Loading...
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