Loading...
HomeMy Public PortalAboutAddendum No, 1 - Contract No. 106-2016 - Sanitary - Lochmueller - Design a new Lift StationADDENDUM NO. 1 to CONTRACT NO. 106-2016 T S ADDENDUM, Addendum No. 1 to Contract No. 106-2016, is made and entered into this.a 8 day of November, 2017, by and between Richmond, Indiana, a municipal corporation acting through its Board of Sanitary Commissioners of the Richmond Sanitary District, with its office at 50 North 5 h Street, Richmond, Indiana, 47374 (hereinafter referred to as "City"), and Lochmueller Group, 3502 Woodview Trace, Suite 150, Indianapolis, Indiana 46278 (hereinafter referred to as "Contractor"). WHEREAS, City and Contractor entered into Contract No. 106-2016 on September 27, 2016, in which Contractor was to provide professional engineering services, to include preliminary engineering evaluations, topographic survey data collection, geotechnical investigations, preliminary engineering reports, designing and permitting, bidding, and construction management and inspection, with regard to City's Hayes Lift Station and Far North Lift Station Improvement Project; and WHEREAS, In consideration for the services described above, and more particularly described in Contract No. 106-2016, dated September 27, 2016, City agreed to pay to Contractor a total sum not to exceed Seventy -Seven Thousand Four Hundred Sixty Dollars and No Cents ($77,460.00); and WHEREAS, Contract No. 106-2016 is to continue in effect until completion of the project described in the Contract, provided, however, that the Contract may be terminated, for cause, at any time, by giving at least five (5) working days written notice specifying the effective date and the reasons for the termination; and WHEREAS, City is now in need of additional DNR Construction in a Floodway permitting services needed to finalize the construction documents and permitting, with said additional permitting services to cost an amount not to exceed Nine Thousand Seven Hundred Fifty Dollars and No Cents ($9,750.00), and a resulting total project cost of an amount not to exceed Eighty -Seven Thousand Two Hundred Ten Dollars and No Cents ($87,210.00). Addendum No. 1 to Contract No. 106-2016 044 NOW, THEREFORE, for valuable consideration, including the recitals stated above and which are incorporated into this First Addendum to Contract No. 106-2016, and passage by majority vote of City, City and Contractor now agree to amend Contract 106-2016 as follows: 1. The City and Contractor executed and entered into Contract No. 106-2016, on September 27, 2016. Pursuant to Contract No. 106-2016, Section XI (Miscellaneous), Contract No. 106-2016 may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes and signed by both parties. 2. Section I. Statement and Subject of Work. Contract No. 106-2016 provides that Contractor shall abide by the terms and conditions set forth in a Proposal submitted by the Contractor to the City on or about August 2, 2016, which was attached to the Contract and incorporated by reference therein as Exhibit `B". The City and Contractor now agree that Contract No. 106-2016, should be amended so that Contractor shall provide services related to additional HEC-RAS modeling and DNR Construction in a Floodway permitting services, as set forth in the Proposal submitted by Contractor to City on or about October 13, 2017. Said Proposal dated October 13, 2017, with the accompanying Appendix, are attached hereto and incorporated by reference herein as Exhibit "A". Contractor and City agreed to abide by the terms and conditions set forth in said Exhibit "A" dated October 13, 2017. The additional services addressed in this Amendment No. 1 to Contract No. 106-2016 shall be performed for the total project increased consideration set forth below but at the same rates as set forth in Contractor's Proposal dated August 2, 2016 and incorporated into Contract No. 106-2016 as Exhibit `B". Section III. Consideration. City shall pay now Contractor a total sum not to exceed Eighty -Seven Thousand Two Hundred Ten Dollars and No Cents ($87,210.00) for complete and satisfactory performance of the work required in Contract No. 106-2016, as amended in Addendum No. 1 to Contract No. 106-2016, with the foregoing sum reflecting a Nine Thousand Seven Hundred Fifty Dollars and No Cents ($9,750.00) increase in this Addendum No. 1 from the original contracted amount in a not to exceed sum of Seventy -Seven Thousand Four Hundred Sixty Dollars and No Cents ($77,460.00). 3. Both City' and Contractor acknowledge and agree that, other than what is set forth in agr aph 2 above, the remainder of the terms, conditions and covenants in Contract No. paragraph 16 shall remain intact and unchanged and shall continue to be in full force and effect. 4. Both City and Contractor agree that any person executing this Addendum No. 1 to Contract No. 106-2016 in a representative capacity warrants that he or she has been duly authorized by his or her principal to execute this Addendum. IN WITNESS WHEREOF, this Addendum No. 1 to Contract No. 106-2016 is executed and approved by the undersigned representatives of the City and Contractor this A-9 day of November, 2017, although signatures may be affixed on different days. "CITY" The City of Richmond, Indiana, by and through its Board of nitary Commissioners Sue Miller, President man Bakshi, Vice President ens, Member Dated: // /gN/l APPROVED: ow, Ma Dated: "CONTRACTOR" Lochmueller Group By: Carl D. Camacho Title: Regional Vice -President Dated: ill /// CCHMUELLER GROUP October 13, 2017 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Subject: Scope and Fee Amendment for Far North and Hayes Lift Station Design Project Dear Mr. Welch: The Construction in a Floodway Permit is requiring more work effort for the Hayes Lift Station Site than we originally anticipated. During the proposal stage, we assumed that we would complete a "Construction in a Floodway Permit using the Non -modeling Approach". We began our coordination on the Permit by contacting Greg Steins, the local Floodplain Administrator for the FARA (Floodplain Analysis and Regulatory Assessment). Greg pointed up to DRN to request the FARA. We requested and received the FARA from DNR, which included a new floodway map and base flood elevations. This floodway map that DNR provided was not available when we submitted our proposal and has subsequently provided more detailed information regarding the floodway. Once we received the updated floodway map with base flood elevation information, we set the grade elevation of the pump station to provide two (2) feet of freeboard over the base flood elevation of 1,016 ft. With the current design, the proposed facilities are taking up approximately 20% of the cross sectional area by building up the area with soil at a 3:1 slope. Once the proposed facilities take up more than 5% of the cross sectional area, modeling is required to demonstrate that the facilities are not creating more than 0.14 ft rise in the floodplain water elevation. DNR is now requiring the use of the existing HEC-RAS model to evaluate the project impacts Find below the modification to the original Appendices for the Agreements: Appendix A: Scope of Services Section B.1.f is modified as follows: f) Prepare the application package for the Construction in a Floodway Permits I. Add existing cross sections to the existing model through the project area based on project topographic survey info (supplement with 2-ft contour county information) II. Modify existing model to reflect proposed conditions III. If the model shows more than 0.14 ft rise, we will need to modify the design to get the rise below 0.14 ft. If the rise is less than 0.14 ft, no modification to the current design will be necessary. IV. Complete DNR project evaluation table V. Complete the DNR modeling checklist VI. Create CheckRAS modeling reports VII. Write a modeling narrative Vill. Create Package with all attachments for the Construction in a Floodway Permit 3502 Woodview Trace, Suite 150 Indianapolis, Indiana 46268 PHONE: 317.222.3880 • TOLL FREE: 888.830.6977 EXHIBIT 'A' - Page 1 of 2 COCHMUELLER WN GROUP Appendix B: INFORMATION AND SERVICES TO BE PROVIDED BY OWNER No changes Appendix C: SCHEDULE No changes Appendix D: FEE The following fee justification is replaced with the following (added items in bold italics): Preliminary Engineering Evaluation $13,800.00 Lump Sum Design and Permitting $41,100.00 Lump Sum Construction in a Floodway Permit $9,750.00 Lump Sum Bid Administration $5,300.00 Hourly + Reimbursable Construction Management & Inspection $12,800.00 Hourly + Reimbursable Geotechnical Investigation $4,460.00 Reimbursable Total $87,210.00 (Not to Exceed) We appreciate the opportunity to continue to serve the Richmond Sanitary District. Please feel free to contact me at 317-691-0010 or idewitt@lochsroup.com if you have any questions. Sincerely, LOCHMUELLER GROUP, INC. Jeff DeWitt, P.E. Director of Water Resources 3502 Woodview Trace, Suite 150 Indianapolis, Indiana 46268 PHONE: 317.222.3880 • TOLL FREE: 888.830.6977 EXHIBIT 'A' - Page 2 of 2