HomeMy WebLinkAboutJacobi, Toombs, & Lance, LLC (JTL) 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: 4/4/2025
Department: Wastewater
Vendor Name: Jacobi, Toombs & Lanz, LLC
Sign Date: 4/3/2025
Ending Date: 8/31/2025
Amount of Original Contract: $298,000
Is this an amendment or change order
to original contract?
Amended Contract Amount:
Purpose:
Design the relocation of the Pleasant Run
Force Main to the North WWTP.
For Clerk's Office to fill out / /
Date uploaded to Gateway: 7
ATTACHMENT B: WORK ORDER FORM
WORK ORDER NO. 2025-3
PLEASANT RUN FORCE MAIN RELOCATION
SURVEY, DESIGN, PERMITTING AND BIDDING
Date: 4/3/7-02,5
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, LLC (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, LLC
Jeffersonville, Indiana 1829 E. Spring Street
500 Quartermaster C rt New Albany, IN 47150
Jeffersonville, India 7130 (812) 945-9585
(812) 285-6400
Michael hams'
By By Michael Harris(Apr 2,202509:25 EDT)
Mayor Mi Moore, Preside t Michael C. Harris, P.E.
President
Er
} /� � ta rbyBy [y LL/�--�[� , - Witness Josh Darby(Apr 2,202509.2s€DT)
Dale L. Orem, Member Josh Darby, P.E.
Construction Services Team Leader
By
William A. Saeges , P.E., P.L.S., Member
P:\Projects\JTL\Archive\New Albany\87o8S-Jeffersonville General Sewers\87o8S-2cno\2o25-3 Pleasant Run FM Relocation Survey and Design.doc
WORK ORDER NO. 2025-3
SECTION A — DESCRIPTION OF THE WORK
Jacobi, Toombs and Lanz, LLC (JTL) shall provide Professional Engineering services for the project
described as follows:
• Topographic Survey
JTL will perform topographic surveying along the proposed force main alignment, as identified on
the attached Exhibit, to identify existing terrain and utilities as marked in the field. JTL will also
research and resolve existing right-of-way and property lines. The deliverable will be in AutoCAD
format to be used for Engineering Design. The project corridor is estimated to be approximately
11,000' in length and 40' in width.
• Easement Plats and Descriptions
It is anticipated that the alignment of the new force main may extend outside of the existing right-
of-way of public roadways or existing utility easements. Should that be the case, and upon
authorization by the OWNER, JTL will provide preparation of up to six (6) easement plats and
legal descriptions required for acquisition. The deliverable will be in PDF format.
• Geotechnical Investigation
JTL will retain the services of a Licensed Professional Geotechnical Engineer to investigate and
provide a report on the findings of their subsurface investigation. Borings will be provided in 500'
intervals and intermediate soundings will be provided at 250' intervals.
• Design — Construction Plans
JTL will design and provide construction plans for the relocation of the Pleasant Run Force Main
along the proposed force main alignment as identified on the attached Exhibit, meeting City and
Wastewater Construction Standards. It is anticipated that approximately 11,000' of 16"-20"
diameter (exact size to be determined during design) PVC force main sewer will be installed to
divert the discharge from the Pleasant Run Pump Station off of the Charlestown Pike Interceptor
and directly into the headworks of the North Wastewater Treatment Plant.
• Evaluation of Existing Pump Station and Modeling of Proposed Force Main
JTL will evaluate the existing pumping capacity of the Pleasant Run Pump Station and model the
proposed force main to ensure that the station has the ability to pump through the proposed
realigned and upsized force main. It is anticipated that the proposed new force main alignment
being diverted into the headworks of the North Wastewater Treatment Plant will have different
total dynamic head conditions therefore the existing pumps need to be analyzed to confirm they
will have the ability to pump against these new conditions.
• Design of Pump Station Upgrades / Improvements
Design of upgrades or improvements to the Pleasant Run Pump Station. Expected upgrades are
installation of larger pumps, installation of VFDs, and electrical upgrades to accommodate the
new pumps and VFDs.
• Permitting
JTL will complete the Sanitary Sewer Construction Permit Application using IDEM's most current
application forms and requirements. The application will be submitted to the City of Jeffersonville
Engineering Department, as the City is a self-permitting entity.
JTL will prepare and make all necessary submittals to IDEM to obtain Construction Stormwater
General Permit approval.
JTL will prepare and make all necessary submittals to INDOT for a Right-of-Way Occupancy
Permit Application for the proposed force main crossing the right-of-way of SR 62.
JTL will prepare and make all necessary submittals to the Railroad for a permit for the proposed
utility crossing.
P,\Projects\JTL\Archive\New Albany\87o8S-Jeffersonville General Sewers\87o8S-2oro\2o25-3 Pleasant Run FM Relocation Survey and Design.doc
2
• Specifications and Bidding
JTL will prepare technical specifications and a bid request package to accompany the
construction plans. The construction cost is estimated to be more than $150,000, so the public
bidding process will be required. JTL will assist the Owner with solicitation of bids, answering
Contractor's questions during bidding, bid opening and recommendation to the Owner for award.
• Utility Coordination
JTL will coordinate any utility relocations that may be required. JTL shall follow the Indiana
Administrative Code and INDOT Utility Coordination Procedures to provide initial notifications to
the utilities within the project corridor, request verification of facilities from the utilities, request a
conflict review from the utilities, and request relocation work plans from the utilities.
The following Scope of Services are Not Included in this Work Order Agreement:
• Appraising and Buying Services
Since the need for easements and the type of appraisals are unknown at this point, appraising
services are not included in this work order. A contract for appraising services will be submitted
by the Appraiser at a later date once design is completed and the need and type of appraisal is
known. A separate contract will also be submitted at a later date by the Buyer for Acquisition
Services.
• Construction Administration/Inspection
Construction Administration and Inspection Services are not included in the scope of this
agreement and can be added, if requested, by separate contract at a later date.
• Centerpoint Easement Encroachment Permit
At this time it is unknown whether or not gas line easements exist over existing Centerpoint
Facilities. If during the process of design it is determined that the proposed force main will
encroach upon an existing Centerpoint Gas Utility Easement, an Encroachment Permit will be
required. This will be added by separate contract at a later date, if necessary.
SECTION B —SCHEDULE
JTL will begin work upon receipt of signed work order agreement. Survey and design will be complete
within 120 days of the signed work order. Easement plats and descriptions will be completed within 30
days after design completion. Permit applications will be submitted within 30 days after design
completion. The project will be complete and ready for bid within 150 days of the signed work order.
Construction, however, cannot commence until all easements have been acquired and all permits have
been approved. Both of those timelines are beyond JTL's control.
SECTION C — PAYMENT TERMS
Payment to the CONSULTANT shall be on a lump sum basis for a sum of$298,000.00. A breakdown of
the tasks/fees are as follows:
• Topographic Survey - $70,000.00
• Easement Plats and Descriptions - $15,000.00
• Geotechnical Investigation - $45,000.00
• Design—Construction Plans - $75,000.00
• Evaluation of of Existing Pump Station - $19,500.00
and Modeling of Proposed Force Main
• Design of Pump Station Upgrades/ - $30,000.00
Improvements
• Permitting - $15,000.00
• Specifications and Bidding - $15,000.00
P:\Projects\JTT.\Archive\New Albany\87o8S-Jeffersonville General Sewers\87o8S-2olo\2025-3 Pleasant Run FM Relocation Survey and Design.doc
3
• Utility Coordination - $13,500.00
Total - $298,000.00
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.
P:\Projects\JTL\Archive\New Albany\87o8S-Jeffersonville General Sewers\87o8S-2o1o\2025-3 Pleasant Run FM Relocation Survey and Design.doc
4