order is issued by the Owner. E-2223 Plan Revision No: 2 AIP Project No. 3-29-0036-01, Date: /o _7 Design Engineer RSH Time: lo 4-1 Plan Revision Request No: Jul .12,1983 Authorization: Proposal from UNITED HRB REASON FOR- CHANGE No unit price provided for installation of EMT conduit. DESCRIPTION- OF CHANGE Make change as indicated by attached UNITED HRB proposal ,as revised'. r BID TAB REVISION None - It is anticipated that an extra in the amount of $865.75 will be approved for this revision. PLAN SHEET(S) REVISED N/A Pg. 1 of 2 — vmm� ®Y`�n►`rra IJK UPOSAL Page No 01 Pages UNITED H.R.B. GENERAL CONTRACTORS, INC. 1907 Williams its P. O. Box, 1214 ,�Q� Jefferson City, Missouri 65102 y 314/635-9155 8-N-83 PROPOSAL SUBMITTED TO PHONE GATE Groner & Picker July 8, 1983 STREET JOB NAME 600 Eastland Drive Jefferson City Memorial Airport CITY,STATE AND ZIP CODE JOB LOCATION Jefferson City, Missouri 65101 Apron Expansion ARCHITECT DATE OF PLANS JOB PHONE ATTN: Dick Groner We hereby submit specifications and estimates for: We propose to install two (2) LB condulets on the face of the brickwork, ✓ drill two holes for 1" conduit, and install 140' of 11' conduit to the existing Federal Pacific Panel. Howerton Electric $ 752.83 General Contractors Overhead & Profit 112.92 $ 865.75 IYeA74,k7? eo.�Plo ;r144W11 ie f La�'I We Propose hereby to furnish material and labor —complete in accordance with above specifications, for the sum of: 'ght Hundred Sixty Five Dollars and Seventy Five Cents dollars ($ 865.75 ) nt to be made as follows: All material is guaranteed to be as specified.All work to be completed in a workmanlike manner Authorized S/ according to Standard practices.Any alteration or deviation from above specifications involving Signature (� calf$costa will be executed only upon written Orden,and will become an extra charge over and er K3.es In , P.E. above the estimate.All agreements contingent upon strikes,accidents or delays beyond our control.Owner to carry fire.tornado and other necessary insurance.Our workers are fully covered Note:This proposal may be 3 by men's Compensation Insurance. withdrawn by us if not accepted within days. Acceptance of Proposal -The above prices,specifications and conditions are satisfactory and are hereby accepted.You are authorized to do Signature the work as specified.Payment will be made as outlined above, Date of Acceptance: Signature e 7- R[4a RtulOieq rto. x nl Plan Revision • Plan Revision No: 3 Project No. E.22 Z 3 Date: 11171S Design Engineer Plan Revision Request No: . t. A• Authorization REASON FOR"CHANGE Ta Go RR/rc, -- 19L A,,, Re A 04 y rr/t..•r. DESCRIPTION-OF CHANGE cW4 4e rsr.� At^,• f o 10,4 1,r7,eiv �..� :P�z� <, .jt,trj 3 O /" !� U F T /Z!/' Tl L•C t BID TAB REVISJON. PLAN SHEET(S) REVISED ® s v cre►�.i bM. U.S Department Central Region 601 E. 12th Street Transportation Iowa,Kansas, Kansas City, Missouri 64106 of Tro i� Missouri,Nebraska Federal Aviation Administration DEPp, 0, �vspoRTArzDN FEB �a, February 15, 1984 CjT �4 ` - Y t7F JEFFERSON Mr. Martin A. Brose, P. E. Director, Dept. of Transportation 320 E. McCarty Street Jefferson City, Missouri 65101 Dear Mr. Brose: ® Jefferson City Memorial Airport Jefferson City, Missouri AIP Proj. No. 3-2970036-01 Apron Expansion We have reviewed subject change order, and find that we can approve it for federal participation. Please furnish us one copy of the executed change order for our files. Approval of this change -order should not be construed to mean an increase in federal funds over the amount specified in the grant agreement. Sincerely, ,,` r CJ��s�✓1L/ William W. Clark, P. E. State Airport Engineer (MO) 10 r,