Loading...
VS Engineering/Eng/Adl Serv #5/56,500/1st Street NW Road Reconstruction - DesignVS Engineering, Inc. Engineering Department - 2018 Appropriation # 43-419.99, 44-620.00 Fund, P.O. #33465 Contract Not To Exceed $56,500.00RD 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 VS Engineering, Inc. (the "Professional"), as City Contract dated June 1, 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: James Brainard, Presiding Officer Date: Mary A/h Burke, Date: Lori S. Wakso ember Date: C— 119 ATT hristine Pauley Clerk -Tr sur Date: [S:' -U.10.4.Srn h Goat, S... FH ji.-h,jVOISWS fn,inurin,e, Lrc. ASA 06., w -12/I WON I0,46 A.%q VS Engineering, Inc. By: Authoriz i ature Andrew L. Bender, P.E. Printed Name Vice President/ Chief Operations Officer Title FID/TIN: 35-1494479 Last Four of SSN if Sole Proprietor: Date: December 12, 2018 P.-ojc c+ 1 $- 21 Tv (#) VS ENGINEERING, INC. [�] 41 Civil • Structural • Transportation • Environmental December 10, 2018 Jeremy Kashman, PE City Engineer City of Carmel One Civic Square Carmel, Indiana 46032 Re: 1 s` St NW Road Reconstruction Proposal Letter Dear Mr. Kashman: VS Engineering, Inc. (VS) is excited to work closely with the City of Carmel on the 1s' St NW Road Reconstruction project. Please find below our scope of services and associated fees. We understand our work needs to be completed to provide the City an opportunity for a late summer 2019 letting if desired. PROJECT DESCRIPTION This project will involve the reconstruction of 1s' St NW from 3rd Ave NW to the west side of the Monon Trail; under 450 feet. The project will include reconstruction of the existing pavement in accordance with the Carmel Local Road Standard Section and 9 feet lane widths. The curb will be concrete roll curb with 4 feet sidewalks. Underdrains will be used and drainage improvements as needed with the expected storm sewer connection to the east of the project. Scope of Services 1. TOPOGRAPHIC SURVEY VS shall survey the project location and provide one set of original field notes, all field survey data collected via electronic media, and one set of master drawings. VS shall obtain section corner, right-of-way, easement, and state plane coordinate information as necessary to complete the basic field survey services described herein within the project limits. Acquisition of right-of-way is not anticipated, therefore, the proposal does not include preparation of a Location Control Route Survey. The signature, seal, and registration number of the land surveyor, registered in the State of Indiana, who was in responsible charge of the survey, shall be affixed to the survey book submitted. The project area to be field surveyed is described as follows: Survey Limits (See Attachment No. 1) Beginning 420 feet west of the centerline of 2nd Avenue NW, survey east 420 feet to the centerline of 2nd Avenue NW. The width of survey will extend to the face of building for all buildings fronting 15' Street NW (-40 feet on the north side and -30 feet on the south side). 4275 North High School Road Indianapolis, Indiana 46254 ExMbit (317) 293-3542 Tel (317) 293-4737 Fax www.vww.vsengineering.com 2. ROADWAY DESIGN a. Data Collection and Analysis This task involves collection, review and analysis of available data relevant to existing roadway and drainage conditions along 1St St NW. The major sources of information to be used for this project will include, but not limited to, the following: • Existing or as -built roadway plans • City of Carmel Standard Drawings and Specifications • Existing or as -built drainage and utility information b. Preliminary Design Plans Preliminary design plan shall establish formal design criteria and cost estimates for the project's roadway reconstruction and drainage improvement, including but not limited to the following: • Plan, coordinate, monitor and document preliminary design activities • Establish the legends of existing proposed roadway improvements • Prepare preliminary roadway and drainage design • Determine the requirement of additional right-of-way, if needed • Prepare preliminary construction cost estimates • Conduct a preliminary design review and field check meeting with all applicable parties • Make necessary revisions based on preliminary field check comments and submit copies of preliminary design documents (11" x 17" plan set) for review and comments as needed Preliminary design plans include one (1) site visit. c. Final Design Plans and Specifications In accordance with the design criteria confirmed under the preliminary design task, the engineer shall prepare plans, specifications and construction costs estimate for all roadway and drainage work. • Plan, coordinate, monitor and document final design activities • Finalize preliminary roadway and drainage plans described above • Finalize construction cost estimate • Prepare construction specifications • Submit 95% documents to the City for final review and make any necessary revisions • Deliver final contract documents to City Exhibit�` Z�J 3. EROSION CONTROL VS shall develop erosion control plans for inclusion in the final design. The project is expected to be below 1 acre in size and therefore will not need a Carmel Drainage Permit or Rule 5 Permit. 4. UTILITY COORDINATION VS shall perform the tasks as the Utility Coordinator. VS shall coordinate with all existing utilities. While all efforts are to be made to minimize relocation of utilities, if necessary, VS shall address apparent utility conflicts and coordinate the development of relocation plans. All deliverables prepared by VS shall be completed by a qualified utility coordinator professional of VS and checked for accuracy by another qualified utility coordinator professional of VS. 5. PROJECT ADMINISTRATION VS's proposed Project Manager and key personnel will meet with the City and refine project concepts, time schedules, deliverables, budgets and project approach in general. Once the schedule is confirmed, the required activities will be executed through proper coordination and communication. Progress meetings will be conducted with the City's representatives to review policy and procedural matters, to identify and solve site specific problems and review progress. VS will provide bidding assistance for one (1) construction contract letting. The elements associated with this task are as follows: a. Prepare bid advertisement b. Attend pre-bid meeting c. Receive and respond to contractor inquiries regarding bidding documents d. Issue addenda to Bid Documents e. Prepare bid recommendation • Receive and review bids for responsiveness Prepare bid tabulation and make recommendation regarding award of construction contract 6. EXCLUDED SERVICES The following services are not expected to be necessary and/or are not included in this contract: a. Geotechnical and Pavement Design Services b. Rule 5 Permitting c. Location Control Route Survey Plat d. Right-of-way Engineering and Land Acquisition Services Exlilbit A- 64 7. MILESTONE SCHEDULE Days from NTP Notice -to -Proceed 0 Complete Survey 45 Preliminary Plans and Field Check 120 Final Plan Submittal 150 Complete Construction Document Phase 180 The above schedule is intended to provide the City an opportunity for a late summer 2019 letting, if desired, and may vary based upon reviews and/or unanticipated delays by others. 8. FEE SCHEDULE The fee based on the scope of work detailed above, is as follows: 1. Topographic Survey $ 13,000.00 2. Roadway & Drainage Design $ 28,000.00 3. Erosion Control $ 2,500.00 4. Utility Coordination $ 8,500.00 5. Project Administration & Bidding Services. $ 4,500.00 TOTAL FEE $ 56,500.00 We look forward to providing our professional services for the City of Carmel and will begin upon your written authorization. Please contact us if you should have any questions or require additional information. Respectfully, VS ENG/dent , INC. AndrewP.E. Vice PreCOO Cc: Kenny Birk, VS Engineering Enclosure: Attachment No. 1 Exhibit- A// I0-� -yam( � •� • ,.�., � t �'� .�'-� \ .!3 l , wb AW -_ WMq lst St NW �1 t3 x w IL_ _ . Y[ Survey Limits - 1St Street NW INDIANA RETAIL TAX EXEMPT City ®f Carmel CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 Page 1 of 1 PURCHASE ORDER NUMBER 33465 THIS NUMBER MUST APPEAR ON INVOICES, AM VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE I DATE REQUIRED REQUISITION NO. VENDOR NO DESCRIPTION 12/30/2015 364215 Project 18-21; Contract Date 06.01.16 V S ENGINEERING, INC Engineering VENDOR 4275 NORTH HIGH SCHOOL ROAD SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46254 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 1518 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department 2200 Fund: 2200 Motor Vehicle Highway Account: 43-419.99 1 Each ASA 5 - 1st Street NW Road Reconstruction - Design Account: 44-620.00 1 Each Send Invoice To: Engineering Kate Lustig 1 Civic Square Carmel, IN 46032 - DEPARTMENT ASA 5 - 1st Street NW Road Reconstruction - Design F CA $9,500.00 $9,500.00 Sub Total $9,500.00 $47,000.00 $47,000.00 Sub Total $47,000.00 PLEASE INVOICE IN DUPLICATE ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $56,500.00 SHIPPING INSTRUCTIONS *AID 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 UNOBLI GATED 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 �s , 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY - - --- Jeremy Kashman James Crider TITLE Director Administration CONTROL No. 33465 CLERK -TREASURER