Loading...
CrossRoad Engineers/Eng/2,140,000/Adl Serv #1/2016 Carmel Bonds - Program Mangement FeeCrossRoad Engineers, P.C. Engineering Department - 2016 Appropriation: ASA #1; #94-650.04; 2016 Storm Water Bond, 2016 General Obligation Bond; P.O. #33743 Contract Not To Exceed $2,140,000.00 ADDITIONAL SERVICES AMENDMENT TO Qxoi�� AGREEMENT FOR PURCHASE OF GOODS AND SERVICES Q� THIS AMENDMENT TO THE GOODS AND SERVICES AGREEMENT ("Agreement") en red into by and between the City of Carmel and CrossRoad Engineers, P.C. (the "Vendor"), as City Contract dated March 16, 2016 shall amend the terms of the Agreement by adding the additional services to be provided by Vendor consistent with the Scope of Work attached hereto and incorporated herein as Exhibit "A". Furthermore, the terms of the Agreement shall be amended to include the E -verify requirement as stated in Indiana Code § 22-5-1.7 et seq., which is attached hereto and incorporated herein as Exhibit "B", as well as the required E -verify Affidavit, attached hereto and incorporated herein as Exhibit "C". Also, pursuant to I.C. § 5-22-16.5, Vendor shall certify that in signing this document, it does not engage in investment activities within the Country of Iran. The terms and conditions of the Agreement shall not otherwise be affected by this Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: ames Brainard, Presiding Officer Date: _ <--,— / "q> — %A Maly An urke, Member Date: �� / ? — S. WatsorXember ATT r � j' �J�- J J� li/✓LpJ GAJ Christine S. Pa���� rk-Treasur r Date: CrossRoad Engineers, P.C. By: Authorized Signature V � Printed Name ' Title FID/TIN: 3s- 1 01 6 3 3 3 Last Four of SSN if Sole Proprietor: Date: S 6 4LOJ % I$:kN1IL� YaU'pQ.SCO R Gcn.L. SralGnginccrintd0l G�CnmRn:u1 ASA @1 Addl S., Amrnd 3.27.2012 uilh P\II -i;`� CrossRoad Engineers, P.C. Engineering Department - 2016 Appropriation: ASA #1; #94-650.04; 2016 Storm Water Bond, 2016 General Obligation Bond; P.O. #33743 Contract Not To Exceed $2,140,000.00 Exhibit "C E -Verify Affidavit being first duly sworn, deposes and says that he/she is familiar with and ha • personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by � R0e� Z &� ) vltle"S, int (the "Company") in the position of-' _Fresi'denl- 3. I am familiar with the employment policies, practices, and procedures of the Company and have the authority to act on behalf of the Company. 4. The Employer is enrolled and participates in the federal E -Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the day of , 209. Printed: I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: (S:\cm -Is'J" L5— ft ASA 91 Addl 5— Anand i 27-1012,,iih P\ll ATTACHMENT "A" April 14, 2016 Mr. Jeremy Kashman, P.E. City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 Re: 2016 Carmel Bond Programs Program Management Fee Proposal Dear Jeremy: We are excited about continuing our involvement in the improvement of the City's infrastructure by providing the Program Management of the 2016 Storm Water Bond Projects as well as the 2016 General Obligation Bond Projects. Based on our conversations with you, our history of providing these same services on three previous bond programs for the City, and our current knowledge of the project areas, we have prepared this fee proposal for your review. In this role, we will be providing various profession services for the City, essentially serving as an extension of the City Engineer's staff. These Bond Management services are delineated as Exhibit 1 attached to this proposal. We will also be providing R/W Engineering and Acquisition services for any right of way and/or easement parcels necessary for the construction that will occur within the Bond Program areas. These services are delineated as Exhibit 2 attached to this proposal. We would like to thank you for this opportunity to continue our involvement in enhancing the City of Carmel and we appreciate the City's trust in our ability to continue providing these services. We look forward to working closely with you to make these 2016 Bond Programs a, success! If you should have any questions or need any further information, please do not hesitate to call me at (317) 780-1555 ext. 114. Sincerely, CrossRoad Engineers, PC xz) 41-�Trent E. Newport, P. E. President 3417 Sherman Drive ■ Beech Grove, Indiana 46107 ■ Tel 317.780.1555 N Fax 317.780.6525 BOND MANAGEMENT for 2016 Storm Water Bond & 2016 General Obligation Bond PROPOSED SERVICES 1. Prepare for and hold regular meetings with representatives of each of the engineering firms in order to monitor the progress of the specific projects as well as the overall program. 2. Provide technical, periodic reviews of the plans being prepared by the engineering firms. Coordinate the project design overlap between the various projects and provide technical input and guidance to the engineering firms, where appropriate. 3. Assist the City Engineer in developing an overall program budget. Monitor the work being performed for budget compliance, tracking deviations and reporting same to the City Engineer. 4. Prepare a time schedule for the overall program. Prepare reports and maps for coordination of the individual Bond Projects. Monitor the work being performed for adherence to the time schedule, tracking deviations and reporting same to the City Engineer. 5. Provide financial tracking of the programs, including: a. Track purchase order expenditures to ensure PO amount is not exceeded b. Track supplemental contract amounts and change orders for PO adjustments C. Balance to cash bank statement d. Prepare accounts payable voucher for each invoice (per PO Number) e. Prepare disbursement request (list of invoices to be paid) f. Maintain financial spreadsheet (broken down by each income source) and distribute monthly g. Monitor receipt of invoice submittals so that they are received timely in order to meet City's claim schedule h. Provide annual construction project cost report L Provide annual 1099 report and backup documentation j. Follow up on payment discrepancies 6. Review final bid documents prepared by the engineering firms. Assist the City Engineer in procuring bidders for the construction work. A l0 -F9 7. Assist the Director of the Department of Community Relations with public relations. This will include helping to keep the City's Web Page current relative to the construction efforts, helping prepare press releases, conversations and meetings with property owners to keep them informed of construction efforts and the anticipated time schedule for each phase of the construction to occur. 8. Coordinate with various utility companies in addition to the designer for each project. We will communicate and coordinate with the utility companies having facilities within the geographic areas included within this Program. This will include holding project progress meetings during the design phase, seeking input from representatives of the utility companies, and monitoring the relocations necessary to accommodate the proposed construction. 9. Coordinate with designers, contractors, utility companies, etc. to ensure the City receives electronic files for all improvements included within this program; this includes Final Design and Record Drawings. PROPOSED FEES We propose to provide the services described in Items 1 through 9 above on all projects within the 2016 Storm Water Bond Program and the 2016 General Obligation Bond Program for a lump sum of $2,140,000. This is approximately 4% of the $38.7 million 2016 Storm Water Bond amount and approximately 2.5% of the $23.5 million 2016 General Obligation Bond amount. We propose to bill a lump sum amount of $53,500 for each month of the duration of the 40 -month Program. If the Program is completed sooner than expected, we will bill the remainder of the lump sum amount upon completion. If the Program schedule is longer than expected, then the final month's billing of $53,500 will not be billed until the Program is completed. Direct project expenses, including fees from sub -consultants, will be considered reimbursable and billed at cost plus a 10% markup for administrative effort. � u FA X a 1 �.; 2 �-Fg R/W ENGINEERING & ACQUISITION SERVICES PROPOSED SERVICES CrossRoad Engineers, PC will provide R/W Engineering and Acquisition services for any right of way and/or easement parcels necessary for the construction of the projects included in the Bond Programs. We will utilize subconsultants to provide some of these services. For example, title research and appraisal services will be subcontracted. Depending upon workloads, we will perform some of the buying functions in-house while some will be performed by subconsultants. The specific services included, as well as the proposed fees for those services, are listed below. PROPOSED FEES ABSTRACTING Ill Title & Encumbrance Report (20 year Residential) $ 350 Per Report Title & Encumbrance Report (20 year Commercial) $ 450 Per Report Title & Encumbrance Report (20 year Municipal) $ 500 Per Report Temporary Report $ 150 Per Report Title Update $ 150 Per Report RIGHT OF WAY ENGINEERING R/W Engineering (Platted Area) $ 800 Per Parcel R/W Engineering (Non -Platted Area) $1,300 Per Parcel Preparation of Land Plat $ 500 Per Parcel Preparation of Legal Description $ 500 Per Description APPRAISAL PROBLEM ANALYSIS(') Appraisal Problem Analysis See Attached Fee Schedule APPRAISING Ill Appraisals See Attached Fee Schedule REVIEW APPRAISING lil Review Appraisals See Attached Fee Schedule BUYING Ill Buying See Attached Fee Schedule Note: An OWNER -directed second or subsequent offer shall be considered a new parcel. EXHIBIT '-3 of TITLE UPDATE & GUARANTY(') Title Update & Guaranty DEED RECORDATION Deed Recordation (Includes Title and Document Review) PARTIAL MORTGAGE RELEASE & RECORDATION (2) Partial Mortgage Release & Recordation RIGHT OF WAY MANAGEMENT R/W Management $ 250 Per Parcel $ 350 Per Parcel Actual Cost + 10% $1,000 Per Parcel These fees shall be paid in accordance with the following partial payment schedule for locally funded projects: R/W Management for Appraisal 60% of total fee per parcel R/W Management for Buying 40% of total fee per parcel These fees shall be paid in accordance with the following partial payment schedule for federallyfunded projects: R/W Management for APA 5% of total fee per parcel R/W Management for Appraisal 50% of total fee per parcel R/W Management for Review Appraisal 20% of total fee per parcel R/W Management for Buying 25% of total fee per parcel R/W Staking (3) Right of Way Staking Utility Staking (4) Right of Way Staking for Utilities $ 500 Per Parcel Hourly Basis ili This is a subcontracted item and the fee shown here is estimated. The final cost will consist of the actual invoiced amounts from the subcontractor plus a 10% mark-up for task coordination and administrative efforts. (z) These are fees that will be incurred for partial mortgage releases, recordations, etc., and the fee is unknown. The final cost will consist of the actual fees charged plus a 10% mark-up for task coordination and administrative efforts. (3) CrossRoad Engineers will provide field staking for the proposed right-of-way and/or easement parcels if requested by the City or if requested by either the appraising or buying subconsultants providing services on any of the bond projects. This work will include adequate field staking to identify the proposed right-of-way and/or easements. Only those parcels actually staked will be invoiced. (4) At the request of the City, we will provide any additional right of way staking that may be required by the various utility companies in order to expedite utility relocation efforts prior to construction within the bond areas. This field work for utility relocations will be provided on an hourly basis in accordance with our schedule of Hourly Billing Rates. Our current schedule is attached. .4_• 6J $u Ih Q y�FFS ni APPRAISAL FEE SCHEDULE APPRAISAL TYPE Waiver Valuation: includes all processes, procedures and observations to complete a WV report per Scope of Work assignment, photos of area of take; etc. 1 $400.00 PLUS OWNER CONTACT (if deemed necessary) $100.00 Appraisal Reports to Include: all processes, procedures and observations to complete a summary appraisal report per Scope of Work assignment, based on Federal Highway Administration rules and regulations and the INDOT Appraisal Manual; includes Scope of Work; Sales Comparison Approach for land value before; includes one approach to value (improved) before and after for short forms, long forms or narratives; includes leasehold interest analysis, includes listing of personality and realty items; includes access rights; includes intent to acquire letter; includes time in ordering and analyzing cost to cure items, includes owner contacts; includes corrections of appraiser's work; (PER) presently existing right of way; photos of the subject property exterior front, back, and sides, interior photos of every room and approximate area of taking, all land improvements in taking, (3.5" X 5" minimum photo size); plan sheet of subject property; aerials of the site; locator maps; zoning of the subject property, verification of title ownership in Auditor's office; a copy of the Assessor's card; verification of property tax information and current payment information; estimated setback of improvements on damaged properties; confirmation of 911 address for property location; electronic copies of reports; i original report copy,one green report copy and 3 additional co its ofthe re ort; obtain and review of FF&E a raisals; etc. TOTALTAKESHORT FORM /MARKET RESIDENTIAL S2.000.00 COMMERCIAL 1 53.700.00 FORM TYPE FORM WITH ADDITIONAL TEMPORARY EXCESS COST ALL LAND BUILDING ADDITIONAL TRAVELPER DAMAGES ONE LAND LANDTYPE R/W LAND To IMPROVEMENTS IMPROVEMENT APPROACH PARCEL TYPE; ONE (EACH) & VALUE CURE TAKEN (lawn, TAKEN (EACH) OVER IMPROVED PERPETUAL (All) (each trees, shrubs, (each; secondary Cost 50 LAND BUILDINGS APPROACH; R/W type) bushes, fence, /attached Approach, MILES etc. other landscape ancillary before and FROM (Each Group) itemsetc. buildings/ after; OFFICE (as concrete, asphalt, garages, Income determined drives, parking, agricultural barns, Approach, by Delorme curbing; not MINI barns, before and mapping residential mini etc.) after; system) barns, etc.) VALUE FINDING I SHORTFORM 151.700.00 I S600.00 I S125.00 I S125.00 I S200.00I 5325.00 I 5125.00 1 S300.00 1 5150.00 1 5300.00 1 5300.00 I LONG FORM RESIDENTIAL I LONG FORM OR NARRATIVE AGRICULTURAL 1 $2,700.00 1 $750.00 1 $125.00 I S125.00 15200.00 1 5400.00 1 $250.00 1 5300.00 I 5150.00 1 5600.00 1 5600.00 1 LONG FORM OR NARRATIVE MULTI -FAMILY LONG FORM OR NARRATIVE COMMERCIAL I LONG FORM OR NARRATIVE INDUSTRIAL 1 $5,500.00 1 $750.00 1 $125.00 1 $125.00 I $250.00 1 $500.00 1 5500.00 1 5600.00 1 5150.00 1 S1.200.001 52.400.00 I LONG FORM OR NARRATIVE SPECIAL PURPOSE 1 $5,500.00 1 $750.00 1 $125.00 1 $125.00 1 $250.00 1 $500.00 1 $500.00 1 $600.00 1 $150.00 1 $1,200.001 $2,400.00 1 1 SPECIALAPPRAISALS I Sign Purchase/ Short Form/ Sales Comparison and Income Approaches $3,300.00-$3,800.00 1 Excess Land Market Approach $2,000.00 1 Appraisal Problem Analysis Includes: all processes, procedures and observations to complete an Appraisal Problem Analysis per Scope of Work assignment, based on Federal Highway Administration rules and regulations and the INDOT Appraisal Manual; including Scope of Work, photos of the subject property and approximate area of taking (3.5" X 5" minimum photo size); plan sheet of subject property; aerials of the site; locator maps; zoning of the subject property; Verification of title ownership in Auditor's office; a copy of the Assessor's card; verification of property tax information and current payment information; estimated setback of improvements on damaged properties; confirmation of 911 address; electronic copies of reports; intent to acquire letter; l original report and 2 copies of the report; etc. $220.00 Appraisal fees are set by INDOT Review Appraisers or Supervision when the APA is completed. REVIEW APPRAISAL FEE SCHEDULE nw ¢vv rarrnh�r�� rr� WaiverValuation $180.00 Appraisal Review Reports to Include: all processes, procedures and observations to complete an Appraisal Review Report per Scope of Work assignment, based on Federal Highway Administration rules and regulations an the INDOT Appraisal Manual; includes Scope of Work; Sales Comparison Approach for land value before; includes one approach to value (improved) before and after for short forms, long forms or narratives; include leasehold interest analysis, includes listing of personality and realty items; includes access rights; includes intent to acquire letter; includes time in ordering and analyzing cost to cure items; includes owner contact: includes corrections of appraiser's work and reviewers; (PER) presently existing right of way; photos of the subject property exterior front, back, and sides, interior photos of every room and approximate area of taking, a land improvements in taking, (3.5" X 5" minimum photo size); plan sheet of subject property; aerials of the site; locator maps; zoning of the subject property, verification of title ownership in Auditors office; a copy of th Assessors card; verification of property tax information and current payment information; estimated setback of improvements on damaged properties; confirmation of 911 address for property location; electronic copie of reports; 1 original report copy, one green report copy and 3 additional copies of the report; review of parcel owners market data; review of FF&E appraisals; provide relocation breakout; etc. TOTAL TAKE SHORT FORM / MARKET I RESIDENTIAL 5900.00 1 COMMERCIAL 51.675.00 APPROACH FORM TYPE FORM WITH ADDITIONAL TEMPORARY EXCESS COST ALL LAND BUILDING. ADDITIONAL TRAVEL DAMAGES $115.00 ONE LAND LANDTYPE R/W LAND To CURE IMPROVEMENTS IMPROVEMENT APPROACH PER PARCEL TYPE; ONE (EACH) & VALUE (each TAKEN TAKEN (each; (EACH) Cost OVER 50 IMPROVED PERPETUAL (All) category) (lawn, trees, secondary/ Approach, MILES FROM LAND BUILDINGS $ 90.00 APPROACH; etc. 1 R/W $200.00 shrubs, bushes, attached before and OFFICE $270.00 $ 540.00 P`a'z <, .. fence, other ancillary after; Income (as determined • . '. t A ., ...,.. ,.ak (Each Group) $2,480.00 landscape items buildings/ Approach, by Delorme $55.00 $55.00 $115.00 1 $225.00 1 $225.00 $270.00 etc., concrete, garages, before and mapping 1 $540.00 1 $1,080.00 asphalt, drives, agricultural after; system) parking, curbing; residential mini barns, not MINI barns, etc.) barns, etc.) VALUEFINDING S 500.00 5135.00 $55.00 $55.00 S 90.00 1 $135.00 $ 60.00 $135.00 $150.00 $135.00 SHORTFORM 1 $ 780.00 1 $270.00 1 $55.00 1 $55.00 1 $ 90.00 1 $145.00 1 $ 60.00 1 $135.00 1 $150.00 1 $135.00 1 $ 112.50 LONG FORM RESIDENTIAL 1 $ 850.00 1 $335.00 1 $55.00 1 $55.00 1 $ 90.00 1 $155.00 1 $115.00 1 $135.00 1 $150.00 1 $270.00 1 $ 270.00 LONG FORM OR NARRATIVE AGRICULTURAL $1,220.00 1 $335.00 $55.00 $55.00 $ 90.00 $180.00 L $115.00 $135.00 $150.00 1 $270.00 1 $ 270.00 LONG FORM OR NARRATIVE MULTI -FAMILY $1,620.00 1 $335.00 $55.00 $55.00 $ 90.00 $225.00 1 $225.00 $200.00 $150.00 $270.00 $ 540.00 P`a'z <, .. • . '. t A ., ...,.. ,.ak LONG FORM OR NARRATIVE COMMERCIAL $2,480.00 1 $335.00 $55.00 $55.00 $115.00 1 $225.00 1 $225.00 $270.00 $150.00 1 $540.00 1 $1,080.00 I LONG FORM OR NARRATIVE INDUSTRIAL I 52.480.00 I 5335.00 I 555.00 I 555.00 I 5115.00 I 5225.00 I 5225.00 I 5270.00 I 5150.00 15540.00 1 $1.080.00 1 LONG FORM OR NARRATIVE SPECIAL SIGN SPECIAL APPRAISALS I Sign Purchase/ Short Form/ Sales Comparison and Income Approaches $1,480.00-$1,700.00 1 Excess Land Market Approach: $900.00 Appraisal Problem Analysis Includes: all processes, procedures and observations to complete an Appraisal Problem Analysis per Scope of Work assignment, based on Federal Highway Administration rule and regulations and the INDOT Appraisal Manual; including Scope of Work; photos of the subject property and approximate area of taking (3.5" X 5" minimum photo size); plan sheet of subject property aerials of the site; locator maps; zoning of the subject property; Verification of title ownership in Auditors office; a copy of the Assessors card; verification of property tax information and current paymen information; estimated setback of improvements on damaged properties; confirmation of 911 address; electronic copies of reports, intent to acquire letter; 1 original report and 2 copies ofthe report; etc. 1 $220.00 Review Appraisal fees are set by INDOT Review Appraisers or Supervision when the APA is completed. BUYING FEE ESTIMATE SCHEDULE TYPE OF ACQUISTION BASE FEE *TRAVEL FACTOR **COMPLEX OWNERSHIP FACTOR ***COMPLEX LIEN AND ENCUMBRANCE FACTOR TOTAL TAKE $1,325.00 +$150.00 +$150.00 +$100.00 PARTIAL TAKE $1,325.00 +$150.00 +$150.00 +$100.00 TEMP R/W ONLY $1,100.00 +$150.00 +$150.00 N/A ACCESS RIGHTS ONLY $1,100.00 + $150.00 + $150.00 N/A TITLE UPDATE REPORT $ 175.00 N/A = NOT APPLICABLE * If parcel is located outside of a 50 mile radius from the Buyer's station, the fee should be adjusted by the above factor. Travel within a 50 mile radius is considered local travel and has been factored in the base fee. Refers to Buyer's County of residence. ** If parcel involves acquisition from a major corporation (publicly traded), court supervised estate, guardianship or trust, multiple owners (3 or more) the fee should be adjusted by the above factor. *** If parcel involves obtaining a release for a government insured loan i.e. HUD, VA, etc., or from any bank, mortgage lender or from a syndicate partnership, the fee should be adjusted by the above factor. HOURLY BILLING RATES PERSONNEL CLASSIFICATION HOURLY RATE DESIGN Principal $ 150.00 Director 140.00 Senior Project Manager 125.00 Project Manager 115.00 Project Engineer 95.00 Assistant Project Engineer 80.00 CADD Manager 95.00 CADD Technician 85.00 R/W Manager 95.00 R/W Buyer 150.00 INSPECTION Director $ 140.00 Resident Project Representative 110.00 Asst Resident Project Representative 100.00 Project Inspector 90.00 Assistant Project Inspector 70.00 SURVEY Survey Manager $ 120.00 Assistant Survey Manager 85.00 Survey Crew -1 Man 105.00 Crew Chief 85.00 Field Man 65.00 Researcher 80.00 Survey Technician 80.00 MISCELLANEOUS Mileage (per mile) $ 0.52 Other Direct Costs at cost +15% CrossRoad Engineers, PC 3417 Sherman Drive Beech Grove, Indiana 46107 Rates Effective through December, 2016 CrossRoad Engineers, P.C. Engineering Department - 2016 Appropriation: ASA #1; #94-650.04; 2016 Storm Water Bond, 2016 General Obligation Bond; P.O. #33743 Contract Not To Exceed $2,140,000.00 EXHIBIT `B" E -verify requirement All terms defined in I.C. § 22-5=1.7 et seq. are adopted and incorporated into this section of the Amendment. Pursuant to I.C. § 22-5-1.7 et seq., Vendor shall enroll in and verify the work eligibility status of all of its newly -hired employees using the E -Verify program, if it has not already done so as of the date of this Addendum. Vendor is further required to execute the attached Affidavit, herein referred to as "Exhibit C", which is an Affidavit affirming that: (i) Vendor is enrolled and is participating in the E -verify program, and (ii) Vendor does not knowingly employ any unauthorized aliens. This Addendum incorporates by reference, and in its entirety, attached "Exhibit C." In support of the Affidavit, Vendor shall provide the City with documentation that it has enrolled and is participating in the E -Verify program. This Agreement shall not take effect until said Affidavit is signed by Vendor and delivered to the City's authorized representative. Should Vendor subcontract for the performance of any work under this Addendum, the Vendor shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E -verify program. Vendor shall maintain a copy of such certification for the duration of the term of any subcontract. Vendor shall also deliver a copy of the certification to the City within seven (7) days of the effective date of the subcontract. If Vendor, or any subcontractor of Vendor, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Vendor or subcontractor subsequently learns is an unauthorized alien, Vendor shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ("Cure Period"). Should the Vendor or any subcontractor of Vendor fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E -Verify requirements of this Agreement will not apply, should the E -Verify program cease to exist. [S:\C.,1 c \PmLS— & Goals Svcs\Engi..,ing\2016\C,—Rond ASA RI Add? Svcs Am nd 3-27-2012 aiih E -Verify Inng.,gad.:5N2016 3:07 PM[ CrossRoad Engineers, P.C. Engineering Department - 2016 Appropriation: ASA #l; #94-650.04; 2016 Storm Water Bond, 2016 General Obligation Bond; P.O. #33743 Contract Not To Exceed ~2,140,000.00 Exhibit "C" E -Verify Affidavit beim first duly sworn, deposes and says that he/she is familiar with and hA personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by 'A7S6 iZ.Dew', (the "Company') in the position of i VS1derf 3. I am familiar with the employment policies, practices, and procedures of the Company and have the authority to act on behalf of the Company. 4. The Employer is enrolled and participates in the federal E -Verify program and has provided documentation of such enrollment and participation to .the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the % clay of :" l.i?r , 20L4. Printed: l -PMe d I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. �1 1 Printed: ttwr`s7is.cn,.aai:tis,�11AH1S,,1AW,0 �-7-:01?.VE.Wi! apu d-c.l.^_JI(k(iiP>17 E -Verity OF) Company ID Number. 440231 To be accepted as a participant in E-Verffy, you should only sign the Employer's Section of the signature page. If you have any questions, contact E -Verify at 888-4644218. Employer CrossRond Engineers, PC Jill Newport Name ease Type or Print) Tilte Electronically Signed 11612011 Signature Oate !Department of Homeland Security — Verification Division IUSCIS,Verification Division (Please. Type or Print, I —Title ,Name Electro!llcally Signed 0811512011 [Signature Date Information Required for the E -Verify Program 'Information relating to your Company a e.CrossRoad Engineers, PC Company facility Address*,3417 Sherman Drive L Beech Grove, IN 46107 Company Alternate Address: 417 Sherman Drive Beech Grove, IN 46107 -Pounty or Parish: ;MARION Employer Identification Number: __ 61963331 Page 12 of 131E Verify MOU for Employer I Revision Date 09/01109 www.dhs.gov/E-Verify Company ID Number: 440231 North American Industry Classification Systems Code: ;541 _ _Number of Employees: !20 to 99 Number of Sites Verified for: ►re you verifying for more than 1 site? If yes, please provide the number of sites verified for n each State: a INDIANA 1 situ($) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: dill A Newport Telephone Number. (317) 780 -1555 ext. 120 13 -mail Address: jndwporlcrossrondengincers.Lrom Name: Waiter E Charles Telephone Number (317) 780 -155.5 eat. 115 C-mnil Address: celiarie;ncrossroadengineen.com Page 13 of 131E Verify MOU for Employer I Revision Date 09/01109 rax Number. (317) 780 - 6525 Fax Number (317) 780 - 6525 www.dhs.gov/E-Verify Received 5-06-16P01 :36 RCVD City of Carmel Department of Law LETTER OF TRANSMITTAL Date: April 21, 2016 To: Doug Haney Department of Law From: Jeremy Kashman �57AA Department of Engineering RE: CrossRoad Engineers Additional Service Amendment An additional service amendment is needed for Crossroad Engineers for the May 4th BPW meeting, please. Attached please find CrossRoad's scope of work and purchase order. Contract Information: Project Name: ASA #1 — Project 16 -ENG -21; 2016 Carmel Bonds — Program Management Fee Vendor: CrossRoad Engineers,. P.C. Amount: $2,140,000 Appropriation: P.O. 33743;,1016 Storm Water Bond, 20_16 Ger_ter_aLO-bligation_Bond Signature: Chip Charles Address: 3417 South Sherman Drive Beech Grove, IN 46107 Phone: 317/780-1555 Fax: 317/780-6525 Email: ccharles@crossroadengineers.com CCERTIFICATEity ®� ������ INDIANA RETAIL TAX EXEMPT NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 33743 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SUPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 4/21/2016 7 068025 ASA#1; Project 16-ENG-21; Contract Date: 03.16.16 CROSSROAD ENGINEERS, PC Engineering VENDOR 3417 S SHERMAN DR SHIP 1 Civic Square TO Carmel, IN 46032- BEECH GROVE, IN 46107 - Kate Lustig PURCHASEID BLANKET CONTRACT PAYMENTTERMS FREIGHT 4251 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 General Obligation Bond 1 Each 2016 Carmel Bonds - Program Management Fee (General $585,000.00 Obligation) 1 Each 2016 Carmel Bonds - Program Management Fee (Storm 1,555,000.00 Water) Sub Total Send Invoice To: Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 zuTb z:ivv rsonoiu.u. tsoncl/ PLEASE INVOICE IN DUPLICATE $585,000.00 $1,555,000.00 $2,140,000.00 DEPARTMENT I ACCOUNT PROJECT PROJECT ACCOUNT I AMOUNT PAYMENT $2,140,000.00 SHIPPING INSTRUCTIONS ' AN VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL - f 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL NO. 33743 CLERK -TREASURER April 21, 2016 Mr. Chip Charles, P.E. Mr.Trent Newport, P.E. CrossRoad Engineers, P.C. 3417 South Sherman Drive Beech Grove, IN 46107 r - JAMES BRAINARD, MAYOR RE: Additional Service Amendment #1, P.O. #33743 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, dated March 16, 2016, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Service Amendment #1— 2016 Carmel Bonds — Program Management Fee Not to Exceed: $2,140,000.00 Per our contract procedural requirements, I 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 Carmel with your professional quality services. If you should have any questions, please give me a call. Sincerely, Je y . Kashman, P.E. >ty Engineer Rev'wed and approved by: _ r S. C. EnAeaffig Director of Administration DEPARTMENT OF ENGINEERING ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAx 317.571.2439 EMAIL engineering®carmel.in.gov