Loading...
CrossRoad Engineers, P.C./Eng/Adl Serv #22/62,000/Cedar Point Drainage ImprovementsGrossRoad Engineers, P.C. Engineering Department - 2017 Appropriation x#2016 Storm Water Bond Fund P.O. #100298 Contract Not To Exceed $62,000.00 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". 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 M Brainard, Presiding Offi n 1 Date: ' : 7 Lori S. Date: A jSX'.V.uT"1.S"' k C'W'Dgimm. ASA.:! 9:tl A.511 CrossRoad.Engineers, P.C. EMI1M Authorized.Si a re GGAKar NOS F A: Printed Name Title 2 FIDJTIN: 35 I �i X333) Last Four of SSN if Sole Proprietor: Date: -6 2.01 March 17, 2017 Mr. Jeremy Kashman, P.E. City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 RE: Fee Proposal 2016 Drainage Bond — Cedar Point Drainage Improvement Project Carmel, Indiana Dear Jeremy: sw-S9 CrossRoad Engineers is pleased to present this Scope of Services and Fee Proposal to provide professional services associated with the above referenced Drainage Improvement Project in the Cedar Point Subdivision in Carmel, Indiana. The drainage improvements will include the reconstruction of a portion of the existing storm sewer structures and installation of additional inlets and storm sewer network along Cedar Ridge Place and Mill Run to the improve the grate and pipe capacity of the existing storm sewer system. The project will also mill and resurface a portion of Cedar Point Drive from the bridge east of Mill Creek Place to the east for approximately 300 feet to improve the flow capacity within the existing curbs, will reconstruct the existing curb turnout at the southeast corner of the bridge, and lastly, will improve the inlet capacity within the cul-de-sac of Cedar Point Drive. This project is a result of the Evaluation of Drainage Improvements for Cedar Point, which was completed by our office. We have based our Fee Proposal on the aforementioned assumptions. The following Scope of Services is designed to assist you in the development of this project: A. TOPOGRAPHIC SURVEY CrossRoad Engineers will perform the field work and office work necessary to complete the Topographic Survey for the selected project areas. Included will be information such as one foot contouring, existing street elevations, existing sanitary and storm structures, and verification of existing utilities. This survey will also include all research, office work, and field work necessary to re-establish the existing Right -of -Way throughout the length of the project. Mr. Jeremy Kashman, P.E. City of Carmel March 17, 2017 Page 1 of 5 "EXHIBIT n B. PRELIMINARY PHASE After the survey is completed, we will prepare a preliminary layout that will identify the existing site amenities and will identify proposed project features such as the proposed curb, drainage improvements, etc. Once the layout has been completed, we will meet with you to discuss and make any necessary adjustments. This plan will then be used to complete the design of the project. C. DESIGN & CONSTRUCTION DRAWINGS We will design all of the elements of the development necessary to insure the workability of: Curbs and any impacted sidewalks, ramps, drives, etc. Storm structures as necessary Drainage and grading Construction drawings will be prepared in accordance with all state and local laws and ordinances and will include the following: ■ Curb plan and profiles ■ Storm structures & drainage ■ Ditch grading as necessary ■ Erosion control plans ■ Maintenance of Traffic Details D. REGULATORY SUBMITTALS & BIDDING PHASE We will prepare the necessary applications for submittal and review and/or approval of the construction plans prepared as part of this agreement. This task will include the necessary administration services for preparing the submittals as well as time associated with the coordination efforts with the local regulatory agencies. This work will also include the services necessary to facilitate bidding of the project. Mr. Jeremy Kashman, P.E. City of Carmel March 17, 2017 Page 2 of 5 "DCHIBIT E. CONSTRUCTION STAKING, INSPECTION & AS -BUILT PLANS Once design is complete, CrossRoad Engineers will perform part-time construction staking, inspection, and as -built plans if requested by the City of Carmel. This work will include all office work and field work to complete the construction and final record drawings of the project. This work will be hourly per Attachment `B" and with an Estimated Fee as shown in Attachment "A". F. METHOD FOR PAYMENT OF ENGINEERING FEES During the course of this work, progress invoices will be prepared for the portions of the work done to date based on the Fee Schedule included with this document as Attachment "A". Prior to preparing these invoices, we will contact you to discuss the amount of work that is complete and, therefore, the dollar amount that each invoice will be. These invoices will be submitted by the 5th of each month and will become due by the 30th of that same month. Invoices not paid within 30 days after submission to you will accrue interest at a rate of 1.5% per month. G. UNDERSTANDINGS For additional services not covered herein, the work will be performed as authorized by you at a mutually agreed upon rate. Items not included are acquisition of building permits, sanitary sewer connection permits, regulatory fees to accompany permit applications, and permits normally obtained by the contractor(s). Payment for these items will not be the responsibility of CrossRoad Engineers. We are ready to begin and appreciate your allowing CrossRoad Engineers to design this project for you. If you have any questions, please call me at 780-1555 ext. 114. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L. S. President Mr. Jeremy Kashman, P.E. City of Carmel March 17, 2017 Page 3 of � "EXHIBIT IA FEE SCHEDULE The total lump sum fee is divided into the following work components for billing purposes: A. TOPOGRAPHIC SURVEY (lump sum) $16,500 B. PRELIMINARY PHASE (lump sum) $ 5,000 C. DESIGN & CONSTRUCTION DRAWINGS (lump sum) $14,500 D. REGULATORY SUBMITTALS & BIDDING PHASE (lump sum) $6,000 E. CONSTRUCTION STAKING, INSPECTION & AS -BUILT PLANS $20,000 (hourly) TOTAL FEE $ 62,000 (Estimated due to Item E above) Our total lump sum proposed fee is divided into the above work components for billing purposes. Mr. Jeremy Kashman, P.E. City of Carmel March 17, 2017 Page 4 o "EXHIBIT ATTACHMENT "B" HOURLY BILLING RATES PERSONNEL CLASSIFICATION HOURLY RATE DESIGN Director $ 150.00 Senior Project Manager 130.00 Project Manager 115.00 Project Engineer 100.00 Assistant Project Engineer 85.00 CADD Manager 100.00 CADD Technician 85.00 Assistant CADD Technician 70.00 R/W Manager 95.00 R/W Buyer 150.00 INSPECTION Director $ 150.00 Resident Project Representative 115.00 Asst Resident Project Representative 105.00 Project Inspector 95.00 Assistant Project Inspector 75.00 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 85.00 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, 2017 Mr. Jeremy Kashman, P.E. City of Carmel March, 17, 2017 "EXHIBIT Page 5 of A— W �,r Carmel City INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER Jl FEDERAL EXCISE TAX EXEMPT 100298 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A(P 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 3/29/2017 068025 Project 16-SVV-59; 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 PURCHASEID BLANKET CONTRACT PAYMENTTERMS FREIGHT 13836 QUANTITY UNIT OF MEASURE: DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund:0 Account: 94-650.04 1 Each Send Invoice To: 2016 Storm Water Bond ASA 22 - Cedar Point Drainage Improvements $62,000.00 Sub Total $62,000.00 $62,000.00 Jill Newport CrossRoad Engineers, P.C..<<.„�'`` 3417 Sherman Drive Beech Grove, IN 46107 G.O./Storm water Bonds PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $62,000.00 SHIPPING INSTRUCTIONS ' A!P 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. AFFIDAVITATTACHED, I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED 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 Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100298 CLERK -TREASURER c t j x 1 $62,000.00 Sub Total $62,000.00 $62,000.00 Jill Newport CrossRoad Engineers, P.C..<<.„�'`` 3417 Sherman Drive Beech Grove, IN 46107 G.O./Storm water Bonds PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECTACCOUNT AMOUNT PAYMENT $62,000.00 SHIPPING INSTRUCTIONS ' A!P 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. AFFIDAVITATTACHED, I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED 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 Jeremy Kashman Douglas Haney TITLE Director Corporation Counsel CONTROL NO. 100298 CLERK -TREASURER