Loading...
HomeMy Public PortalAboutr 08:140 ~ezo1u:fhm of f4e ~orou:s4 of C1Iurferef) ~~ W~ No. 00-140 Date of Adoption Jure 12, 'JJn3 , RESOLUTION AUTHORIZING A PROFESSIONAL SERVICES CONTRACT FOR ENGINEERING SERVICES 'VITH T&M ASSOCIATES - 2008 ROAD PROGRAM DESIGN, SURVEYING AND INSPECTION SERVICES WHEREAS, the Borough of Carteret is in need of design, surveying and contract administration & inspection services in regard to the 2008 Road Program; and WHEREAS, the Borough's Consulting Engineers, T&M Associates, possess the requisite skill and expertise for said services; and 'VHEREAS, T &M Associates has submitted a proposal to provide said engineering services at a total cost not to exceed $135,550.00; and 'VHEREAS, the Mayor and Council have reviewed said proposal; WHEREAS, the Chief Financial Officer has certified that funds are or will be available for said purpose. NOW, THEREFORE, BE IT RESOLVED by the Mayor and Council of the Borough ofCarteret, County of Middlesex, State of New Jersey, as follows: 1. That the proposal from T &M Associates for design, surveying and contract administration & inspection services related to the 2008 Road Program at a total cost not to exceed $135,550.00 at the rate set forth in T &M' s existing contract with the Borough is hereby approved. 2. That annexed hereto is a copy of said proposaL 3. That this action is approved as an award of a professional services contract pursuant to NJ.S.A. 40A:1I-5(1)(a) in accordance with the Borough's Fair and Open Process as authorized by law. 4. That a copy of this resolution be forwarded to the Borough's Purchasing Department and T &M Associates. Adopted this IZth day ofJune, Z008 and certified as a true copy ofthe original on June 13, Z008. KATHLEEN M. BARNEY,1vlMC Municipal Clerk NO - NV A,B. ~OUNCILMAN YES NO NV A.B. COUNCILMAN YE.S - BE01KO x Kl{l.I'1 ~. x x l'W'IES . ^ QJlO'l f-- DIAZ X STIABZ X X. Inclicate Vote AS . Absent NV. Not Voting XOR. Indicutcs VUle In Overnlk Veto - Adopted at a meeting of the Municipal Council ~ Jure 12L1fXl8 . ..ia;Ai'q( ~M~ .c.; I.ERf.: 7 ,j RECORD OF COUNCIL VOTE PAGE 01/05 T&M ASSOCIATES 05/11/2008 11:54 1'3735140025 'u" "'" STR''"' "'FTO',",W "'''' ",,, f~ij[[1"~~~M [~73] 614- 0005' Fa, [973]6 14- 0025- WWW.\.n<!maw>cl.ie9.com\.:....!.\..!\..t\SSOCIATES ,"I, ,} , . .. /II} ">,-~:)I ......1:\ ',i-,;""'- Fax projecINo.: i ~i--~Qrol To~ F:tXI Pallas: to (Including cover sheet) 6!rJ\ It \hr ee: From~ ~\J~\n\ No-rb\A --\- DatAl Re: ,-;g;:;;; (~(]r"d ~01O II\.A. Cl Urgent 0 For Review 0 Please Comm<!nt IJ Pleal<<> Reply o please Recy-c1e . comments, ({- //~(J t . ~,7."70. .' 7(J/~~A- .f- a~' I ;{?;- Thla facsimile transmission Is intended for 1M addressee(s) Indicated above. It may contain Information that 1$ pnvileged, oonfidenUal, or otl1efwil;e protected from disclosure. MY review, dlssemlneilon, or Use of this transmission or Its conlents by parsona other than Ihe atldressee{s) Ie strictly prohibited. If you heve receIVed thl. transmission In error, please notify us Immediately by telephOna, and mall original to us at the address above. PAGE 02/05 05/11/2008 11:54 1 '3735140025 T&M ASSOCIATES "1373 BROAD STRf'FT, SUITE 306, CLIFTON, NJ 07013-~23.1 (973) 6"14-0005 ' 19.X (973) 614-0025 "". WwW.18nOm".c.ooiiJlm..Corn 196-6-2006 May 21, 2008 CART-G080] Mayor Daniel Reiman Borough of Carteret Municipal Building 6 I Cooke Avenue Carteret, New Jersey 07008 Re: 2008 .t:l.oad Program Design, Surveying, and Contract Administratiol1 & ll1spection Services Dear Mayor Reiman: This letter provides a gumm.ary of our disoussions conoerning proposed hnprovenlCtlts and budgetary construction cost estimates for the 2008 Road Program for the Borough. This year's progrpm consists of two distinct elements; a S:;ountv Overlav Proll:1"aIn using NJDOT and Local funds, and Road Reconstruction on Willow Street and Charlotte Street. The Borough has received $260,000 in NJDOT Grant funding for Carteret Avenue" 1.0 Scope of Services The County Overlav Pro!!ram includes pavement base repairs after the County milling and prior to the County overlay of each street. Included In this year's program are Sharot Street (Lafayette Str.eet to dead end); Willow Street (Marion Street to Hagaman Street); and Carteret Avenue (Pierce S1teet to Varga Drive). The estimated construction cost for this portion ofthe project is $490,000.00. The Willow Street and Cbarlotte Street Reconstruction. The work anticipated for the project includes full-depth reconstruction of the roadway; replacement of existing curb with new concrete curb and gutter; replacement of deteriorated sidewalk; upgrades for all handicap ramps; aud inlet repairs, as may be required. The total estimated construction cost for this portion of the project is $420,000. Thc following roads are included in this portion of the project: Street Willow Street Charlotte Street Limits I..eber Avenue to Coolidge A veoue Sunset Court to Longview Terrace The total estimated coostruction cost for the 2008 Road Program is $910,000.00. Upon authorization from the Borough, we are prepared to proceed with the design phase work for the :2008 Road Program, as described below. The Road Program will be completed as one design package al\d bid as one project. .." ENGINEERS" PLANNERS" LANDSCAPE ARCHITECTS * ENVIRONMENTAL SCIENTISTS .k SURVEYORS CIVIL' ELECTRICAL' ENVIRONMENTAL' MECHANICAL * MUNICIPAL' SITE' SOLlO WASTE * STRUCTURAL' TRAFFIC ,. "fRAN"PORTATION CORPonATE HEADOIJAR1ERSIN MIDlILETOWN, N.J I REGIONAL OFFICES 1,1 MOORESTOWN ANO TOI,IS RIVEfl, N.J: NORRISTOWN. PA; "0" SAN JUAN. PU\ol-HO RICO 05/11/2008 11:54 19735140025 T&M ASSOCIATES PAGE 03/05 =eM ASSOCIAteS CA.RT"G0801 !>loy 21, 2008 .ros. ;l of 6 Lc~ Mayor & Borough Council :B(,,'o\l~h of Cgrtcret Rc: 2008 Road Program J>esign Engineering Service.t; 2.0 County Overlay l'rogram Based on the previously mentioned scope of work, we will provide the following engineering design services for the County Overlay: 1. We wiIJ propare field maps for the project utilizing the Borough of Carteret aerials. 2. Once the field maps are prepared, we will conduct field investigations to inspect pavement conditioll. The field maps will be used to deteonine and record pavement base repair locations and quantities. 3. We will arrange for and obtain pavement cores for each street in the program to detem1ille pavement thickness and presence or absence of concrete below tlle asphalt surface. 4. We will prepare a key map plan and typical pavemel\t repair detail to be included ill the specifications for publlc bidding. 5. Specifications will be based on the 2001 NJPOT Standard Specifications and wHI be prepared in T &M Associates' fonnat. 6. Upon completion of final engineering documents, a construction cost estimate will bc prepared. 7. Upon completion and approval of the final design documents, T&M Associates will print and distribute specifications to prospective contractors. Cost of printing will be offset by the purchase price ofthe plans and specifications. 8. l' &M Associates will answer any questions that arise during the bidding phsse of the project from prospective bidders. 9. T &M Associates will attend the bid opening with the appropriate Borough officials. 10. We will review the bids received and make a recommendation of award to the Borough. 3.0 Willow Street and Charlotte Street Reconstruction Based on the above scope of work, we will provide the following field survey and engineering design phase services for the road reconstruction portion ofthe program: 1. We will provide field survey services. Field survey will be based on an assumed bench mark and an open random ttaverse. As part of the survey, we will locate physical features to ] 5,feet beyond the edge of road pavement, provide roadway cross-sections at 50-foot intervals, locnte visible utilities and provide inverts. pipe sizes and types for drainage and sanitary structures. 05/11/2008 11:54 19735140025 T&r~ ASSOCIATES PAGE 04/05 .li.....JM' . J ':!'.J r r!:i:J ASSOCIATES CART-G080t May 2]~ 2008 Page 3 or6 Lo: Mayor & aor,\\gh Counoil Borough ofCnrteret lk 2008 Road Program Design Enghteering Services 2. We will prepare a base map for the project based on the infonnatiol1 provided by the survey to a scale of 1"=20'. 3. Oncc the base map is prepared, we will conduct field investigations to inspect drainage structures, as well as concrete curb, driveways and sidewalk, as required, 4. Property lines will be shown on the base map by interpretation. of Tax Maps. 5. We will coordinate a teJevlalon inspection of the sanitary sewers within the project limits with the Sewer Deprntment. We will review the results of the inspections and prepare specifications for the necessary sewer repairs to be incorporated into the bid package. 6, We will prepare final engineering plans for use during construction. We anticipate that the following plans will be required, along with technical specifications: . Legend and Typical Sect.lon Sheet . Construction rnld Layout Plan (l "=20' scale) . Grading and Drainage Plan (1 "~20' scale) . Soil Erosion and Sediment Control Plans . Traffic Control Plan 7. Upon completion of final engineering plans, a construction cost estimate will be prepared. 8. We will prepare an application for a Soil Erosion and Sediment Control Certificatl.on. All associated penult fees will be paid directly by the Borough and are not part of the fee provided below. 9, Upou completion and approval of the final design documents, T&M Associates will print and distribute plans to the contractor. Costs for printing are included as part of the fee provided below. 10. T&M Associates will answer any questions that arise dudng the bidding phase of the project from prospective bidders, 11, T &1"1 Associates will attend the bid opening with the appropriate Borough officials. 12. We will review the bids received and make a recommendation of award to the Borough. 4,0 Contract Administration & Inspection Based on the above scope of work, we will provide the fotlowitlg contract adminJstration and inspection phasc services for the project. The construction inspection effort will be accOlupHshed in three pl\ases - Pre- Construction, Construction and Post Constmetion, 06/11/2008 11:54 19736140025 T&M ASSOCIATES PAGE 05/06 --eM ASSOCIATES CART-G080) lI1ay21,2008 Page 4 of6 Le: Mayor & Borough Council Borough of Corteret Re: 2008 Rood Progrom De",~ign Engineering Service.1I pre.::.C-onstruction PI!.'!.'l!l T&M will request th(} contractor prepare and submit its proposed baseline project sohedule, Included in the project schedule will be the contractor's submittal schedule outlining thc submission of shop drawings alld submittal documents. Upon receipt of contract documents and prior to tbe start of any site activity, we wlll conduct a pre- construction meeting. An participants ofilie project team will be invited to this kick-off m.eeting - Borough personnd involved in day-to-day operations that interface with the work; contractor; utility reps, as required, and our construction tcam. At this meeting, among otber topics, there will be an exchange of requirements, needs and protocols necessary for the project. A polic(} representativ(} wi.11 be invited; and a procedure for notiiYing local residents will be deMmined. Construction Our construction team, und(}r my overall guidance, consists of individuals each with a specific role and responsibility in carrying out the construction management. pIal). The Project Manager (PM) has day"to-day responsibility for conll'act adminisll'lltion. He and his inspection team will monito.r performance with the baseline schedule and contracted costs. The team will perform the required inspection and conduct bi- weekly job meetings as necessary to disouss perfonnance to-date, any design and contract iss'les and upcoming tasks and plans for their implementation. We will produce and distribute minutes of all meetings. Our staff will provide part-time construction coverage Monday through Friday. As necessitated by the contraotor's work schedule, on-site inspection will be flrovided, as required, beyond au eight-hour workday and Saturdays. In the field, our staff will oversee the construction activity including performing and docum.enting inspections to detennine if the work is done in general conformance with the contract plans and spec{ftcations. We willnotif)r the contractor in writing of any unacceptable work or material, track the defic.ietlt condition and inspect the work until it is corrected. We will address surrounding property and general public concerns that may arise during the construction phase. We will work closely with the neighboring property owners to achieve timely and efficient completion ofth.e work with minimal dismption and inconvenience to the residents, while maintaining a safe work zone. Monthly contractor paytl1ent requisitions will be processed by our office. Pay items will be checked for accuracy with field m.easurements taken during tbe montll. 05/11/2008 11:54 19735140025 T&M ASSOCIATES PAGE 05/05 11M ASSOCIATES CART-G080r Ma,.21,2008 Pagc5of6 Le: Mayor & 'Borough Council Borough of Carteret Re: 2008 Road Progra.. Design Engineering Services Post.Construction During this phase, we wUJ perform a final inspection of work with involvement from the Borough as desired, issue a punch list to the contractor, as necessary, and expedite corrections. Particular attention wiU be given to the rcstoration of adjacent property. We will manage the contract closeout process, including execution of any affidavits, release of liens" production of maintenlUlce bond, warranties/guarantees, operations and maintenance manuais and otuer technical data, as required; lUld prepare paperwork and documentation needed for NJDOT approval and reimbursement.' , 5.0 Summary ofFee.s l'Ind Schedule The fees for the scope of work listed above are summarized below. Any independent testing laboratory costs will be billed directly to the Borough and are not included in the below fees. Engineering and Surveying Services Contract Administration & fuspection Services Total Fcc $ 73,250,00 $ 62.300.00 $135,550.00 Assuming authorization in mid May, we would be able to begin the field survey and design for these programs in late May. Tf you have any questions concerning the infonnation provided herein or require additional infomlation, please call. Very truly yours, 'f)~ DONALD J, NORBUT, P.E., C,M,E. CARTERET BOROUGH ENGINEER DJN:lfin cc: Patrick DeBlasio, Chief Financial Officer Jolm DuPont, Director of Engineering H:\Cart\G0801\COITl!!lpMltlet\Ce\M~yor & Borough Council....DJN,~ Ye~T 200& ~oad Program ProP<l'snl.d<x; be:' Nick Zennario, Robert Bucco, Laura McCabe, Dominic B. Carrino, STA, SJS ~ J",lij~(09PM OI'"FrCE 0,.. HZ-ZEN M. BARNEY. RMCfC:-'1C MUNICIPAL CLERK . BOROUGH OF CARTERET z:w-nrnnBlr nf Cllarhr:d No. 2455 P. 1 MIDDLEsex COUNTY JIfBfu ~.rz.'ir 6-12-03 Date.~ TO: Patrick DeBlasio, Treasurer Borough of Carteret REQUEST FOR CERTIFICATION OF AVAILABLe FUNDS: For: _ ~ AS.9XIATES AlJIIDRIZJNj PR:lFE)SJlliAL SElmCES 2C08 ID!ID POCGRAM IESKN, SlJRI.1EY.INi & J:NSEB:ITCN SElmCES , Name. of Account: RESOl1JT:raiI #(J8- /,/0 AMOUNT TO IlE ENCUHJlE1U!:D:TOll\L COST NJL' 10 EXWD $135,55).00 . - YJ\THLEEN M. BAR_EY. Municipal Clerk -~------~------~----------------------~-~-----~------~~~-------- CERTIFICATION OF. AVAILABILITY OF FUNDS r. Treasurer of the Borough of Cnrte,et. do hereby .certif_~;_t,n,~,~)/ there are suf.Heient funds available in the. current budg~;~)'to- ~';\ enable the Municipal Council to authorize the entering If~to a \\ \ Contract bet",een the Borough of Car!;eret' and: 1:2! _'. 1111 ~/+/-1 \'i'\'", I'"} \\".\ '\ '/ ''-','''','m,,:_:,--'':;-(J/ Budget, fn(IUi~\S,)/ The funds available -for account of: , C ~ 0;';-0 f;-IO/-c!Jt>! ~ D2.PO'?~#b JMPl<.Dtf.~oGRR.l-1 in the amount of: .# 1.36-; ,,};;-:;;'-OJ/O this contract are in the By this certification, I have account for the amount of the hereby. encumbered the above named contrac~l action. Patr k DeBlasio, Treasul;er DATE: to ~ 30 -6!7