Loading...
CrossRoad Engineers, P.C./Eng/525,000/Adl Serv #18/Duke Energy Relocation Plans – Preliminary Engineering ServicesCrossRoad Engineers, P.C. Engineering Department - 2017 < a i! Appropriation # 94-650.04, COIT Bond Fund P.O. #100059 Contract Not To Exceed $525,000.00' ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") entered into by and between the City of Carmel and CrossRoad Engineers, P.C. (the "Professional'), as City Contract dated March 16, 2016 shall amend the terms of the Agreement by adding the additional services to be provided by Professional consistent with the Scope of Work attached^hereto and incorporated herein as Exhibit "A". The terms and conditions of the Agreement shall not otherwise be affected by this; Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: Zk�l /�Z_ //James Brainard, Presiding Officer -2__ , Mary Ann Date: Lori S.atson, : m e Date: � ATTEST: U'�144fiqz� C7 Christin au Cl CIS -Treas rer Date: o? / / /! - lS:YS.4n,UUYd.S.aA(;.d.!in Uw.Ri—infCn17vih.dEnrimv.,%SA-I6.kr.111RA1117141AZAN1I CrossRoad Engineers, P.C. By: q2j � ?V Authorized Signature Printed Name re's' J.et - Title FibrrlN: 3S-1%3-331 Last Four of,SSN if Sole Proprietor: / Date: 01 123 1201 77 December 30, 2016 Mr. Jeremy Kashman, P.E. City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 Re: Duke Energy Relocation Plans Preliminary Engineering Services Fee Proposal Dear Jeremy: Based on our conversations with you, our current knowledge of the project areas, and communications with various other involved entities, we have prepared this fee proposal for your review. This proposal addresses areas that will be affected by Duke Energy burying its facilities. Some of the areas will require total road construction while the rest will just involve pavement restoration along with the construction of the Duke Energy conduits, vaults, etc. Total Construction/Reconstruction Segments (3,850 Ift): • 1St Street NW — beginning 200 feet east of 1St Avenue NW going west to 1St Avenue NW • 1St Avenue NW — from 1St Street NW going south 350 feet to Main Street • 1St Avenue SW — from Main Street going south 2,100 feet to future 6th Street SW • Future 6th Street SW — from 3rd Ave SW going east 1200 feet to Rangeline Road Pavement Restoration Segments (3,300 Ift): • Monon —from future 6th Street SW going south 800 feet to City Center Drive • Veteran's Way — from the north end going south 1,500 feet to the curve at the south end • Veteran's Way Extension from the south end curve south 1,000 feet to Carmel Drive (through the Proscenium Development) All of these projects will be developed simultaneously and let in a single bid contract. These projects will be locally funded through the 2016 COIT Bond. Following is a Scope of Professional Services and Proposed Fees for your review. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L. S. President Eey I N 3417 Sherman Drive 0 Beech Grove, Indiana 46107 0 Tel 317.780.1555 ■ Fax 317.780.6525 DUKE ENERGY RELOCATION PLANS CrossRoad Engineers, PC SCOPE OF PROFESSIONAL SERVICES 1. Topographic Survey For some of the project areas, the topographic survey has been performed by others. This task will include field verification of the survey data provided. However, full topographic survey will be required in the project areas not otherwise provided, which includes future 6th Street from 3rd Avenue SW to Rangeline Road. This work will generally follow INDOT procedures and will include locating (horizontally & vertically) all necessary features in the field such as edges of pavement, existing drainage structures and patterns, utilities, buildings, signs, etc. 2. Preliminary Road Design Preliminary road design and construction plans for the total reconstruction segments will be prepared in accordance with the City of Carmel's standards, guidelines and directions, and using INDOT standards where applicable. CrossRoad Engineers will submit plans to the City Engineer for review at the following milestones: • Preliminary Plans (Approximately 45% complete) 3. , Final Road Design Final road design and construction plans,for the total reconstruction segments as well as the pavement restoration segments will be prepared in accordance with the City of Carmel's standards, guidelines and directions, and using INDOT standards where applicable. For the total reconstruction segments, this task will be a continuation of the development of the Field Check Plans discussed in Task 2, including the layout design provided by Duke Energy for the burying of its facilities. For the pavement restoration segments, the Final Plans will be prepared using survey data and layout design provided by Duke Energy. CrossRoad Engineers will utilize that provided information and prepare plans that include details, grades, pavement restoration details, quantities, and special provisions. CrossRoad Engineers will submit plans to the City Engineer for review at the following milestone: • Field Check Plans (Approximately 70% complete) • Final Check Plans (Approximately 90% complete) Neither holding a public information meeting nor preparing landscaping design plans is included, but maintenance of traffic is. Geotechnical services and pavement design are not anticipated to be required and, therefore, are not included. 2of q 4. Lighting Design Preparation of lighting plans is included for the total reconstruction segments. These plans will document the roadway geometry, the location of the service points (indicating voltage being supplied), location of the poles, the orientation of the luminaires; the light source type and luminaire wattage, as well as any underground wiring, conduit, handholes, and cable duct markers that are needed. Where possible, existing light facilities will be utilized in this design. 5. Utility Coordination Coordination with representatives from each of the utility companies having facilities within the total reconstruction segments as well as the pavement restoration segments project areas will be included in this task. CrossRoad Engineers will communicate any relocation of facilities that may be needed and then review the relocation plans that the utility companies prepare., We will review any reimbursable claims by the utility companies and coordinate as necessary. This task does not include work associated with field locating the vertical depth of any utilities ("potholing"). This work will be in general accordance with INDOT policy and procedures currently in effect. However, this scope only addresses utility coordination through the design process. Utility coordination services during the construction phase will be provided as needed on an hourly basis. 6. Permit Applications These project segments will likely require the disturbance of more than one acre of land. Therefore, an IDEM Rule 5 permit will be required to cover both project types. SWPPP Plans will be prepared for the total reconstruction segments as well as for the pavement restoration segments. 7. Bid Documents and Bidding Phase Following the City Engineer's approval of Final Check Plans, final bid documents will be prepared, including construction plans, project specifications andfinal engineer's estimate. Bidding documents will be prepared using "front end" information and documents provided by the City. A CrossRoad Engineers representative will also attend and prepare agendas and minutes for the pre-bid, bid opening and the pre -construction meetings. 8. Coordination / Communication with Other Entities During the development of these project segments, an unusually large amount of coordination and communication with be required with Duke Energy' as well as other public and private utilities which will be required to relocate. In addition, there will be considerable coordination with the various private developments that are involved in the project corridor and the other City of Carmel projects. EXH I U ff -A . -�� crc� PROPOSED FEES Task Description Total Construction/Re- construction Segments Pavement Restoration Segments 1. Topographic Survey $30,000 $15,000 2. Preliminary Road Design 90,000 N/A 3. Final Road Design 120,000 85,000 4. Lighting Design 30,000 N/A 5. Utility Coordination 45,000 25,000 6. Permit App lications,(includes SWPPP) 30,000 (1) 7. Bid Docs and Bidding Phase 15,000 (1) 8. Coord/Comm w/ Other Entities 25,000 15,000 SUBTOTALS $385,000 $140,000 CONTRACT TOTAL $525,000 (1) Included within the fee for Total Construction/Reconstruction Segments. v Cty� of Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE N0.003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 100059 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 1/11/2017 068025 Project 17 -ENG -01; Contract Date 03.16.16 CROSSROAD ENGINEERS, PC City Engineering's Office VENDOR. 3417 S SHERMAN DR SHIP 1 Civic Square TO Carmel, IN 46032 - BEECH GROVE, IN 46107 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENTTERMS FREIGHT 11879 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund.0 Account: 94-650.04 1 Each Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond I DEPARTMENT COIT Bond Fund ASA 18 - Duke Energy Relocation Plans - Preliminary Engineering x u PLEASE INVOICE. IN DUPLICATE $525,000.00 Sub Total $525,000.00 $525,000.00 ACCOUNT I PROJECT I PROJECTACCOUNT I AMOUNT PAYMENT $525,000.00 ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. ORDERED BY Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel SHIPPING INSTRUCTIONS *SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. CONTROL N0. 100059 CLERK -TREASURER