Loading...
CrossRoad Engineers/Engr/Additional Services/$71,000 hv\ (46A Si o 0.03 CrossRoad Engineers Fnuineeiing Department 2010 APPROVED. AS 0 Appropriation #2009 Road Bond; P.O. #21806 FORM ay Contract Not To Exceed $71,000.00 ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AMENDMENT TO THE GOODS AND SERVICES AGREEMENT by and between the City of Carmel and CrossRoad Engineers (the "Vendor"), shall amend the following terms of the agreement Southwest ClayTownship Drainage Area Projects Design Proposal; Level One Projects (the "Agreement (Contract #030310.03 and P.O. #21806) All other previously agreed upon terms, to and including, Notices, Indemnifications and Warranties shall remain the same as set forth in the Agreement. The Additional Services shall be provided by Vendor consistent with the Scope of Work attached as Exhibit "A IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA CROSSROAD ENGINEERS by and through its Board of Public Works and Safety By: By: 111/ 4/Ad L �1. J;/es :rainard, Presi.in g horiied Signature Date: yl�a hheA( f. C(ArleS MIWW, Printed Name Mary A BurkeiMe ber Date: b 5� W� 3 -Q A Lori S. ats Title p ember FIDITIN: P l+ Date: c:/a /i o SSN if Sole Proprietor: ATT T: O V I Date: l Diana Cordray, IAMC, Clerareasurer Date: -Z -/D (ZWadVro4aa".al Suva Gn.AecSantu. fonultAYliwul Stns.. Minx,' GInM k Sawa, 444 M190111 W 4 ArJ �T May 18, 2010 CITY" ARMEL Mr. Chip Charles, P.E. JAMES BRAINARD, MAYOR Mr.Trent Newport, P.E. CrossRoad Engineers, P.C. 3417 South Sherman Drive Beech Grove, IN 46107 RE: Additional Service Amendment #5, P.O. #21806 Dear Chip and Trent: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #030310.03 dated March 3, 2010, 1 have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Service Amendment #5— Southwest Clay Township Drainage Area Projects Design Proposal; Level One Projects See "Attachment A" Not to Exceed: $71,000.00 Per our contract procedural requirements, l hereby approve these Additional Professional Services estimates, and request that the Board of Public Works ratify the above referenced Contract Amendment. PLEASE NOTE Please be advised that "Additional Services" performed on City contracts must be billed separately from the original contract and other additional services. More importantly, the invoice must reference the appropriate Additional Service and P.O. shown above. invoices received without the Additional Service referenced will be returned for proper identification. Thank you for your continued assistance in providing the City of Cannel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, Michael T. McBride, P.E. City Engineer Reviewed and approved by: S. Engelkin DEPARTMENT OF ENGINEERING Director of Administration ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317. 571.2441 FAx 317.571.2439 EMAIL engineering @carmel.in.gov 01 1, ik May 12, 2010 w 4-` ma j 9 t1 x- 4111' rt Mr. Gary Duncan, P.E. �i City of Carmel Assistant Engineer One Civic Square i Carmel, IN 46032 'CROSSROAD EN6INEERS, PC Re: Southwest Clay Township Drainage Area Projects Design Proposal Dear Gary, Per you your request and based upon the Southwest Clay Township Annexation Master Drainage Plan, we are providing the following proposal to provide services associated with the Level One Priority projects per the Southwest Clay Township Annexation Master Drainage Plan prepared by our office. We have used this Master Drainage Plan as a basis for the scope of work of the following projects. Where required, the development of construction documents will include full survey, design, and permitting as well as construction management. Where projects have existing construction documents, provided by the Hamilton County Surveyor's Office, we are providing fees for construction management only. At this time we do not foresee any easements or right -of -way required for these projects. However, after survey and design are completed for each project we will make you aware of any easement /right -of -way needs and, if necessary, provide the appropriate fee proposals. The projects are as follows: Bridlebourne Proposed drainage improvement plans have already been developed by Structurepoint for the Hamilton County Surveyor's Office. The proposed improvements include lowering the storm sewer that conveys drainage from the northern pond to the southern pond, and in turn, lowering the normal pool of the northern detention pond. This will create additional storage volume in the northern pond and alleviate the surcharging of the existing inlet pipe from the Larkspur subdivisions detention pond in heavy rain events, thus promoting positive drainage from the Larkspur detention pond to the north. In addition, the plans include improving the outlet of the southern pond, and coupled with the other improvements will correct the existing drainage issues in both Bridlebourne and Larkspur to the north. The construction costs for the existing plans are estimated to be $200,000.00. It is our understanding that the Hamilton County Surveyor's Office will complete all necessary design and bid /award this project. Therefore, we will only provide construction management services for this project: Const. Management $4,000 Total $4,000 1 Larkspur Per discussions with Hamilton County Surveyor's Office, there are no current construction plans for drainage improvements for Larkspur. This subdivisions detention pond is linked to the Bridlebourne pond and it is the Surveyor's Office recommendation that Bridlebournes drainage project above be completed prior to further evaluating Larkspur outlet issue as the Bridlebourne project may correct both subdivisions issues. Larkspur pond has a hindered outlet because the Bridlebourne pond to the south elevates in heavy rain events to the point of not allowing a positive outlet from Larkspur. Therefore, we recommend an evaluation of this issue including visual inspection during rain events and survey /drainage calculations to determine if the Bridlebourne work will solve Larkspur issues. Our fee for the evaluation of this project including inspection, survey, and drainage calculations shall be a total lump sum of $4,000. Total $4,000 Walnut Creek Woods The Hamilton County Surveyor's Office believes that drainage issues within the development are due to the outlet pipe for the development periodically becoming blocked by beavers and debris causing the flooding of the inlets and street north of 106 Street and in the cul -de -sac. It will be the objective of further investigation and evaluation to verify that the development's detention facility has the sufficient capacity and determine if the outlet blockage is the cause of the drainage issues. If it is determined that outlet blockage is the cause of the issues, many options will be investigated in order to achieve the goal of specifying an effective, maintenance free outlet protection measure to prevent future blockages. Our fee for the survey, design, permitting, bidding, and construction management for this work shall be a total lump sum of $10,500 with the following breakdown: Survey $2,000 Design /Permitting $5,000 Bidding $1,000 Const. Management $2,500 Total $10,500 Kings Mill The Hamilton County Surveyor's Office believes that rear yard drainage issues within the development are due to an end section at the west end of the subdivision becoming clogged with debris. This portion of the storm sewer conveys off -site flow through the subdivision, bypassing the developments detention system. It will be the objective of further investigation and evaluation to determine the extent of the proposed improvements that will be required to correct this drainage issue. We will investigate and analyze the condition and capacity of this portion of the existing storm sewer and determine the feasibility of designing a bypass or overflow system to the detention system for this existing pipe. Our fee for the survey, design, permitting, bidding, and construction management for this work shall be a total lump sum of $14,000 with the following breakdown: 2 Survey $3,000 Design /Permitting $7,000 Bidding $1,000 Const. Management $3,000 Total $14,000 Windemere The Hamilton County Surveyor's Office believes that drainage issues within the development are due to the outlet structure on 106 Street. Further investigation will be required to determine if there is an issue with pipe capacity, outlet conditions, invert elevations, or other issue. Possible solutions that will be analyzed may range from outlet structure replacement to outlet pipe upsizing depending on the results of the additional investigations. Our fee for the survey, design, permitting, bidding, and construction management for this work shall be a total lump sum of $10,500 with the following breakdown: Survey $2,000 Design /Permitting $5,000 Bidding $1,000 Const. Management $2,500 Total $10,500 Crooked Stick Estates Per owner complaints and Hamilton County Surveyor's Office there are several drainage issues along Crooked Stick Lane west of Ditch Road and in swales surrounding parcels within the subdivision. These issues appear to be related to lack of or failing drainage structures and inadequate or poorly graded drainage swales. Survey and field investigation will be required to determine what the drainage issues are, the cause of the drainage issues, and then to determine the appropriate resolution for the issues. Our fee for the survey, design, permitting, bidding, and construction management for this work shall be a total lump sum of $14,000 with the following breakdown: Survey $3,000 Design /Permitting $7,000 Bidding $1,000 Const. management $3,000 Total $14,000 3 Crooked Stick West Per owner complaints and Hamilton County Surveyor's Office there are several drainage issues along Firestone Road east of Town Road and at the culvert crossing Greenbrier Drive. Many other issues appear to be in this area along the ditch and are related to erosion. Survey and field investigation will be required to determine what the drainage issues are, the cause of the drainage issues, and then to determine the appropriate resolution for the issues. Our fee for the survey, design, permitting, bidding, and construction management for this work shall be a total lump sum of $14,000 with the following breakdown: Survey $3,000 Design /Permitting $7,000 Bidding $1,000 Const. management $3,000 Total $14,000 Our fees above are based on the assumption that all work for the above 7 project areas will be performed simultaneously. Please feel free to call me at the office at (317) 780 -1555 ext. 114 with any questions. We look forward to working with you on another project! Sincerely, CrossRoad Engineers, PC Trent Newport, P.E., L. Vice President 4