Loading...
HWC Engineering, Inc/Eng/Adl Serv #4/192,000/Highway Run Drainage ImprovementsHWC Engineering, Inc. 'r� {, �, •.L�;' Engineering Department - 2017 Appropriation # 2016 5tonn Water Bond Fund P.O. #100125 Contract Not To Exceed $192,000.00 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 HWC Engineering, Inc. (the "Professional"), as City Contract dated Apol.6, '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 aures Brainard, Presiding Officer Rte#.. A A ATTEST; c Chis ' wle , Cle -Treas rer Date: 2hi. yt, 1S:MwracuUtufS.si k Cant;'Sw1En nrarlmtiUlMAT Ei S!Wdn ASAB4AX-..7JUM179.13 AMI HWC Engineering, Inc. Authorized Signature ht�J to Printed Name. Title FIDITIN; 3Y- /79030' Last Four of SSN if Sole Proprietor: Date: 9---3-17 City of Carmel Highway Run Drainage 1,14 sw - 0 4 HWC Engineering will provide the following services: Highway Rain Drainage Drainage improvements in the vicinity of Highway Run, include the _replacement of three (3) small structures in conjunction with stream bank stabilization measures. Improvements are assumed to take place entirely within the existing road right-of-way but include repair to a private drive as well as impacted public roadways on Walter Street and Walter Court. Storm sewer conveyance improvements are also to accommodate the collection of stormwater coming from the commercial parcel north of Walter Court. All proposed conveyance improvements are assumed to be within existing drainage and utility easements or the public right of way. Survey Obtain needed survey of project limits. This task includes the following elements: 1. Provide a topographical survey of the existing site conditions, as necessary for development of design plans. Elements to be identified will be the existing utilities; pavements; buildings, ground contours, drainage. conditions, and existing right-of-way. 2. Identify affected property owners along the limits of the project and obtain copies.of deed descriptions. 3. Establish abaseline, or route control survey line from which the:project will be developed. 4. Establish a temporary benchmark system. 5. HWC anticipates all work to be within existing City easements or right-of-way. If additional easements are required, HWC can provide these services to the City of Carmel; however,. the time and effort has not been included in the current,fee proposal.. A supplement for additional services would be required if ,new easements are required as part of the design and construction of the proposed project. Utility Coordination Coordinate with all impacted utilities during project development. Work shall include the following tasks: 1. Identify all impacted utilities within proposed project limits. 2. Request utility locates prior to survey of project. 3. Issue preliminary plans to utilities to confirm locates shown on. plans are correct. 4. Coordinate with all utilities prior to preparation of preliminary plans, to avoid any expensive conflicts.within expected construction limits. 5. .Invite.all utilities to participate in preliminary field check. 6. Following field check, distribute preliminary construction schedule. 7. Prepare written documentation of required utility relocations. 8. Review utility relocation plans to confirm the plans will work within roadway design. 9. Issue written utility notice to proceed with relocation efforts. 10. Provide each utility copies of final design plans and project schedule at least 30 days prior to letting. Plan Development 'Prepare Preliminary Field Check plans. (50% complete), including the following items: 1. Plan sheets,, including title sheet, general notes, detail sheets and cross sections 2. Prepare Hydraulic calculations. 3. Preliminarily size storm sewer system, if required. 4. Prepare layout and general plan sheets for small structures, as required. 5. Conduct preliminary field check on site. Prepare Final Review plans (95% complete),. including the following: 1. Finalize Title sheet 2. Complete plan/profile sheets 3. Prepare structure data table 4. Complete cross, sections 5. Assemble Specifications and Contract Book 6. Apply for necessary Permits: (IDEM 401, IDEM Rule 5, ACOE 404) a. 401 and 404 permits assumed to be Regional General Permits and not. requiring an individual permit. If an individual permit is required, permit application and submittal is included .in scope; however, effort to'provide a mitigation/monitoring plan or locating an offsite mitigation site has not been included in the submitted fee schedule. 7. Finalize all quantities .f f ate- a 3^^ ` 8 C8-�z City of Carmel Highway Run Drainage 8. Prepare final cost estimate Once City has reviewed and approved the final review plans, HWC will prepare the final bid documents to be bid as one project. Bidding Process HWC will assist the City in thebidding process, including bid solicitation, bid opening and processing of required contractual documents. Our scope for the project bidding assumes one bid opening for the project. If no bids are received for any of the bid lettings, or the City desires to re -bid any portion of the project, a supplement will be required for this extra work. HWC work elements will consist of the following: 1. Distribute plan and bid documents to contractors and bid/plan agencies. 2. HWC will attend and oversee a pre-bid meeting as well as a public bid opening. 3. Solicit bids from contractors. Work includes bid packet and any necessary addendum distribution as well as coordination of all bid related documents with the City. Construction Administration HWC will assist the City in the construction administration and contractor oversite once a contract has been awarded to a selected contractor. HWC work elements will consist of the following: 1. Attend initial project kickoff, pre -construction meeting. 2. Provide shop drawing review and approvals. 3. Receive and respond to any RFIs. Construction Inspection HWC will provide full time construction observation to monitor the contractor's workmanship and general compliance with the project plans and specifications. FEES,CHEDULE HWC shall provide the each of the services described above for a fee schedule, as follows: Work element Fee structure Fee 1. Survey Lump Sum $ 12,000 2. Plans, Specifications & Estimate Lump Sum $ 76,000 3. Geotechnical Investigation Hourly; not to exceed $ 6,000 4. Utility Coordination Hourly, not to exceed $ 8,000 5. Bidding Process Lump Sum per Bidding $ 8,500 6. Construction Administration Hourly, not to exceed $ 7,500 7. Construction Inspection Hourly, not to exceed $ 74,000 SUBTOTAL (Highway Run Drainage Improvements) $192,000 SCHEDULE Upon Notice to Proceed, survey is expected to take 60 days to complete. Plans, Specifications & Estimate to be completed within 150 days from Notice to Proceed. Project will be bid as soon as permits and any R/W are obtained and subject to the approval and scheduling of the City. La gue irT 2 of Z ®jr Carmel lCity- INDIANA RETAIL TAX EXEMPT CERTIFICATE NO.003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER JjL FEDERAL EXCISE TAX EXEMPT 100125 ! ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SUPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 SHIPPING LABELS ANDANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 1/31/2017 366795 Project 16 -SW -04; Contract Date 04.15.15 H W C ENGINEERING City Engineering's Office VENDOR 601 SOUTH 3RD ST SHIP 1 Civic Square TO Carmel, IN 46032- TERRE HAUTE, IN 47807 - Kate Lustig PURCHASEID BLANKET CONTRACT PAYMENTTERMS FREIGHT 12369 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund. 0 2016 Storm Water Bond Account: 94-650.04 1 Each ASA 4 - Highway Run Drainage Improvements Send Invoice To: ��h'•' Y' Jill Newport CrossRoad Engineers, P.C. ,r 3417 Sherman Drive Beech Grove, IN 46107• 4 a' G.O./Storm Water Bonds PLEASE INVOICE IN DUPLICATE $192,000.00 $192,000.00 Sub Total $192,000.00 DEPARTMENT I ACCOUNT I PROJECT PROJECTACCOUNT AMOUNT PAYMENT $192,000.00 SHIPPING INSTRUCTIONS ' 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 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE [SAN UNOBUGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER '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. ORDERED BY — Jeremy Kashman Douglas. Haney TITLE Director Corporation Counsel CONTROL NO. 100125 CLERK -TREASURER c 'u Send Invoice To: ��h'•' Y' Jill Newport CrossRoad Engineers, P.C. ,r 3417 Sherman Drive Beech Grove, IN 46107• 4 a' G.O./Storm Water Bonds PLEASE INVOICE IN DUPLICATE $192,000.00 $192,000.00 Sub Total $192,000.00 DEPARTMENT I ACCOUNT I PROJECT PROJECTACCOUNT AMOUNT PAYMENT $192,000.00 SHIPPING INSTRUCTIONS ' 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 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE [SAN UNOBUGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER '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. ORDERED BY — Jeremy Kashman Douglas. Haney TITLE Director Corporation Counsel CONTROL NO. 100125 CLERK -TREASURER