Loading...
CrossRoad Engineers, P.C./Eng/Adl Serv #2A/155,300/Midtown East Design – Supplemental Preliminary EngineeringCrossRoad Engineers. P.C. Engineering Department - 2016 Appropriation: ASA #2A: #94-650.04; 2616 COPE Bond, P.O. #34329 $55,300 and P.O. #33744 $70,000 Contract Not To Exceed $155,300.00 O ✓�o�` ADDITIONAL SERVICES AMENDMENT TO. AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement') entered into by and between the City of Carmel and CrossRoad Engineers, P.C. (the "Professional"), as City Contract dated March 16, 2016 shall amend the terms of the Agreement by adding the additional services to be provided by Professional 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 '7, 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, Professional 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 CrossRoad Engineers, P.C. Authorized- Signature Tem. E" Keba�� Printed Name l Title FID/TIN: 39 -1°t,(o333) Last Four of SSN if Sole Proprietor: j Date: 1 Z(r 17m !v IX'Cffl-`PwUSI"&ASA.IAAJJ1 Swa A—l?-27.:ul:,,nhL-Vrir>11:59 AS11 ATTACHMENT "A" September 14, 2016 Mr. Jeremy Kashman, P.E. City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 Re: MidTown East Design Supplemental Preliminary Engineering Services Fee Proposal Dear Jeremy: Based on our conversations with you, our current knowledge of the project areas, and communications with various other involved entities, we have prepared this fee proposal for your review. This proposal addresses three separate project areas: 1. Monon - Main Street to 1St Street NW 1 (g -iEnl G - 3 -2-- 2. 4th Street SW - Monon Boulevard to 1St Avenue SW I v -Z-�J (" - '31 A 3. 0 Street SW - 4th Avenue SW to Monon Boulevard 1(0 -'UIJ G - 31 Number 1 will be incorporated into our current Monon Boulevard project and will require complete services from survey through design and preparation of bidding documents. Number 2 has been partially developed by Civil and Environmental Consultants, Inc. (CEC). The services provided by this supplemental proposal include CEC completing the design plans (see the attached proposal for this effort) and CrossRoad providing the oversight of that design, review of those design plans, and the preparation of bidding documents and assistance through the bidding process. Number 3 will require complete services from survey through design and preparation of bidding documents. These projects will be locally funded through the 2016 General Obligations Bond and/or the 2016 COIT Bond. f 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 EXHIBIT Trent E. Newport, P. E. President 1 /�T� +3 3417 Sherman Drive ■ Beech Grove, Indiana 46107 ■ Tel 317.780.1555 N Fax 317.780.6525 MONON - MAIN ST. To 1St AVE. NW 4T" STREET SW - MONON BLVD. To 1ST AVE. SW 4T" STREET SW - 4T" AVE. SW To MONON BLVD. CrossRoad Engineers, PC I. PROJECT DESCRIPTIONS Monon — This added project area from Main Street to 11t Avenue NW will involve the design of the Monon Trail and 2nd Avenue NW to be similar to the characteristics of the Monon Boulevard in the previous contract. 4th Street SW —This project involves extending the proposed west terminus of 4th Street SW at 1St Avenue SW westward to 4th Avenue SW. The eastern half of this extension has been partially developed by CEC. We will utilize their services to complete the design. We will review that design, prepare the bidding documents, and then oversee the bidding process. The western half of this extension will be developed completely through this supplemental proposal. Included in this proposal is the preliminary engineering services necessary for the complete development of the proposed improvements for these projects. These services include survey, road design, trail design, lighting design, utility coordination, permit applications, and contract documents. Also included in this proposal is the communication and coordination with several entities that will have a significant involvement in these projects: • Gehl Studio, Inc. • Civil & Environmental Consultants, Inc. • Old Town Development, LLC • Rundell Ernstberger Associates II. SCOPE OF PROFESSIONAL SERVICES 1. Route Survey and Topographic Survey A Route Survey will be prepared for both project areas since they each will involve right of way parcels. This work will generally follow INDOT procedures and will include locating (horizontally & vertically) all necessary features in the field such as edges of pavement, existing drainage structures and patterns, utilities, buildings, signs, etc. 'EXHIBIT 2-�D 2. Road Design Design and construction plans for the project locations will be prepared in accordance with the City of Carmel's standards, guidelines and directions, and using INDOT standards where applicable. CrossRoad Engineers will submit plans to the City Engineer for review at the following milestones: • Preliminary Plans (Approximately 35% complete) • Field Check Plans (Approximately 70% complete) Neither holding a public information meeting nor preparing landscaping design plans is included, but maintenance of traffic is. 3. Lighting Design Preparation of lighting plans is included. These plans will document the roadway geometry, the location of the service points (indicating voltage being supplied), location of the poles, the orientation of the luminaires, the light source type and luminaire wattage, as well as any underground wiring, conduit, handholes, and cable duct markers that are needed. 4. Utility Coordination Coordination with representatives from each of the utility companies having facilities within the project area will be included in this task. CrossRoad Engineers will communicate any relocation of facilities that may be needed and then review the relocation plans that the utility companies prepare. We will review any reimbursable claims by the utility companies and coordinate as necessary. This task does not include work associated with field locating the vertical depth of any utilities ("potholing"). This work will be in general accordance with INDOT policy and procedures currently in effect. However, this scope only addresses utility coordination through the design process. Utility coordination services during the construction phase will be provided as needed on an hourly basis. S. Permit Applications The projects will likely require the disturbance of more than one acre of land. Therefore, an IDEM Rule 5 permit will be required for the project locations. E:XHIBI 3 JO 6. Bid Documents and Bidding Phase Following the City Engineer's approval of Field Check Plans, final bid documents will be prepared, including construction plans, project specifications and final engineer's estimate. Bidding documents will be prepared using "front end" information and documents provided by the City. A CrossRoad Engineers representative will also attend and prepare agendas and minutes for the pre-bid, bid opening and the pre - construction meetings. 7. Coordination / Communication with Other Entities During the development of these projects, an unusually large amount of coordination and communication with be required. • Gehl Studio, Inc. — The City has contracted with Gehl Studio to provide planning services in several areas of the City, including the Monon Boulevard and Range Line Road. We will work closely with their staff to incorporate their ideas and schematics into the design plans. We anticipate numerous conversations and meetings to ensure their planning intent eventually becomes encompassed within the design plans. • Civil & Environmental Consultants, Inc. — At the recommendation of the City, we will be utilizing the services of Williams Creek Consulting as a subconsultant on this contract. We will work closely with the staff of CEC. We anticipate numerous conversations and meetings to ensure their design concepts satisfy the City's vision for the development of this area. • Old Town Development, LLC — This developer is undertaking a massive reconstruction in this section of the City. Therefore, adjacent to these projects, there are numerous areas where their private development must mesh with our public development. To facilitate this, we anticipate numerous conversations and meetings to communicate and coordinate the proposed improvements. • Rundell Ernstberger Associates —The City intends to contract with a firm to provide landscape architecture services in many areas of the City, including these project locations. The primary focus of this firm will be to ensure that the planning concepts presented by Gehl Studio are implemented within the individual infrastructure projects. To accommodate this firm in their efforts, we anticipate several conversations and meetings being required. '"EXHIBIT /,-\ 9o-Ft3 $70k add'I services III. PROPOSED FEES add to existing New work $85,300 - new P.O. P.O. 33744 TASK DESCRIPTION PROJECT LOCATION Mo -hon Blvd - Main St. to ls' Street NW 411 St. SW- Motion Blvd to ls" Ave. SW 4th St. SW - 4th Avehue;.SW to Mohon Blvd 1. Route Survey & Topo Survey '$7,600 $-2,500 2. Rbad,,DbMgh 48,000 35,000 a. CtdsSRo—a"d'D-(e—sig"n-'ReViev'V - 5"'000, b. ."CEC-Final Design 10,550 C. CEC Detention Facility Design 4;300 3. .Lighting Design 3,000 MOO 4. ifity Coordination Utility 2,000 3JO 1 00 S. -Permit Applications .2,000 2,000 6. tidb.bcs and Bidding Phase, 2,000 91,060 3,000 a. CECMe6tings,& Bidding Coord. 2,950 7. ;Cbord.. / Comm, w/Other Entities 4j000 -SU6TOTAL5 _6,000 $70,600 coNTRACT TOTAL. -$j5s-,30o,-e- 4 8,5, -so ol Supplemental surveyonly, F6000r 6.,a. are on an hourly basis with -the amount -shown being a not -to -exceed. All other fees are ona,llump sum basis-. As: noted in CWs-.qttached.prqposal, reimbursable expenses arenot included in'the their fees ,and will be billed il I ed as these eXperises,ja.re-i-ricurred. !-- ""Y>,:t-7111 FF 4 /IZi► ®VM�` Civil & Environmental Consultants, Inc. August 31, 2016 (updated September 12, 2016) Mr. Trent E. Newport, P.E., L.S: CrossRoad Engineers; P.C. 3417 Sherman Drive Beech Grove, Indiana 46107 Dear Mr. Newport: Subject: Proposal for Civil Engineering, Services Proposed 4th Street Design Drawings 41h Street S.W. between Monon Boulevard and 1" Ave. S.W. Carmel, Indiana 46032 CEC Project 163-710 Civil & Environmental Consultants, Inc. (CEC) is pleased to present for your consideration our proposal to provide professional civil engineering services for the proposed 41h Street S.W. Extension between Monon Boulevard and V Ave. S.W. in Midtown Carmel, Indiana. CEC has been working on the Mid Town project development plan since 2014. 1.0 SCOPE OF -SERVICES CEC appreciates your consideration of our firm for: this project. CEC is a civil engineering, environmental and :ecological consulting firm with over 700 employees in eighteen locations, including Indianapolis, IN, Pittsburgh-, PA (headquarters); Export, PA; Cleveland, OH; Columbus; OH; Cincinnati, OH; Nashville, TN; Chicago, IL; Detroit; MI; Austin; TX Phoenix, AZ; Charlotte, NC; Boston, MA and St.. Louis, MO.. CEC has been named one of the top 200 design firms nationally by Engineering News -Record. The CEC Indianapolis office will be overseeing and completing the proposed services for the project. The following breakdown of staff will be dedicated to the project: Civil Engineer Project Manager: Greg Rasmussen, PLA Senior Civil Engineer & Quality Manager: Aaron Hurt; PE, AICP Civil Engineering Support: Ben -.Bemis, Senior Designer Nick Justice, EI Anthony Syers, LS Jeff Clayton, PE CEC staff has experience working.on numerous commercial projects in Carmel. Recent projects in Cai7nel include:i a i E. a y T A- CA— L5 530 E. Ohio Screet, Suite G I Indianapolis, IN 46204 1 p: 317-655--7777 f: 317-655-7778 1 www,cecinc.coni Mr. Trent Newport, PE., L.S. CrossRoad Engineers,, PC. CEC Project 163-710 Page 2 August 31, 2016 (updated September 12, 2016) ■ Cannel Midtown Development Plan ■ Allied Building ■ Sophia Square Plaza Renovation ■ IMPA Conference. Center ■ Huntington Bank (Michigan Road and Range Line Road) ■ Home Depot ■ Penn Circle Apartments ■ Cannel Marketplace (Fountains Redevelopment) The following information outlines the project background information as we understand it, our assumptions, purpose and scope of services, estimated fees, schedule, and additional services. 2.0 PROJECT DESCRIPTION CEC understands that CrossRoad Engineers, PC will be providuig. construction specifications, public bid documents, bidding, contractaward, contract management, project oversight, project management, review of public pay applications, construction management, construction observation, and -other all other aspects of the project not specifically identified in CEC'& scope of work for the .0 Street S.W. Extension between Monon Boulevard. and I" Ave. S.W. The proposed site is located at ,approximately 150 0' Street SW within the City of Carmel Jurisdiction and contains approximately 0.60 acres. Local approvals through Carmel (site plan, engineering, landscaping, and drainage), Carmel Utilities (sanitary sewer and water), Carmel and Hamilton County Surveyor'.s Office. Drainage, IDEM Rule 5, and local" utility providers are required and have been :submitted for review and approval. It will be CrossRoad Engineers, PC's responsbility'to verify all permits are obtained prior to starting .construction. 2.1 Basis of CEC's Scone -of Services This proposed agreement for professional services was prepared based on the Request for Civil Engineering Services, our prior` work, on the property, out review of the associated survey information, review of available electronic data,. as well as CEC's past experience on similar projects: The following -information forms the basis for our scope of•services: O .GEC will .prepare constriction drawings only for 0 Street `between Monon Boulevard -and V' Ave. S. W'. O The construction drawing set Will include: • Title Sh6et e Survey Sheet '(by CSC, Inc) • Site Layout Plan • Grading & Drainage Plan • Storm Sewer Profiles XHUT • Structure Data. Table ' " A Civil & Environnientil Consultants, Inc. Mr. Trent Newport, P.E., L.S. CrossRoad Engineers, PC. CEC Project 163-710 Page 3 August 31, 2016 (updated September 12, 2016) • Erosion Control Plans and Details • Site Utility Plan • Sanitary Sewer Profiles • Road Plan and Profiles • Road Cross Sections • Landscape Plan • Landscape Details • Site Details O CEC will utilize the drawing sheets and files associated with the Old Town Development of Carmel Midtown Blocks 1 &1 Areas outside of the right=of--way for: 4111 Street will be screened back to identify only the area of ,411' Street S.W. to be constructed with associated sidewalks, curbs, asphalt pavement, storm sewers, landscape, sanitary sewers, water lines and other associated items to complete the work in. the 41" Street S.W: right-of-way. .O 'Coordination with CrossRoad Engineers, PC and Old Town -Design Group will consist of meetings, .phone calls, and emails. We have not included any public meetings, meetings with City Officials, County Officials,. or State Officials ;associated with our portion of work. O CEC will provide construction drawings, construction drawing coordination, limited construction administration and limited project closeout O CEC will assist with submittal review associated with out portion of the design drawings and we will :answer contractor RFPs associated to our work. O CEC has not included a maintenance of traffic plan for this project. It is GEC's understanding that the overall Midtown East project will handle any maintenance of traffic for the site and that F.A. Wilhelm, the. Cannel Redevelopment Commission, and Old Town Design Group will provide coordination with local authorities and adjacent landowners to accommodate the construction activities in the area, including the 4"' Street'S.W. construction. O CEC understands that the Monon ROW (drives, trail and green space) are to be designed as part of a separate. project. .O Changes to our plans and plan revisions requested by the City of Carmel, Carmel Redevelopment Commission, or other review and governing agencies is not included in our fees and will required additional fees to complete any changes to the plans. The following sections of this agreement present a purpose and scope of services for these items, followed by our estimated costs, and schedule. It should be understood that our scope of services Civil & Environmental Consultants, Inc. I—EXHIBIF 1dfo Mr. Trent Newport, P.E., L.S. CrossRoad Engineers, PC. CEC Project 163-710 Page 4 August 31, 2016 (updated September 12, 2016) is the anticipated civil engineering base services envisioned by CEC based on our past experience on similar projects. This scope of services and associated costs may require revision as the project. progresses. 3.0 CIVIL ENGINEERING — CONSTRUCTION DOCUMENTS 3.1 Purpose: The purpose of the Construction Document phase is to prepare construction documents that the Client can use to accurately constructthe infrastructure for'the mixed use development. 3.2 Scope of Services: The following scope of services, will be performed: a. Cover Sheet — GEC will prepare a project. Cover Sheet that indicates the project name, project location, address;_ relevant contact information; relevant project information, and sheet index., CEC will include the necessary project data as required by the .City of Carmel engieering department. b. Site Plan CEC will prepare a site plan showing proposed curb, sidewalk, pavement, parking stalls, building footprints, public street rights-of-way and property lines: All applicable features will be sufficiently dimensioned and noted to accurately construct the _proposed improvements. Grading and Drainage Plan — CEC will prepare a final Grading Plan for the .street that minimizes earthwork cuts and fills to reach a "balanced" site condition to the extent possible. Pavement and curb spot elevations will be shown in addition to proposed contour data. Drainage. calculations will be, provided in a report format for submittal to the Client and/or municipality. All proposed pipe sizes and drainage outlet information will be shown. d. Utility Plan — CEC will prepare a final Utility Plan that shows proposed locations for water lines, sanitary sewers, storm sewers for the site. CEC will coordinate Street Lighting locations and illustrate the pole locations on the Utility Plan to ensure no conflicts exist: CEC will also, at CrossRoad Engineers request, show the conduit routing and locations for Carmel Communications ducts and hand -hole locations behind each curbline of 4`i' Street Southwest. Underground Detention Basin & Water Quality Basins — CEC, per the d'irect'ion of Carmel and OTDG, will update the detention facility to enlarge the basin to maximize. the storage capacity of the Storm Trap System under the future Plaza. CEC will show an additional drainage basin area along the Monon Trail that the undergroundstorm basin can accommodate. The Aqua -Swirl :Basins will be updated and verified accordingly to accept the additional flows. The detention basin outlet control structure will be updated. Updated detention basin calculations will be provided as part of this project for review Civil & Environmental Consultants, Inc. 7 4 Mr. Trent Newport, P.E., L.S. CrossRoad Engineers, PC. CEC Project 163-710 Page 5 August 31, 2016 (updated September 12, 2016) and approval. Updated storm sewer pipe calculations will accommodate the additional area of flow and plan and profiles for the storm sewers will be updated. All applicable details and plan sheets will be updated. f. Storm Sewer Plan & Profiles — CEC will prepare storm sewer plan and profiles sheets for this phase of the project. g. Sanitary Sewer Plan & Profiles — CEC will prepare sanitary sewer plan and profiles sheets for this phase of the project. h. Road cross sections — CEC will prepare typical street cross section plans. i. Road Plan & Profile CEC will prepare road plan and profile sheet; depicting grades. j. Landscape Plans and Details — CEC will utilize the approved plan for Carmel Midtown East for the landscape plan for 4"' Street S.W. k. Construction Details — CEC will prepare construction details in accordance with the City, State, and utility provider requirements. Custom design and details for pavements, walls, furnishings, and amenity areas have not been accommodated as part of this proposal. 1. Erosion Control and Storm Water Management. Plan — CEC will prepare a final Erosion Control Plan for the overall project that is in accordance with the local MS4 requirements. Locations of silt fence, concrete washouts, construction entrance, staging areas,inlet protection, erosion control matting, and other applicable measures will be -shown as part of the overall project and not just limited to the 40 Street S.W. project. Applicable idetailsand specifications will be provided. in. IDEM Erosion Control Rule 5 — CEC has submitted the overall IDEM Rule 5 to IDEM. n. CEC will attend Pre -Bid Meeting with.the City of Carmel and CrossRoad Engineers, PC. o. CEC has included approximately two days of work associated with our work during the bidding process.. 4.0 BID AND CONSTRUCTION ADMINISTRATION SERVICES 4.1 Purpose: The purpose of the Bid and Construction Administration Services is to convey the proper design information to bidders and the selected General Contractor during construction: 4.2 Scope of Services: The following scope of services will be performed: Civil. & Environmental Consultants, Inc. l a r✓ -F(3 Mr. Trent Newport, P.E., L.S. CrossRoad Engineers, PC. CEC Project 163-710 Page 6 August 31, 2016 (updated September 12, 2016) a. Constriction Administration - CEC will assist the Client with routine inspections throughout the construction process. A total of three inspections have been budgeted. CEC will provide the Client with detailed correspondence after each trip. b. CEC will approve shop drawings and Requests for Information throughout the construction period. CEC will clarify design related issues that arise during construction. CEC will complete any necessary certifications to signal the completion of .construction tasks, such as acceptance of the storm sewer installation. CEC will perform a final inspection and prepare a punch list. 5.0 ESTIMATED COSTS Item munber 1 below is presented as lump sum costs to complete the scope of services presented herein, and are based on our current understanding of the project and the assumptions contained within this agreement. We will obtain approval from the Client for all revisions to our scope of services and associated costs, if necessary as the project progresses. Items number 2.and 3 below will be billed as an hourly not to exceed (NTE) fee. 1. Construction Drawings $ 10,550 2. Enlarge Detention Facility, Pipes, Outlet, WQ, Calculations $ 4,300 3. Meetings and coordination prior to bidding (liourlyNTE) $ 2,950 4. Construction Administration Services (hourly NTE) $ 2,800 Total Professional, Services $ 20,600 5. Reimbursable Expenses (As Incurred) Cost + 10% Reimbursable expenses such as the UPS shipping charges, mileage, plan reproductions are not included in our fee: These expenses will be.billed as these costs are incurred. CEC's estimated costs do not include extensive plan reproductions, permit applications fees, site plan submission fees, andtap-in fees, which we assume will be,paid directly by the Client and/or the general contractor. Our standard Schedule of Terris and Conditions will apply to this work. Any changes to the. agreement must be agreed to in writing by both parties prior to your authorization to proceed. Your oral or written authorization to proceed will form a bindingcontract and indicates your acceptance of our proposal. Civil & Environmental Consultants, Inc. )to -((3 Mr. Trent Newport, P.E., L.S. CrossRoad Engineers, PC. CEC Project 163-710 Page 7 August 31; 2016 (updated September 12, 2016) 6.0 ADDITIONAL PROFESSIONAL SERVICES The proposed scope of services and estimated costs presented do riot: include the following services,. which the .Client may require as the project progresses. At your request, we can provide separate proposals which include these. additional services as their scope is defined. Drawina Revisions: CEC's estimated costs for civil engineering services include making revisions to drawings to address comments by the Client and the project team during the design work and to address comments by city officials during site plan review. If revisions to site development drawings. are required due to changes to the site plan or other conditions beyond our control, after CEO's completion of the site design, drawing revisions will be additional services, and can be performed at the direction of the Client. Invoicing of costs associated with drawing revisions will be for the actual man hours and reimbursable 'expenses incurred performing the work.. CEC will provide you with estimates of cost to complete drawing revisions resulting from changes to the site plan prior to proceeding with the revisions. Environmental and Geotechnical Services: CEC can provide a proposal for Environmental and Geotechnical Engineering support relative to the. site if needed. Variances: CEC can .assist with site plan variances for an additional fee once those items are identified. Offsite Utility _Infrastructure: CEC can provide a proposal for offsite utility infrastructure services, when the required scope is determined. Utility. Easements: CEC can provide a cost to prepare additional Utility Easements for construction of the utilities or storm drainage if this is required for the -project. Construction Stakina: "CEC can provide costs to complete construction staking for this work if requested for the project: It is anticipated that the contractor will hire and pay for construction staking services separate from this proposal. As -built. Surveys: CEC can provide surveying services to complete an :as -built field survey :if requested, but these services are, hot included in, out base fee. Proiect As=built�Drawings_. CEC can provide as -built drawing services either biased upon contractor as -built markups or by field located as=built surveys; but ;these services are not included in our base fee. Maintenance of Traffic Plans: CEC has not included any time or fees .to provide a maintenance of traffic plan for this project. It. is assumed that the overall Midtown East project w11, handle any maintenance of -traffic for 'the site and that F.A. Wilhelm, the Carmel Redevelopment Civil & Environmental'Consultants. Inc. 12 oft Mr. Trent Newport, P.E., L.S. CrossRoad Engineers, PC. CEC Project 163-710 Page 8 August 31, 2016 (updated September 12, 2016) Commission, and Old Town Design Group will provide coordination with local authorities and adjacent land owners to accommodate the construction activities in the area. 7.0 SCHEDULE The following schedule is a realistic timeframe to complete the civil engineering phase: O Civil Engineering Documents 2 - 3 weeks Q Bidding 2 3 weeks O Constriction Administration 4 - 6 weeks Total Civil Engineering and Construction Phase: 8 - 12 weeks CEC is staffed with ekperienced civil .engineers, landscape architects, and,support personnel and can commence work 'upon your authorization, and work within the identified timeframes. We will work with the Client and the project team to meet your scheduling needs for this project. 8.0 CLOSING CEC very much appreciates this opportunity to present our proposal to you. Please do not hesitate to contact us at 317-655-7777. We are availableto meet with you. to discuss the scope of :services, estimated costs, or schedule outlined herein for completion of our professional services. We can modify the proposed scope of services, if necessary, to accommodate specific schedule or budget constraints that may exist for this project. CEC looks forward to working with you. toward the successful completion of the project. Thank you for your consideration of CEC! Very truly yours, CIVIL :& ENVIRONMENTAL CONSULTANTS, INC. c� Aaron C. Hurt, PE, AICP Gregory L. Rasmussen, PLA Vice President Senior ProjectManager Proposal Acceptance: Naive Date E 1634710 2016:09.12 Updatcd.CrossRoad Engineers - Mid Town EastAth Street.docx Civil & Environmental Consultants, Inc. 7� ci f3 CrossRoad Engineers, P.C. Engineering Department - 2016 Appropriation: ASA #2A; #94-650.04; 2016 COIT Bond, P.O. #34329 $85,300 and P.O. #33744 $70,000 Contract Not To Exceed $155,300.00 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:\Comracts\Prof.Sv & Goods Sv \Enginecring12016\CrossRond ASA i2A Add? Sv Amend 3-27-2012 with E -Verify Imngunge.dee:9272016 11:35 AIv1J CrossRoad Engincers, P.C. En.-ineering Department - 2016 Appropriation: ASA 02A; #94-650.04; 2016 COU Bond, P.O. #31329 $85,300 and P.O. #33744 $70,000 Contract Not To Exceed $155,300.00 Exhibit "C" E -Verify Affidavit K+ & • NLe to r,� , being first duly sworn, deposes and says that he/she is familiar with and has 11,ersonal 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 crogi 'R bad-L6ge'ers,�C.. (the "Company") in the position of ?resider%f 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 Z6f.11 day -of `'`Cy ue' ✓ ,, 20_1fo. Printed:� P vc+ wbar' 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: wpa✓�- IX::Cc+nmuPmfS.o.l'.(inls S,.y;EnFin::nn ZVi[iCwsR.aJ ASAd1A.1JJ15�s AmcnJ ldA:"1?snh E•Vuitc L,ngw .dr:P2i.yln 11-59 AMI Company ID Number: 440231 To be accepted as a participant in E Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E -Verify at 888-464-4218. ;Employer CrossRoad Engineers, PC f I Jill Nervnort 512011 lent of Homeland Security — Verification Division Verification Division 512011 .._...._.......__........... ...................._......_..._.__-....._.._.......___._.__....__... _........ ........... ...... ... Information Required for the E -Verify Program o your Company: .......... ......._ Name:CrmsRoad Engineers, PC F �dress:t3417 Sherman Drive F Beech Grove. IN 46107 Sherman Drive h Grove, IN 46107 Number: 351963331 Page 12 of 13 1 E -Verify MOU for Employer ( Revision Date 09/01/09 vvww.dhs.gov/E-Verify AIfy ...... .. Company ID Number: 440231 _..__... _.,__..._._.._ __........ __....... ..__..___..._......................._._.....__..._.....__....._ .....E ..._, .._................. i North. American Industry Classification Systems 1 Code' ,541 Number of Employees: X20 to 99 Number of Sites Verified 4 for: 1 ►re you verifying for more than I site? If yes, please provide the number of sites verified for each State: INDIANA I site(l) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Nnme: .Dill A Newport Telephone Number: (317) 780 -15.55 ext. 120 Email Address: jncrtport(acrossroudengincers.com Name: Walter E Charles Telephone Number: (317) 780 - 1555 ext. 115 E-mail Address: echnrles(a)crossros►dengineers.com Page 13 of 13.1 E Verify MOU for Employer I Revision bate 09/01/09 fax Number.. (317) 780 - 6525 FaxNumher: (317) 780 - 6525 www.dhs.gov/E-Verify City ®f Carmel INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 33744 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P CARMEL, INDIANA 46032-2584 �L 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 Brownsburg, IN 46112 068025 Projects: 16 -ENG -22,16 -ENG -31,16 -ENG -32; Contract Date: 2016 COIT Bond { - x$ I r { 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 PURCHASE ID BLANKET CONTRACT PAYMENTTERMS FREIGHT 4252 3417 Sherman Drive Beech Grove, IN 46107 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department., 2200 Fund: 0 COIT Bond Fund Account: 94-650.04 1 Each ASA 2 - MidTown East Design $775,680.00 $775,680.00 1 Each '* ASA 2A - Additional Services - Monon Blvd. - Main Street to $70,000.00 $70,000.00 1st Street NW Department- 2200 Fund: 0 Account: Each General Obligation Bond Sub Total $845,680.00 TITLE CONTROL NO. 33744 CLERK -TREASURER Sub Total by -4 01 000 r T z' �L Skip Tennancour uh #, American Structurepoint, Inc. _ v- 8425 Wicklow Way Brownsburg, IN 46112 h 2016 COIT Bond { - x$ I r { yF Send Invoice To: Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 - x G.O./Storm Water Bonds PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $845,680.00 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A 'SHIP PREPAID. PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE [SAN 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 - *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL NO. 33744 CLERK -TREASURER o fir Carmel. City INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER Jl FEDERAL EXCISE TAX EXEMPT 34329 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 9/19/2016 068025 Projects 16 -ENG -31, 16 -ENG -31A; Contract Date 03.16.16 CROSSROAD ENGINEERS, PC City Engineering's Office VENDOR 3417 S SHERMAN DR SHIP 1 Civic Square TO Carmel, IN 46032 - BEECH GROVE, IN 46107 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 8557 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department., 2200 Fund: 0 COIT Bond Fund Account: 94-650.04 1 Each ASA 2A - Midtown East Design - Supplemental Preliminary $85,300.00 $85,300.00 Engineering Sub Total $85,300.00 Send Invoice To: Skip Tennancour American Structurepoint, Inc. 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT 0 ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $85,300.00 SHIPPING INSTRUCTIONS ' Alp 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 UNOBLI GATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROP IATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL NO. 34329 CLERK -TREASURER