Loading...
DLZ Indiana, LLC/Eng/Adl Serv #3/242,043.70/Main Street and Gray Road and Gray Road Multi-Use Trail – Construction InspectionDLZ lndiana,.LLC Engineering Department - 2017 Appropriation # 2016 COIT Bond Fund P.O. #100531 Contract Not To Exceed $242,043.70 �QROV� 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 DLZ Indiana, LLC (the "Professional"), as City Contract dated March 31, 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: aures Brainard Presi ingOffic Date: Ma An urke; Meer� � Date: // Lori S. Watso , er Date: r7 161 A ES Christine Pauley, C efk-Treasurer Date: jS'.Z141nnsVtNS­RG—J, SvcalCnrinmin5\-'OIRUIZ Indiana. LLCASA kl.Joc.6P9/36172.561-M) DLZ Indiana, LLC By' Authoriz d Signatur Gary K. Fisk, P.E. Printed Name Vice President Title FID/TIN: 31-1741713 Last Four of SSN if Sole Proprietor: Date: July 10, 2017 EXHIBIT "A" SERVICES TO BE FURNISHED BY PROFESSIONAL: In fulfillment of this Contract, the PROFESSIONAL shall comply with the requirements of the appropriate regulations and requirements of the City of Carmel, Indiana. The PROFESSIONAL shall be responsible for performing the following activities for the Construction Observation of the Main Street and Gray Road Roundabout, Multi -Use Trail along W. Side Gray Rd. from N. of 116th to S. of 136th St. Project Numbers 16 -ENG -55 & 16 -ENG -97: Services by PROFESSIONAL A. Engineering Personnel For the fulfillment of all services outlined in Section B below, the PROFESSIONAL will provide one (1) fulltime Resident Project Representative, Construction Observer(s), Inspectors and clerical personnel as required for a period of time necessary to complete the construction project and final construction report. The qualifications and experiences of personnel provided by the PROFESSIONAL are subject to approval by the CITY and no personnel will be assigned to the project until CITY approval is obtained. The fulltime Resident Project Representative will take directions from and report to the CITY's Representative on all matters concerning contract compliance and administration. The fulltime Resident Project Representative will coordinate project activities with the City's Project Coordinator. - B. Description of Services 1. Construction Schedule: Review the construction schedule prepared by the Contractor for compliance with the Contract, and give to the CITY detailed documentation concerning its acceptability. 2. Conferences: Attend pre -construction conferences as directed by the CITY, arrange a schedule of progress meetings, and such other job conferences as required for the timely and acceptable conduct of the job, and submit such scheduled prepared, to the CITY for notification to those who are expected to attend. Record for the CITY, as directed, minutes of such meetings. The PROFESSIONAL shall be available for conferences as requested by the CITY to review working details of the project. The CITY may review and inspect the activities whenever desired during the life of the Agreement. 3. Liaison: Serve as the CITY's liaison with the contractor, working principally through the Contractor's field superintendent or such other person in authority as designated by the Contractor. Acting in liaison capacity, the fulltime Resident Project Representative shall be thoroughly familiar with the plans and specifications applicable to the project to monitor that all provisions therein are complied with. Any deviation observed shall be reported to the CITY by the fulltime Resident Project Representative. 4. Cooperate with the CITY in dealing with the various Federal, State and Local Agencies having jurisdiction over the project. 5. Assist the CITY in obtaining from the Contractor a list of his proposed suppliers and sub- contractors. 6. Assist the CITY in obtaining from the Contractor additional details or information when needed at the job site for proper execution of work. A •pCHIBIT __ io(7 7. Equipment — Furnish all equipment necessary to sample and test materials in accordance with required procedures. 8. Samples — Obtain field samples of materials delivered to the site as required and deliver such samples to the appropriate laboratory office. 9. Shop Drawings: a. Receive shop drawings and falsework drawings. Check for completeness and then forward to CITY personnel for approval. b. Review approved shop and falsework drawings, specifications and other submissions, record receipt of this data, maintain a file of all drawings and submissions, and check construction for compliance in accordance with the Contract Documents. c. Alert the Contractor's field superintendent when it is observed that materials or equipment are being or about to be used or installed before approval of shop drawings or samples, where such are required, and advise the CITY when he believes it is necessary to disapprove work as failing to conform to the Contract Documents. 10. Review of Work, Inspection and Tests: a. Conduct on-site inspections for the CITY of the work in progress as a basis for determining that the project is proceeding in accordance with the Contract Documents. b. Provide on-site acceptance testing of materials in the manner and extent prescribed by the CITY and in accordance with current accepted practices. c. Accompany visiting inspectors, representing Local, State or Federal Agencies having jurisdiction over the project, and report details of such inspection to the CITY. d. Verify that required testing has been accomplished. 11. Modification: Consider and evaluate the Contractor's suggestions for modifications in drawings and/or specifications and report them with recommendations to the CITY. 12. Records: a. Prepare and maintain at the job site orderly files of correspondence, reports of job conferences, shop drawings and other submissions, reproductions of original Contract Documents, including all addenda, change orders and additional drawings subsequent to the award of the Contract, progress reports and other project related documents. b. Keep a diary or log book, recording hours on the job site, weather conditions, list of visiting officials, decisions, general observations, and specific observations with regard to test procedures. Upon request, furnish copies of such a diary or log book to the CITY. c. Maintain for the CITY, a record of names, addresses and telephone numbers of all sub- contractors and major material suppliers. d. Maintain a set of drawings on which authorized changes are noted, and deliver to the CITY upon request, but in any event at the completion of the project. e. Prepare the Final Construction Record and Final Estimate as required by the INDOT and the CITY. 13. Reports: Furnish to the CITY at periodic intervals, as required, progress reports of the project, including the Contractor's compliance with the approved construction schedule. 14. Progress Estimates: Prepare progress estimates for periodic partial payments to the Contractor and deliver to the CITY for review and processing. The payments to the "EXHIBrr 260 Contractor will be based on estimates of the value of work performed and materials complete in place in accordance with the contract. 15. Project Responsibility: The Resident Project Representative will be. responsible for the documentation of pay quantities and estimates, and the maintenance of appropriate records related to the construction of this project. 16. Work Schedule and Suspension: The PROFESSIONAL'S staff will be required to regulate their work week to conform to the contractor's hours in accordance with the directions of the CITY. If work on the construction project is suspended and all matters concerning contract compliance and administration are complete, the services of the PROFESSIONAL may also be suspended without cost to the project. 17. Contract Administration: The PROFESSIONAL will administer the contract in accordance with CITY'S procedures. 18. Conflict of Interest: The PROFESSIONAL acknowledges and agrees that the PROFESSIONAL, a firm associated with the PROFESSIONAL or an individual associated with the PROFESSIONAL cannot accept or perform any work (including but not limited to construction engineering, production staking, falsework drawings, shop drawings) for the contractor, material supplier of the contractor or for any of the contractor's subcontractors on this project. For purposes of this section a firm is associated with the PROFESSIONAL if the firm and PROFESSIONAL have a common director, common officer or a common owner. For purposes of this section an individual is associated with the PROFESSIONAL if the individual is an employee of the PROFESSIONAL or an employee of a firm associated with the PROFESSIONAL. For purposes of this section the following definitions shall be used: Director — Any member of the board of directors of a corporation. Officer — The president, secretary, treasurer, or such other officers as may be prescribed by the corporation's bylaws. Owner — A sole proprietor, any partner in a partnership, or any shareholder of a corporation. INFORMATION AND SERVICES TO BE FURNISHED BY THE CITY: A. The CITY shall furnish the PROFESSIONAL with the following: 1. CITY shall designate an employee as Project Coordinator to coordinate activities between PROFESSIONAL, and CITY. 2. Assistance to the PROFESSIONAL by placing at his or her disposal all available information pertinent to the project including but not limited to: The Standard Specifications and Standard Drawings applicable to the project; All written views pertinent to the location and environmental studies that are received; necessary permit forms and permit processing (US Army Corps of Engineers, US Coast Guard, and/or Indiana Department of Natural Resources). SCHEDULE: No work under this Contract shall be performed by the PROFESSIONAL until the PROFESSIONAL receives a written notice to proceed from the CITY. All work by the PROFESSIONAL under this Contract shall be completed and delivered to the CITY for review and approval within the approximate time periods shown in the following submission schedule: "EXHIBIT • 3 ��7 The PROFESSIONAL will be prepared to begin the work under this Agreement within five (5) days after a letter of notification to proceed is received from the CITY. The PROFESSIONAL shall conform to the below listed items: 1. Pre -Construction Minutes written and distributed for concurrence, five (5) days after the Pre - Construction Meeting is held 2. Final Construction Records to the CITY within forty-five (45) days after pre -final inspection has been held 3. Amended Final Construction Record as necessary to meet the requirements for Tree Plantings and Notice of Termination within ten (10) days of Tree Planting acceptance or Notice of Termination filing. 4. Based on the letting date in July 2017 and the proposed scope of work of the project, the estimated construction completion date is November 30, 2017. COMPENSATION: A. Amount of Payment 1. The PROFESSIONAL shall receive as payment for the work performed under this Contract the total amount not to exceed $242,043.70 unless a supplement is executed by the parties that increases the maximum amount payable. 2. The PROFESSIONAL will be paid for the actual hours of work performed exclusively on this Contract in accordance with the negotiated hourly billing rates per classification: Labor Classification 2017 Billable Rate Senior Project Manager $185.00 Construction Observer Manager $125.00 Construction Observer $100.00 Clerical $65.00 3. For those services performed by the PROFESSIONAL, the PROFESSIONAL will be reimbursed the direct non -salary costs (the actual cost of such out-of-pocket expenses directly attributable to the Contract, such as fares, mileage, long distance calls, equipment rentals, reproductions, etc.) as approved by CITY 4. For those services performed by other than the PROFESSIONAL, the PROFESSIONAL will be reimbursed for the actual invoice plus 20% for the services performed by other than the PROFESSIONAL, provided that each such claim voucher shall be subject to approval as reasonable by the CITY prior to any reimbursement therefore. "EXHIBIT ' `/ 6 5. The Project Representatives and/or Observers shall be on the construction site whenever the Contractor is engaged in any activity requiring inspection or testing concurrent with the construction or activity. In order for the contractor to comply with the Contract Plans and Specifications and complete the work within the time required, it is often necessary for the Contractor to work more than an 8 -hour day and more than a 5 -day week. This in turn may require the Resident Project Representative and Observers to work over 40 hours per week. The PROFESSIONAL shall not bill for overtime for any individual until 40 hours have been worked on the Contract for the week by that individual. Holiday hours not worked on the Contract do not apply to the 40 -hour week total. B. Method of Payment 1. The PROFESSIONAL may submit a maximum of one invoice per calendar month for work covered under this Contract. The claim vouchers shall be submitted to: City of Carmel Department of Engineering One Civic Square Carmel, IN 46032 ATTN: Mr. Jeremy Kashman, PE 2. The invoice shall represent the value to the CITY (CITY) of the partially completed work as of the date of the invoice. When submitting an invoice, the PROFESSIONAL shall furnish a copy of records showing the individuals who worked on this Contract during the month, their classification, the number of hours worked since the last invoice was submitted, and the hourly rate. 3. If the CITY does.not agree with the amount claimed by the PROFESSIONAL on a claim voucher, the CITY will send the PROFESSIONAL a letter by regular mail and list the differences between actual and claimed progress. 4. If, prior to the satisfactory completion of the services under this Contract, the total of the direct and indirect costs incurred by the PROFESSIONAL is within ten percent (10%) of the maximum amount payable, the PROFESSIONAL shall notify CITY and the status will be evaluated. "EXHIBIT /\ ` Fee Proposal Main Street and Gray Road and Trail along Gray Projects 16 -ENG -55 and 16 -ENG -97 Manhours & Rates 2017 Total Negotiated Rates 2:, •`°, Z• LL a _ —', �, a •° Q tin o O > z o Name Classification Hourly Rate Number of Estimated Manhours Michael Smith, DLZ Construction Observer Manager $125.00 80 250 220 200 120 870 $108,750.00 Tom Stoffl, DLZ Senior Project Manager $185.00 01 1 81 20 201 - 16 8 72 $13,320.00 Construction Observer, DLZ Construction Observer $100.00 160 250 220 200 120 950 $95,000.00 PT Construction Observer, DLZ Construction Observer $100.00 01 80 80 80 0 240 $24,000.00 Total. Majnhours 201 T". . ..-; _ , :' n . 0;; 0 0 �..'` 0 : -.., 0 i =- Of 248' .600_ ; 540 .,,496 X48 _ 2132 e$241070..00. Expenses Rate Estimated Number of Work Mileage Mileage $0.54 0 300 580 480 440 20 1820 $973.70 Total Zi6ens6s, ...v. ... _ $973,70; Grand Total Hours and free. Proposal for.Gray;Road Corridor GE :' . $242,043:7Q * Overtime included for months of September through November due to compressed construction schedule Q DLZ INDIANA, LLC - STANDARD FEE STRUCTURE ENGINEERING/ARCHITECTURAL 2017 Activity Cade m EmployeeClassification - Houry Rate 1 Principal $220.00 49/49D Division Manager/Director $205.00 50 Department Manager $185.00 55/4 Registered Land Surveyor/Survey Coordinator $135.00 80/217 Senior Project Manager / Project Manager II $185.00 21/216 Project Manager 1 $170.00 L:341/340/556/557 Electrical/Mechanical/Structural Engineer VI $170.00 555/565/214 Engineer V/Architect V/Landscape Arch. V/Planner V/Scientist V/Geologist V/ Surveyor V $165.00 554/564 Engineer IV/Architect IV/Landscape Architect IV/Planner IV/Scientist IV/Geologist IV $160.00 53/58 Engineer III/Architect III/Landscape Architect III/Planner III/Scientist III/Geologist III $140.00 52/57 Engineer II/Architect II/Landscape Architect II/Planner II/Scientist II/Geologist 11 $130.00 51/56 Engineer I/Architect I/Landscape Architect I/Planner I/Scientist I/Geologist 1 $105.00 28 Designer 1 $95.00 472 Designer II $110.00 473 Designer III $125.00 29 Technician $75.00 126/147 Construction Observer Manager /Administrator $125.00 152 Construction Observer $100.00 43 Clerical $65.00 430 Office Services Coordinator $75.00 06 Intern $50.00 Rei'rnbursable Eicpehses; _;;Rate, Mileage $0.535/mile Travel Expenses @ Cost Living Expenses @ Cost Reproduction Cost plus 20% Subconsultants Cost plus 20% Equipment Rental Cost plus 20% Rates are subject to revision on January 1 of each year. Cost of living/inflation increases of 3 to 7% per annum can be anticipated. 'EXHIBIT S:\Dept\Administration\Clerical\RATES\2016 Hourly Rates - DLZ Indiana.docx a 76-C7 3 E6w0assjficatiort �= ��' 20I7�Iourty;Rdte 142/99 142/99 2 - person Topographic Survey Crew (straight time) 2 — person Topographic Survey Crew (over time) $200.00 $265.00 63 1— person Field Crew $120.00 63 1— person Field Crew (over time) $160.00 GPS 1— person GPS/RTK Field Crew $160.00 SCAN HDS Laser Scanning Crew $260.00 13/94 Field Survey Technician / Survey -Mapping Assistant $85.00 Rei'rnbursable Eicpehses; _;;Rate, Mileage $0.535/mile Travel Expenses @ Cost Living Expenses @ Cost Reproduction Cost plus 20% Subconsultants Cost plus 20% Equipment Rental Cost plus 20% Rates are subject to revision on January 1 of each year. Cost of living/inflation increases of 3 to 7% per annum can be anticipated. 'EXHIBIT S:\Dept\Administration\Clerical\RATES\2016 Hourly Rates - DLZ Indiana.docx a 76-C7 La1_1.__cDLZ ARCHITECTURE• ENGINEERING• PLANNING SURVEYING •CONSTRUCTION SERVICES June 23, 2017 Mr. Jeremy Kashman, PE City Engineer City of Carmel, Indiana One Civic Square Carmel, IN 46032 INNOVATIVE IDEAS EXCEPTIONAL DESIGN UNMATCHED CLIENT SERVICE Re: Proposal for Construction Observation Services Main St. and Gray Road Roundabout & Multi -Use Trail along W. Side Gray Rd. from N. of 116th to S. of 136th St. Project Numbers 16 -ENG -55 & 16 -ENG -97 Dear Mr. Kashman: Per your request, DLZ Indiana, LLC (DLZ) is pleased to submit this proposal for construction observation services for the construction of the project located along the Gray Road Corridor noted above. Based upon your request, these services will consist of providing full time construction observation. PROJECT DESCRIPTION The project includes construction observation services for the construction of a roundabout intersection at Main Street and Gray Road, and a Multi -Use Trail along the west side of Gray Road from 116th St. to 136th St. SCOPE OF SERVICES Anticipated work elements for the normal scope of construction are those as described in the attached proposed scope of services. These services include construction observation and administration activities following the City of Carmel Standard Specifications and normal industry standards. DLZ proposes to have Mr. Michael Smith, serve as the Construction Observer Manager on the project with Mr. Thomas Stoffl, PE providing oversight and supplemental assistance as required. Additionally, we have included time for additional construction observers given the compressed construction schedule and the expectation that the contractor will work overtime and in multiple locations in order to meet the substantial completion date and final completion date. SCHEDULE The scheduled term of these services will be from the date of the Notice to Proceed from City of Carmel to the date that the Final Construction Record is completed and submitted, within the allotted time as provided for by the contract. We have assumed the following schedule for the project: • Contract Letting Date: July 2017 • Anticipated Notice to Proceed for Construction Observation: August 15, 2017 • Anticipated Road Closure Date: September 15, 2017 157 E Maryland St, Indianapolis, IN 46204-3608 I OFFICE 317.633.4120 I ONLINE WWW.DLZ.COM Akron Arlington Heights Burns Harbor Chicago Cleveland Columbus Detroit Fort Wayne Frankfort Hammond Indianapolis Joliet Kalamazoo Lansing Louisville Melvindale Saint Joseph South Bend Toledo s;� DLZ iu� ARCHITECTURE- ENG I NEER ING•PLANNING SURVEYING • CONSTRUCTION SERVICES INNOVATIVE IDEAS Mr. Jeremy Kashman EXCEPTIONAL DESIGN Gray Road and Main Street Construction observation UNMATCHED CLIENT SERVICE Page 2 of 2 • Substantial Completion Date: November 15, 2017 • Final Project Completion Date: November 30, 2017 Should these schedule dates or construction amount change, we will modify this proposal accordingly. COMPENSATION DLZ respectfully requests for performing the herein described construction observation services to be compensated on the basis of actual hours of work performed by essential personnel on an hourly basis using hourly rates shown on Exhibit A. DLZ also requests payment for other direct non -salary costs (mileage, office supplies, copying) as approved by the City. DLZ proposes to receive as payment for the work performed under this agreement a total amount not to exceed $242,043.70. This fee was calculated based on the assumed schedule listed above, estimated hours of involvement from various DLZ staff, other associated costs and an engineer's estimate of $3,038,625. The proposed Scope of Work (Exhibit "A"), fee breakdown and expense estimate, and the 2017 DLZ Standard Fee Structure is attached. DLZ wishes to thank the City of Carmel for their continued confidence in our firm and we look forward to working with you on these important projects. If you should have any questions on this proposal or wish to further discuss the contents, please feel free to contact our office at (317) 633-4120 or email at liohnson@dlz.com. Very truly yours, DLZ INDIANA, LLC ��77� _ 6q_ Brian L. Glaze, PE President Attachment: as noted cc: M. Leavitt, H. Ghumman, T. Stoffl, M. Jent, file Xauk�� D. Laurie D. Johnson, .E. Vice President City ®f Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 9 of 1 PURCHASE ORDER NUMBER SHIPPING INSTRUCTIONS FEDERAL EXCISE TAX EXEMPT 100531 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 6/28/2017 061515 Project 16 -ENG -55 and 16 -ENG -97; Contract Date 03.31.16 DLZ INDIANA, LLC. City Engineering's Office VENDOR 157 EAST MARYLAND ST SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46204 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 16665 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 COIT Bond Fund ASA 3 - Main Street and Gray Road and Gray Road Multi -Use $242,043.70 Trail - Construction Inspection Sub Total PLEASE INVOICE IN DUPLICATE $242,043.70 $242,043.70 DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $242,043.70 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 IS AN 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 TITLE Director CONTROL NO. 100531 CLERK -TREASURER Douglas Haney Corporation Counsel