Loading...
HomeMy WebLinkAboutJTL Construction Inspection on Market and Chippewa City of Jeffersonville Government Contract Coversheet Please note: All information MUST be completely filled out and submitted to Clerk's Office within 48 hrs of execution. Date Submitted to Clerk: 3/22/2024 Department: Wastewater Vendor Name: Jacobi Toombs & Lanz (JTL) Sign Date: 3/21/2024 Ending Date: 8/31/2024 Amount of Original Contract: $100,000 Is this an amendment or change order to original contract? Amended Contract Amount: Purpose: Construction Inspection on Market Street and Chippewa Drive Sewer Replacement For Clerk's Office to fill out Date uploaded to Gateway: a/ay ATTACHMENT B: WORK ORDER FORM WORK ORDER NO. 2024-3 CHIPPEWA DRIVE AND MARKET STREET SANITARY SEWER REPLACEMENTS CONSTRUCTION ADMINISTRATION AND INSPECTION Date: iZI/ZoZ¢ In accordance with the General Services Agreement between the City of Jeffersonville, Indiana, acting thru its duly appointed Sewer Board (OWNER), and Jacobi, Toombs and Lanz, Inc. (CONSULTANT), dated 04/01/2010, this WORK ORDER is the written authorization to the CONSULTANT to provide the work described herein, in accordance with the attached schedule, and fees Work: The Work shall be as described in Section A of this Work Order. CONSULTANT shall furnish all labor, materials, supplies, equipment, supervision and services necessary for and incident to the performance of the Work. CONSULTANT represents that it has thoroughly reviewed the Work and the General Services Agreement and that it accepts the Work and the conditions under which the Work is to be performed. Schedule: The Schedule shall be set forth in Section B of this Work Order. CONSULTANT represents that the Schedule is reasonable and achievable. Payment Terms: Payments to the CONSULTANT shall be as described in Section C of this Work Order. Terms and Conditions. The terms and conditions of the General Services Agreement referenced above shall apply to this Work Order. This Work Order also incorporates, in Section D, all the terms and conditions required to be included in it by the General Services Agreement. OWNER: CONSULTANT: Jeffersonville Sewer Board Jacobi, Toombs, and Lanz, Inc. Jeffersonville, Indiana 1829 E. Spring Street 500 Quartermaster C rt New Albany, IN 47150 Jeffersonville, Indiana 7130 (812) 945-9585 (812) 285-6400 Micha2G C. ifarns' By By Michael C.Harris(Mar 11,2024 08:22 EDT) Mayor Mik, Moore, Presid t Michael C. Harris, P.E. President barb By _• ems. _ � ��c-Z WitnesSJosh Darby(Mar 11,2624 13:22 EDT) Dale L. Orem. Member Josh Darby, P.E. Construction Services Team Leader By William A. Saeges a P.E., P.L.S., Member WORK ORDER NO. 2024-3 SECTION A — DESCRIPTION OF THE WORK Jacobi, Toombs and Lanz, Inc. (JTL) shall provide Professional Engineering services for the project described as follows: Full Time Construction Administration and Inspection services for the Chippewa Drive and Market Street Sanitary Sewer Replacements Project. These services will include: • Provide a full time Owner's Resident Project Representative (Inspector)who will remain on-site to observe the Contractor's Construction Activities to ensure that all items are being performed and constructed in accordance with the contract documents. Inspector will prepare and submit Daily Inspection Reports and Weekly Inspection Summaries to document the work. Inspector will also measure installed quantities of all pay items for tracking and progress payment. • Review and approve or take other appropriate action in respect to Shop Drawings, Samples and other data that Contractor is required to submit to Owner with respect to Work designed or specified by the Engineer, but only for conformance with the information given in the contract documents and compatibility with the design concept of the completed project as a functioning whole as indicated by the contract documents. Such reviews and approvals or other action shall not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto. Engineer shall meet any Contractor's submittal schedule that the Owner has accepted. • Make recommendations to Owner concerning special inspections or tests of the work as deemed reasonably necessary, and receive and review all certificates of inspections, tests, and approvals required by the contract documents. Engineer's review of such certificates will be for the purpose of determining that the results certified indicate compliance with the contract documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests. or approvals comply with the requirements of the contract documents. Engineer and Owner shall be entitled to rely on such inspections, tests and approvals. • Assist Owner in review of Pay Applications and the accompanying supporting documentation. Assist Owner in determining the amounts that Owner will recommend that Owner pay to Contractor. • Assist Owner in conducting a final visit to the site to determine if the completed work is acceptable so that Engineer may recommend to Owner, in writing, that final payment by made to Contractor with respect to such work. • Engineer shall not be responsible for the acts or omissions of any Contractor, Subcontractor. Supplier or of any other individuals or entities performing or furnishing any of the work, for safety or security at the Site. or for safety precautions or programs incident to the work. during the construction phase or otherwise. Engineer shall not be responsible for failure of any Contractor to perform or furnish the Work in accordance with the contract documents. • Engineer shall not be responsible or held liable for failure of any Contractor, Subcontractor, Utility Company or any other entity performing work related to this project, to perform or furnish the Work in accordance with the Contract Documents or any schedules set forth within or outside those documents. SECTION B — SCHEDULE The construction period for the Chippewa Drive and Market Street Sanitary Sewer Replacements project has been defined as 120 calendar days. SECTION C — PAYMENT TERMS Payment to the CONSULTANT for Construction Administration and Inspection Services shall be on a time and materials basis, based on the JTL hourly billing rates current at the time that work is completed, for a fixed, not to exceed sum of $100,000.00. The JTL 2024 hourly billing rates are being attached for reference. The CONSULTANT may submit monthly invoices for payment for work completed to date. Exceeding Estimated Fees: The estimated total fees shown herein are based on the description of work described in this agreement. The CONSULTANT reserves the right to request an adjustment to the estimated total fees, if necessary, as a result of scope changes or schedule adjustments that are outside the CONSULTANT'S control. JACOBI, TOOMBS AND LANZ, INC. 2024 HOURLY BILLING RATES STANDARD HOURLY BILLING CODE CLASSIFICATION RATE* PR2 PRINCIPAL- PRESIDENT $225 PR1 PRINCIPAL-VICE PRESIDENT $210 PM3 PROJECT MANAGER III $170 PM2 PROJECT MANAGER II $155 PM1 PROJECT MANAGER I $145 DL DISCIPLINE LEADER $230 E6 ENGINEER VI $190 E5 ENGINEER V (PE) $175 E4 ENGINEER IV (PE) $160 E3 ENGINEER III (PE) $145 E2 ENGINEER II (PE) $130 El ENGINEER I (PE) $115 ET4 ENGINEERING TECH IV (EIT) $100 ET3 ENGINEERING TECH III (EIT) $90 ET2 ENGINEERING TECH II $80 ET1 ENGINEERING TECH I $70 CT3 CAD TECH III $110 CT2 CAD TECH II $95 CT1 CAD TECH I $80 LS2 LAND SURVEYOR II (LS) $130 LS1 LAND SURVEYOR I (LS) $120 SC SURVEY CHIEF $95 ST2 SURVEY TECHNICIAN II $85 ST1 SURVEY TECHNICIAN I $75 RCM RESIDENT CONSTRUCTION MANAGER $130 RP RESIDENT CONSTRUCTION REPRESENTATIVE $115 RI RESIDENT INSPECTOR $100 CL CLERICAL $75 PL3 PLAN REVIEWER III $120 PL2 PLAN REVIEWER II $105 PL1 PLAN REVIEW I $90 GPS GPS $50 RTS ROBOTIC TOTAL STATION EQUIPMENT $50 EXP MILEAGE: PER MILE Current federal mileage rate *Overtime will be charged at 1.25 times the standard billing rate. **Serving as an expert witness in legal proceedings will be charged at 2 times the standard billing rate. These rates may be adjusted on an annual basis as required by economic factors at the discretion of Jacobi. Toombs and Lanz. Inc. JACOBI, TOOMBS AND ENGINEERING FEE JUSTIFICATION LANZ, INC. PROJECT NO.: 23076i DESCRIPTION: Chippewa Dr & Market St Sanitary Sewer Replacements Jeffersonville Sewer Board PERSONHOURS BY CLASSIFICATION TOTAL TOTAL DESCRIPTION PM II RCM Regular HOURS DOLLARS (Darby) (Marling) /TASK /TASK 0 $ - Full-Time Inspection 640 640 $ 83,200.00 0 $ - Project Management/Coordination, Shop Drawing Reviews, Pay Applications, Progress Meetings, RFIs,Site Observation,etc. 128 128 $ 19,840.00 O $ - 0 $ - 0 $ - O $ - 0 $ - 0 $ - TOTAL HOURS 0 128 0 640 0 0 0 0 768 $ 103,040.00 STANDARD HOURLY RATE $ 155.00 $ 130.00 TOTAL COSTS $ - $19,840.00 $ - $ 83.200.00 $ - $ - $ - $ - $103,040.00 TOTAL FEE: I $103,040.00 Y:\Shared\JTL\Projects\Active\23076-Market Street and Chippewa Drive Sanitary Sewer Replacemer SRn p b 3076-Inspection Personhour Justification