HomeMy WebLinkAboutPaul I. Cripe, Inc./Utilities'I6.ul I. Cripe, Inc.
Water Distribution Center Design Fee Proposal
Utilities Department - 2005
Appropriation ii
Con~'act Not To Exceed $478,537.00
; P.O.#
AGREEMENT FOR PROFESSIONAL SERVICES
APPROVED A~ TO FORM
THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is hereby made
and entered into by and between the City of Carmel, Indiana, acting by and through its Board of
Public Works and Safety (hereinafter "City"), and Paul I. Cripe, Inc. (hereinafter "Professional").
RECITALS
WHEREAS, City is committed to maintaining and improving its infrastructure to better
serve the public; and
WHEREAS, from time to time, City needs architectural and engineering services (the
"Services") to assist bt in fulfilling the foregoing commitment; and
WHEREAS, Professional is experienced in providing and desires to provide to City the
Services referenced herein; and
WHEREAS, City desires to engage Professional as an independent contractor for the
purpose of providing to City the Services referenced herein;
NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and
conditions set forth herein, City and Professional mutually agree as follows:
SECTION 1.
INCORPORATION OF RECITALS
The foregoing Recitals are hereby incorporated into this Agreement and made a part
hereof.
Paul I. Cripe, Inc.
Wate~ Distribution Center Design Fee Proposal
Utilities Department - 2005
Appropriation # ; P.O.#
Contract Not To Exceed $478,537.00
SECTION 2. SCOPE OF SERVICES
2.1
City desires to engage Professional as an independent contractor for the Services set
forth in attached Exhibit A, incorporated herein by this reference.
2.2
Professional understands and agrees that City may, from time to time, request
Professional to provide additional or modified Services, the scope of which shall be as
requested and defined by the Mayor or his duly authorized representative and attached
hereto in the order approved by City.
2.3 Time is of the essence of this Agreement.
SECTION 3.
CITY'S RESPONSIBILITIES
3.1
City shall provide such information as is reasonably necessary for Professional to
understand the Services requested.
3.2
City shall provide all data required for provision of the Services. Professional may
assume that all data so provided is correct and complete, unless Professional
determines, in its reasonable judgement, that additional data is needed from the City in
order for Professional to perform the Services.
3.3. City shall arrange for Professional to enter upon public and private property as
reasonably required for Professional to perform the Services.
3.4
City shall designate payment of the Services from City budget appropriation number
CCS62838 funds.
3.5
City shall designate the Mayor or his duly authorized representative to act on City's
behalf on all matters regarding the Services.
SECTION 4.
PROFESSIONAL'S RESPONSIBILITIES
4.1 Professional shall perform the Services pursuant to the terms of this Agreement and
within any applicable time and cost estimate.
4.2 Professional shall coordinate with City its performance of the Services.
4.3 Professional shall provide the Services by following and applying at all times reasonable
and lawful standards as accepted in the industry.
Paul I. Cripe, Inc.
Watei Distribution Center Design Fee Proposal
Utilities Department - 2005
Appropriation # ; P.O.#
Contract Not To Exceed $478,537.00
SECTION 5. COMPENSATION
5.1
Professional estimates that the total price for the Services to be provided to City
hereunder shall be no more than Four Hundred Seventy Eight Thousand Five Hundred
Thirty Seven DoIlars ($478,537.00) (the "Estimate"). Professional shall submit an invoice
to City no more than.once every thirty (30) days for Services provided City during the
time period encompassed by such invoice. Invoices shall be submitted on a form
containing the same information as that contained on the Professional Services Invoice
attached hereto as Exhibit B, incorporated herein by this reference. City shall pay
Professional for all undisputed Services rendered and stated on such invoice within sixty
(60) days from the date of City's receipt of same.
5.2
Professional agrees not to provide any Services to City that would cause the total cost of
same to exceed the Estimate, without City's prior written consent.
SECTION 6. TERM
Subject to the termination provisions set forth in Section 7.1 hereinbelow, this Agreement
shall be in effect for one (1) year after its Effective Date.
SECTION 7.
MISCELLANEOUS
7.1 Termination.
7.1.1
The obligation to provide all or any portion of the Services under this Agreement
may be terminated by City or Professional, without cause, upon thirty (30) days'
notice.
7.1.2
The obligation to provide all or any portion of the Services under this Agreement
may be terminated by City, for cause, immediately upon Professional's receipt of
City's "Notice To Cease Services."
7.1.3
In the event of full or partial Agreement termination, and as full and complete
compensation hereunder, Professional shall be paid for all such Services
rendered and expenses incurred as of the date of termination that are not in
dispute, except that such payment amount shall not exceed the Estimate.
Disputed compensation amounts shall be resolved as allowed by law.
7.2 Bindin.q Effect.
City and Professional, and their respective officers, officials, agents, partners and
successors in interest are bound to the other as to all Agreement terms, conditions and
obligations.
· Paul I. Cripe, Inc.
' Water'Distribution Center Design Fee Proposal
Utilities Department - 2005
Appropriation #
Contract Not To Exceed $478,537.00
7.3 No Third Party Beneficiaries.
; P.O.#
Nothing contained herein shall be construed to give rights or benefits to anyone other
than the parties hereto.
7.4 Relationship.
The relationship of the parties hereto shall be as provided for in this Agreement, and
neither Professional nor any of its agents, employees or contractors are City employees.
Professional shall have the sole responsibility to pay to or for its agents, employees and
contractors all statutory, contractual and other benefits and/or obligations as they become
due. Professional hereby warrants and indemnifies City for and from any and all costs,
fees, expenses and/or damages incurred by City as a result of any claim for wages,
benefits or otherwise by any agent, employee or contractor of Professional regarding or
related to the subject matter of this Agreement. This indemnification obligation shall
survive the termination of this Agreement.
7.5 Insurance.
Professional shall procure and maintain with an insurer licensed to do business in the
State of Indiana such insurance as is necessary for the protection of City and
Professional from all claims under workers' compensation, occupational disease and/or
unemployment compensation acts, because of errors and omissions, because of bodily
injury, including, but not limited to, the personal injury, sickness, disease, or death of any
of Professional's employees, agents or contractors and/or because of any injury to or
destruction of property, including, but not limited to, any loss of use resulting therefrom.
The coverage amounts shall be no less than those amounts set forth on attached Exhibit
C. Such insurance policies shall not be canceled without thirty (30) days' prior written
notice to City.
7.6 Liens.
Professional shall not cause or permit the filing of any lien on any of City's property. In
the event such a lien is filed and Professional fails to remove it within ten (10) days after
the date of filing, City shall have the right to pay or bond over such lien at Professional's
sole cost and expense.
Paul I. Cripe, Inc.
' Watei~ Distribution Center Design Fee Proposal
Utilities Department - 2005
Appropriation #
Contract Not To Exceed $478,537.00
7.7 Default.
; P.O.#
In the event Professional: (a) repudiates, breaches or defaults under any of the terms or
conditions of this Agreement, including Professional's warranties; (b) fails to perform the
Services as specified; (c) fails to make progress so as to endanger timely and proper
completion of the Services and does not correct such failure or breach within five (5)
business days after receipt of notice from City specifying same; or (d) becomes insolvent,
files, or has filed against it, a petition for receivership, makes a general assignment for
the benefit of creditors or dissolves, each such event constituting an event of default
hereunder, City shall have the right to terminate all or any part of this Agreement, without
liability to Professional and to exercise any other rights or remedies available to it at law
or in equity.
7.8 Government Compliance.
Professional agrees to comply with all laws, executive orders, rules and regulations
applicable to. Professional's performance of its obligations under this Agreement, all
relevant provisions of which being hereby incorporated herein by this reference, to keep
all of Professionals' required professional licenses and certifications valid and current,
and to indemnify and hold harmless City from any and all losses, damages, costs,
liabilities, damages, costs and attorney fees resulting from any failure by Professional to
do so. This indemnification obligation shall survive the termination of this Agreement.
7.9 Indemnification.
Professional shall indemnify and hold harmless City and its officers, officials, employees
and agents from all losses, liabilities, claims, judgments and liens, including, but not
limited to, ail damages, costs, expenses and attorney fees arising out of any intentional or
negligent act or omission of Professional and/or any of its employees, agents or
contractors in the performance of this Agreement. This indemnification obligation shall
survive the termination of this Agreement.
7.10 Discrimination Prohibition.
Professional represents and warrants that it and each of its employees, agents and
contractors shall comply with all existing and future laws prohibiting discrimination against
any employee, applicant for employment and/or other person in the subcontracting of
work and/or in the performance of any Services contemplated by this Agreement with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, subcontracting or work performance
hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age,
disabled veteran status or Vietnam era veteran status. This indemnification obligation
shall survive the termination of this Agreement.
Paul I. Cripe, Inc.
· Water Dis~'ibution Center Design Fee Proposal
Utilities Department - 2005
Appropriation #
Contract Not To Exceed $478,537.00
7.11 Severability.
; P.O.#
If any provision of this Agreement is held to be invalid, illegal or unenforceable by a court
of competent jurisdiction, that provision shall be stricken, and all other provisions of this
Agreement that can operate independently of same shall continue in full fo. rce and effect.
7.12 Notice.
Any notice, invoice, order or other correspondence required or allowed to be sent
pursuant to this Agreement shall be written and either hand-delivered or sent by prepaid
U.S. certified mail, return receipt requested, addressed to the parties as follows:
CITY:
John Duffy, Director of Utilities Department
City of Carmel
760 3rd Avenue SW
Carmel, Indiana 46032
Douglas C. Haney, City Attorney
Department of Law
One Civic Square
Carmel, Indiana 46032
PROFESSIONAL:
Michael A. Grubb
Paul I. Cripe, Inc.
7172 Graham Road
Indianapolis, Indiana 46250
Notwithstanding the above, City may orally provide to Professional any notice required or
permitted by this Agreement, provided that such notice shall also then be sent as
required by this paragraph within ten (10) business days from the date of such oral
notice.
7.13 Effective Date.
The effective date ("Effective Date") of this Agreement shall be the date on which the last
of the parties hereto executes same.
7.14 Governing Law; Lawsuits.
This Agreement shall be governed by and construed in accordance with the laws of the
State of Indiana, except for its conflict of laws provisions,' as well as by all ordinances and
codes of the City of Carmel, Indiana. The parties agree that, in the event a lawsuit is filed
hereunder, they waive any right to a jury trial they may have, agree to file such lawsuit in
an appropriate court in Hamilton County, Indiana only, and agree that such court is the
appropriate venue for and has jurisdiction over same.
Paul I. Cripe, Inc.
Water Distribution Center Design Fee Proposal
Utilities Department - 2005
Appropriation #
Contract Not To Exceed $478,537.00
7.15 Waiver.
; P.O.#
Any delay or inaction on the part of either party in exercising or pursuing its rights and/or
remedies hereunder or under law shall not operate to waive any such rights and/or
remedies nor in any way affect the rights of such party to require such performance at
any time thereafter.
7.16 Non-Assiqnment.
Professional shall not assign or pledge this Agreement nor delegate its obligations
hereunder without City's prior written consent.
7.17 Entire Aqreement.
This Agreement contains the entire agreement of and between the parties hereto with
respect to the subject matter hereof, and no prior agreement, understanding or
representation pertaining to such subject matter, written or oral, shall be effective for any
purpose. No provision of this Agreement may be amended, added to or subtracted from
except by an agreement in writing signed by both parties hereto and/or their respective
successors in interest. To the extent any provision contained in this Agreement'conflicts
with any provision contained in any exhibit attached hereto, the provision contained in
this Agreement shall prevail.
7.18 Representation and Warranties.
Each party hereto represents and warrants that it is authorized to enter in.to this
Agreement and that any person or entity executing this Agreement on behalf of such
party has the authority to bind such party or the party which they represent, as the case
may be.
7.19 Headinqs.
All headings and sections of this Agreement are inserted for convenience only and do not
form a part of this Agreement nor limit, expand or otherwise alter the meaning of any
provision hereof.
7.20 Advice of Counsel.
The parties warrant that they have read this Agreement and fully understand it, have had
an opportunity to obtain the advice and assistance of counsel throughout the negotiation
of same, and enter into same freely, voluntarily, and without any duress, undue influence
or coercion.
Paul I. Cripe, Inc.
' Water Distribution Center Design Fee Proposal
Utilities Department - 2005
Appropriation #
Contract Not To Exceed $478,537.00
7.21 Copyright.
; P.O.#
City acknowledges that various materials v~hich may be used and/or generated by
Professional in performance of Services, including forms, job description formats,
comprehensive position questionnaire, compensation and classification plan and reports
are copyrighted. City agrees that all ownership rights and copyrights thereto lie with
Professional, and City will use them solely for and on behalf of its own operations. City
agrees that it will take appropriate action with its employees to satisfy its obligations with
respect to use, copying, protection and security of Professional's property. Professional
acknowledges that certain documents prepared or used in the performance of the
Services may be disclosed pursuant to the Indiana Access To Public Records Act, court
order or subpoena.
7.22 Personnel.
Professional represents that it has, or will secure at its own expense, all personnel
required in performing the services under this agreement. Such personnel shall not be
employees of or have any contractual relationship with City. All of the services required
hereunder will be performed by Professional or under his supervision and all personnel
engaged in the work shall be fully qualified to perform such services.
7.23 Records and Inspections
Professional shall maintain full and accurate records with respect to all matters covered
under this agreement for three (3) years after the expiration or early termination of this
agreement. City shall have free access at all proper times to such records and the right
to examine and audit the same and to make transcripts there from, and to inspect all
program data, documents, proceedings and activities.
7.24 Accomplishment of Project
Professional shall commence, carry on, and complete the project with all practicable
dispatch, in a sound economical and efficient manner, in accordance with the provisions
thereof and all applicable laws. In accomplishing the project, Professional shall take such
steps as are appropriate to ensure that the work involved is properly coordinated with
related work being carried on within City's organization.
P~iul I. Cfipe, Inc.
· Water'Disb'ibution Center Design Fee Proposal
Utilities Department - 2005
Appropriation # ; P.O.#
Contract Not To Exceed $478,537.00
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as
follows:
-CITY OF CARMEL,' INDIANA
by and through its Board of Public
Works and Safety
BY:
Jar~ Brainard, Presiding Offic--e-r
Date:
Miry Ar~'~urke, M'e~nber
Date: /~
kori ~Wat~~
Date~ I
~5~'na Cordrav IA4:d'G, C~erk-T_r
PAUL I. CRIPE, INC.
Printed Name: Fredrick J. Green
Title: President ~nd Chief Operating Officer
FID/TIN: 35-0254477
Sandra M. Johnsol~
Deputy Clerk for
$EP-22-05 THU 09:42
7172 SmhamRoad
Indlanapons, IN ~62~
FAX:317-~41,4790
Services
Lan:Plan~lng
PClUL [. ORIPE, tNO,
NO, 317 841 4798
P, 04
July 20, 2005
Mr. John Ouffy
Director of Utilities
City of Carmel
760 Third Avenue, aW, Suite 110
Corm. el, IN 48032
DESIGN FEE PROPOSAL FOR ARCHITECTURAL AND ENGINEERING
DESIGN SERVICES FOR THE DESIGN OF THE WATER DISTRIBUTION
CENTER AT WATER PLANT #1
Dear Mr. Duffy:
Paul 1. Cripe, Inc. is pleased to provide this proposal for archilectural and
engineering so.ices pursuant to the above-referenced project. The Cdpe Teem
will be providing architectural and engineering design services to design a new
¢;55,000*square foot distribution center building at the northeast corner of 131~"
Street and Shelborne Road. The facility will include an underground vehicle and
equipment storage area; a main level maintenanCe shop with two (2) vehicle lifts,
vehicle wash beys, shipping and receiving area with truck c~ook, meter shop,
repair shop with overhead trolley and hoist system, locker rooms with restrooms
and a chemical lab for the water treatment facility; on the second level will be a
bunk room and pedestrian walkway. The distr[butior', center will be connected via
an elevated pedestrian walkway, to the proposed adjacent water operations
headquarters. There are additional outdoor storage bin areas and buildings
located on site that ara included in this proposal as well. This proposal does
include civil engineering design for the overall site which includes additional
building structures design by others.
GENERAL SCOPE OF WORK:
Design phase services included within cur work effort are propossd to be as
follows:
Architectural, mechanical, plumbing, fire protection (if
required), electrical, civil, structural design, cost estimating at
design development and construction document phs.sas and
code review.
Schematic design has been comp[med.
Design development phase - working with the owner user
groups to fudher develop the design.
Completion of Final Bid Documents for the project including
drawings and specifications. Architect to assist Owner in
permitting regarding indiana D~partmcnt of Fire and Building
Safety.
c)l' th~
~OIl$ Solheim
Cup
SC[HtlM'
EXHIBIT
SEP-22-05 TNU 09:42
PAUL [, CRIPE, [NC, FAX NO, 317 841 4798 P, 05
Mr. John Ouffy
Director of Utilities
City of Carmel
July 20, 2005
Page 2
· Bidding/Negotiations phase services for the project,
Assist Owner/Contractor in the bidding phase Of the project,
Administration of the construCtion phase of the work with bi-weekly site visits
to attend progress meetings and review progress of the project and the
conform{fy of the cor, str~cti~', to the design documents, Construction to be
complete by December 2007,
Review of shop drawing submittals,
Review of job site questions and Requests for Information,
Certify pay app{icetionS.
interior design service as follows;
Interior finishes and design details for interior finishes.
ConstruCtion observation services have been included as a separate line item
in this proposal. Obsewation services to include 25 hours per week to review
the construction of the distribution headquarters building and site only.
PROJECTTEAM
ArchiteCture and Project Management
Civil Design
Paul I. Cripe, Inc.
Client Services DirectodProJect Manager
' Mike Grubb
Paul I, Cripe,
George Zboyovsky
Structural Design
McComas Engineering Rod McComas
Tom MiItner
Mechanical, Electrical and Plumbing
Design and Fire Protection
Moore Engineers, PC Tim Moore
Tom Wilhoite
Code Review
RTM Consultants
Ed Rensink
ARCHITECTURAL DESIGN AND PROJECT MANAGEMENT SCOPE OF SERVICES - Paul I,
Cripe,/nc,
Paul I. tripe, Inc. has been involved with the schematic design phase in association with Jones
& Henry Engineers, Ltd. A design, development package will be developed for Owner approval,
and a final construction document package will be released for construction of the facility after
receipt of Owner approval. Due to the aggressive schedule of the project, weekly design
meetings will be in place in order to incorporate Owner input and approvals. During the
construction of the project, an architectural representative will attend bi-weekly project meetings
EXHIBIT
S~P-22-05 THU 09:42 A~ PAUL [. O~IPE, [NO, FAN NO, 317 841 4798 P, 06
Mr. John Duffy
Dimctorof Utilities
City of Carmel
July20,2005
Page 3
at the site. During the construction of the project, Paul I. Gripe, Inc. will provlde shop drawing
review and construction administration services. /
Architectural Clarif. Joatio~:
1. Paul I. Cripe, Inc, will assist in confirming ~:he program requirements and further develop
the design of the facility end review with user group the criteria for design. Owner
responsibility is to provide input within e timely manner as set forth by overall Schedules.
2, Additional coordination efforts will be required a follows:
a. Coordination with Jones & Henry Engineers, Ltd. for architectural, structural and
HVAC design,
b. Coordination with Owner group for design integrity.
Due to the aggressive nature of the project, the design team will rleed timely input from
user group on final layout of facility, Paul I. Cripe, Inc. will organize meetings with Owner
for review and input.
Overall schedule shall be the responsibility of the whole design team including the
Owner. Anticipated completion of the construction is December 2007.
Any application cost and fees associated with the State of Indiana Fire & Building
Services for State Design Release or code variance procedures are not included In this
· proposal
MECHANICAL AND PLUMBING DESIGN SCOPE - Moore Engineers, PC
Moore Engineers, PC. a member of the tripe team, proposes to perform design development
and construction document engineering and preparation ~[ccording to the schedule transmitted
to us, in addition, we will attend progress meetings throughout the construCtion phase of this
project and provide assistance in design qualification, commissioning and building qualification
· documents, as required:
'1. 'The utilities for this building will be totally separate from the water treatment and
headquarters faciJities,
2, The heating will be based on natural gas,
3. The garage will be for maintenance and service and will be heated with gas infrared
heaters.
4. Our design will establish a positive pressure in the building relative to the plan spaces.
5, 'The HVAC systems will be based on central station air handlers with chilled water using
air cooled condensers.
6. There is no snow melting system.
7, The site lighting will include wall packs on buildings, flag pole lighting and 12 pole
mounted lights.
B. The bins and the open storage will be lighted only, No heating wilt be required,
There will ~Iso be coordination between our design team and Jones & Henry Engineers, Ltd. to .
,l~P~nsure a proper separation of sit~ and building ut[llties,
EXHIBIT
SEP-22-05 THU 09:42 tim PfiUL I, ORIPE, INO, Ffi× NO, 317 841 4798 P, 07
Mr. John Duffy
Director of Utilities
City of Carmel
July 20, 2005
Page 4
CIVIL DESIGN SCOPE OP SERVICES - Paul I. Cripe, Inc.
Civil En.qineerinq Scope of Work:
Construction Documents
Upon receiving site plan approval from the City of Carmel, we w~ll proceed with the development
of constru~ion documents for the water operations building site as well as the overall site. The
overall site design witi be coordinated with Jones & Henry Engineers, Ltd. Engineering
construction plans will be prepared to provide construction and bidding documents far site
construction. The proposed items to be included as part of the design plans am as follows',
, Demolition and cleadng plans shall be prepared to show the existing features to be
removed to facilitate constru clion of the proposed improvements.
· Geometric site plans shall be prepared to show horizontal control of site improvements.
· Grading plans shall be prepared to reflect vertical elevations of site improvements to
provide a positive method for drainage of storm water.
· Eadhwork cut and fill votumes shell be provided based on the final grading plan.
· Site utility plane shall be provided to show the location of proposed on-site sanitary
sewers, storm sewers, water tines, electric service, telephone service, and gas service.
· Details shaft be prepared for cr~ica[ design/construction features including the special
construction of manhotes, inlets, and pavement sections.
· Erosion contr01 plan shall be prepared for control of erosion during and after site
construction.
· Maintenance of traffic plan shall, be p~pared forthe improvements along 106m Street. it
is assumed that the roadway will be widened with acceh'decel lanes across the entire
frontage of the project. It is alS0 assumed that the necessary passing lanelbtister(s)
along the south side of 10(~m Street will also be required.
, Site construction spec~cations will also be provided in conjunction with cons[ruction
documents.
Ea~.h moving operations are a critical element in the construction process, Due to the
underground storage area and other excavations on site, Paul I. Cdpe, Inc. does anticipate a
surplus of seil material needing to be removed and transferred off site.
Landscape Architecture Design Scope
· Landscaping plan shall be prepared based on the minimum requirements of the City of
Carmel ~andscape requirements.
AI]ency Submittals and Permits
Regulatory ;tote and local agency ~ubmittals shall be prepared to obtain applicable permits and
approvals for the site construction of this project, with the exception of building permits, Fire
Prevention and Building Safety Approvals, and any ether permits normally obtained by the
contractor(s). The following is a listing of the approvals included in thls Scope of Services.
~,,. · Submitta{ to the City of Carmel Technical Advisory Committee (TAC) for plan reviews
~,:~..~.~ and approvals. ,SO~O0]
,~,,,,~.~ ~1~~'~
EXHIBIT
SEP-22-05 THU 09:43 ~M PAUL I, ORIPE, INO, F~X NO, 317 841 4798 P, 08
Mr. John Daffy ' ."
Oirector of U~ititiee
City of Carmel
July 20, 2005
Page 5
· Submittal to the affected utility companies for utility service and installation coordination,
· Submittal to the Hamilton County Su,rveyor's Office for review and approval,
· Submittal to the Hamilton County Soil and Water Conservation District for erosion control
approval,
· Submittal to Carmel Utilities for sanitary sewer connection approval,
· Submittal to the Board of Public Works and Safety for sanitary sewer availability and
drive way/right-of-way approval, if required. ~
Since the project is located in and is being designed for the City of Carmel, it is assumed that
this project will not be subject to the Department of Community Services development process.
Therefore, it is assumed that submittals to the Plan Commission are not required for this project.
Assumptions
1. All submittal and permit fees shall be paid by the City of Carmel.
A check for the
required amount shall be provided by the City of Cermet at the time of submittal or. if it is
preferred, an invoice for an approximate amount of the permit fees shall be sent to the
City of Carmel upon the acceptance of the proposal a~d/or execution of an agreement
between Paul 1. Cripe, Inc, and the City of Carmel. This permitting allowance shelf be
applied to the permit fees and any remaining amount can be applied to the fee balance
or refunded to the City of Carmel,
2, This scope of services is based on the conceptual plan prepared by Jones & ~enry
Engineers. Ltd,
3. Geotechnical engineering studies shall be prov[cied by ,the owner. Geotechnical
engineering and testing during construction shall be provided by the owner.
4. Construction staking and as-built surveys are not included in this scope of services,
These services may be performed under a separate professional services agreement, if
required,
5. Public water main extensions are not included in this scope of services,
6. Irrigation design will be by others, if'require, d,
7, The sites w{iJ not require any change of zoning or variance proceedings.
8. The projects will not be subject to Planning Commission approval or process.
9. The approval process will only erlta]l ob[aining TAC agency approvals as needed,
10, Overall stormwster detention design has been completed in a previous design..
11.A single set of construction documents will be prepared for this scope of work.
Therefore, the design of the Water Treatment Plant and Headquartem the building
design must occur simultaneously for coordination purposes and effective earthwork
design,
12. One bid package and process is anticipated rn this scope of work. The Water Treatment
Plant and Headquaders will have a separate bidding process.
13, All water treatment plant and headquarterS improvements, including undargroun~
infrastructure and above grade structures, will be designed by Jones & Henry Engineers,
Ltd,
14, Wetland studies, delineation, or mitigation will ba by others, if required.
15. Easements or right-of-way from adjacent properly owners associated with the proposed
project will be acquired by the City of Carmel. Easement descriptions are not included in
this scope of services et this time.
EXHIBIT A
SEP-22-05 THU 09:43 R~ PRUL I, CR[PE, INC, F~X NO, 317 841 4798 ?, 09
Mr. John Dur'fy
Director of Utilities
City of Carmel
July g0, 2005
Page 6
STRUCTURAL ENGINEERING DESIGN SCGPE OF SERVICES - McComa$ Engineerir~g
Structural design services for the +55,(~00-square foot water d{etribution building and assoc[ated
storage bins and buildings. Our proposal is based on preliminary plans by Jones & Henry
Engineers, Ltd. presented to Cat'me( Utiflties, {t is our understanding that the aggressive nature
of the project will require attendance of design meetings. In addition, coordination with Jones &
Henry Engineers, Ltd, will be required for proper interface of the water operations building and
future water treatment plant.
ESTIMATED FEES
Our proposed fix fee for the above scope of work is as follows:
Architectural, Interior Design, structural Deeign, $478,537,00
Mechan[oal, Electrical, Plumbing and Fire Protection
Design, Civil Englneering~ Landscaping, Code RevieW,
Cost Estimating and Construction Administration
The architect's fees will be revisited if the scope el~ services is increased including revisions to
the approved Documents after they ere substantially completed due to the following',
a. Owner requested revisions or changes in scope or layout.. . changes significant:[rom
existing layout from Jones & Henry Engineers, Ltd.
b, Construction change orders caused by unforeseen existing conditions.
c. Additional i~vestigat[on and design caused by unforeseen existing conditions.
d. Changes required by the cerltractor to reduce construction costs or expedite
construction.
Our fees are to be invoiced monthly on a percentage compiete basle. In addition, we have the
following understanding of the schedule and process to be pursued for this project as well as
additional project assumptions:
1, Paul I. Cripe, Inc. staff and consultants will attend weekly or bi-weekly planning design
meetings working with Owner and user groups.
2. Construction cost for water distribution building and overall site devetopment assumed to
be approximately between $4,800,000 - $6,50(],000.
3, Due to the lack of scope of work, sun/ay is not included at this time.
4. Construction schedule - approximately twelve (12) months duration completed by
December 2007,
5. Design schedule to start immediately.
EXTENDED SERVICES - Paul I. Cripe, Inc,
Construction Phase
Provide on-site representation for an average of twenty-four (24) hours per week for
appreximately twelve (12) months, An additional one (I) hour week for a Project
Manager for overall project scheduling coardinatien and issue resoI~t{on.
I$c~9ool
EXHIBIT A
SEP-22-05 THU 09:43 aH PaUL I, CRIPE, INC, FaX NO, 317 841 4798 P, 10
Mr. John Ouffy
Director of Utilities
City of Cermet
July 20, 2005
Page 7
Assist in preparation of notice-to-proceed and review of all documents as required by the
general conditions or construction documents,
· Attend pre-COnstrUction meeting.
· Review and analyze contractors' schedule of values and construction schedule.
· Attend all construction progress meetings,
Observe construction for compliance with construction documents,
· Issue non-conformance reports as required and provide follow up.
· Review contractors' monthty or biweekly updated schedules and advise Owner with the
status in relation to odgina~ project schedule,
· Review all pay applications.
· Review all change orders for cost and constructability.
· Assist in coordinating multiple contractors,
· Monitor and facilitate the shop drawing, request for information end request for pricing
processes, Advi,se Owner of any problems.
Provide weekly written reports.
· Assist and review substantial completion and final punch list process.
· Review project status with Owner on a weekly basis regarding all project issues or
concerns,
Post-Construction Phase
Review all documentation for final payment.
· Review all operation and maintenance manuals for compliance with project
specifications.
· Coordinate all operation and maintenance reviews and training with the City of Carmel
Utilities Department staff.
We feel our experienced staff can provide the City of Carmel Utilities Department services as a
technical representative to make this e successful project.
Extended Servicae Fe.e Estimate
Paul I. Gripe, Inc.'s proposed fixed fee is based on a twelve (121 month constr~ctien period from
time of contractor's mobilization onto the construction site to acceptance by Owner of the project
from the contractor, The time on-site or working on said project by Paul I. Cdpe, Inc. personnel
shafl be based on twenty4our (24) hours per week with an additional one (1) hour Project
Manager time. Our proposed fixed fee is One Hundred Fifty Seven Five Hundred Sixty Dollars
($157,560.00). If the construction period exceeds twelve (12) months. ~[ach additionql week o,f
construction, shall entitle Paul I. (:;ripe, Inc, to an additional fee of Three 'l'housand Thirty Dollars
($3,030,00) per week, Our fees will be invoiced r~n a monthly basis on a percentage complete
basis.
in addition, reimbursable expenses and eeNices are not Included in the above basic fee. and will be
invoiced at the actual COSt. These Include, but are not limited to, the following;
Permit Fees - state and local
Bid Sets and printing cost
Soil testing services
EXHIBIT
isoJ~O01
,,SEP-22-05 THU 09:43 R~ PAUL I, CRIPE, INC, F~X NO, 317 841 4798 P, ll
Mr, John Duff'/
Direc[or of Utilities
City of Carmel
July 20, 2005
Page 8
4. Material testing services
5, ' Construction staking and construction survey services
6. Record drawing services
7, Audio/Visual.presentation and materials '
8. Fax transmissions, copies
9. Mileage
10. Plotting of drawings
11. Tempora~ facilities
Paul I. Cr[pe, Inc. will also furnish Additional Services as you may request in writing. Additional
Services will be charged at current Paul I. Cdpe, Ins. standard hourly rates as attached. These
sates are subiect to change, in which ay,ant, we shell notify you in writing of the new rates.
It is anticipated that the general contractor(s) awarded these projects will provide adequate office
space, telephone, fax, ets, for our personnel within their cons{ruction ~'ailer, es such limited cost for
temporary facilities is anticlpa[ed.
This proposal is valid [or thirty (3g) days following submittal. This proposal is only an offer of
Paul f. Cripe, lnc.'s scope of services and is not binding on either party until acceptable terms
and conditions have been negotiated and agreed upon between both parties.
Our design team would like to thank you for this opportunity to be of continued service. We Iool~
forward to working with you on this project and continuing our long term design retationship with
the City of Carmel.' If you have any questions or need any clarification regarding the proposed
scope of services, please call met at your earliest opportunity,
Sincerely'
Client SerVices Director