Loading...
Jones & Henry Engineers, Ltd.J AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement"), made this ,2) day of/~c) 0~,,c~Y~ , 1999, by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety, hereinafter referred to as "City"; and Jones & Henry Engineers, Ltd., an Ohio corporation with offices at 2420 Coliseum Boulevard N., Suite 2 14, Fort Wayne, Indiana and 20000 West Central Avenue, Toledo, Ohio, hereinafter referred to as "Professional". WHEREAS, City owns and is responsible for public works which includes by way of illustration and not for purposes of elimination; the construction and operation of much of the infrastructure system in the ~ City including its municipal water and sewer utilities; the street system including pavements, curbs, sidewalks, streets, trees, and alleys; the storm drainage system including pipes and open ditches; and is responsible for the planning design, construction, operation and maintenance of said infrastructure systems; and WHEREAS, City is also responsible for the zoning, planning, annexation, adoption of construction standards, and enforcement thereof throughout its corporate limits and within Clay Township through ajoinder agreement; and WHEREAS, from time to time City needs professional consulting services to assist in determining how to effectively and efficiently fulfill the foregoing responsibilities; and WHEREAS, Professional is experienced in providing professional consulting services relating to the planning, design, construction, operation, and maintenance of municipal infrastructure systems including mmficipal water/sewage systems, and drainage systems; and WHEREAS, City desires to hire Professional as an independent contractor for the purpose of providing to City on a non-exclusive basis the above professional services; and WHEREAS, Professional desires to provide to City all or a portion of said professional services as City may request in writing from time to time. NOW THEREFORE, in consideration of the foregoing recitals and the mutual 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 thereof. SECTION 2. 2.1 2.2. SCOPE OF SERVICES The City desires to hire Professional as an independent contractor as set forth in Appendix A. Professional desires to provide to City said services as set forth herein. By and through its Mayor, the City may, from time to time, request Professional on a non-exclusive basis, to provide professional services to assist City in its planning, design, construction, operation and maintenance of its infrastructure system for which it is responsible, including but not limited to municipal water and sewage works, streets, curbs, sidewalks, alleys, storm drainage, and zoning. The scope of services to be provided by Professional to City shall be as requested and defined, in writing, by the Mayor or his duly authorized representative shall notify Professional and set forth the scope of services desired as well as the time frame in which services are to be rendered. Professional shall then provide to City, at no cost to City, an estimated cost for that specific assignment as well as the time in which the assignment can be completed. Only after the City has approved of Professional's time and cost estimate for such assignment shall Professional be released to commence work on such assignment, the description of such assignment to be numbered and attached hereto in the order approved. SECTION 3. CITY'S RESPONSIBILITIES 3.1 Upon request for a time and cost estimate, City shall: 3.1.1. Provide all criteria and information with respect to City's assignment request reasonably necessary for Professional to understand the specific assignment request and provide a time and cost estimate; and 3.1.2. Designate a person with authority, if not the Mayor, to act on City' s behalf on all matters concerning any and all assignments. 3.2 Onc~ City has accepted Professional's time and cost estimate for any assignment, City shall: 3.2.1. Furnish to Professional all studies, reports and other available data in City's possession pertinent to the assignment in addition to the information previously supplied to help with the time and cost estimate, and obtain additional, existing reports and data as reasonably required for Professional to perform the assignment upon all of which Professional shall be entitled to rely in performing services hereunder unless in its review, Professional determines that such information is not consistent and fails to so notify City; and 3.2.2. Arrange and make all provisiom~. for Professional to enter upon public and private property as reasonable required for Professional to perform the assignment. SECTION 4. PROFESSIONAL'S RESPONSIBILITIES 4.1 Once City has requested Professional's time and cost estimate for an assignment, Professional shall provide, within five (5) business days, a time and cost estimate and/or a request for specific information necessary to provide a time and cost estimate. 4.2 Once City has accepted Professional 's time and cost estimate for an assignment, the assignment shall be performed pursuant to the terms of this Agreement and to the accepted time and cost estimate, and to any other terms specifically enumerated in the assignment description and approval to be attached hereto and incorporated herein by this reference. 4.3 Professional shall coordinate its performance, in the form of physical meetings and/or written status reports, with the Mayor or his duly authorized representative, pursuant to a mutually agreeable schedule to be outlined in the assignment request or as circumstances of the assignment dictate. SECTION 5. COMPENSATION · 5.1 As full compensation for services performed by Professional hereunder, City shall pay to Professional as set forth below: 5.1.1. Each assignment given by City to Professional shall have a defined scope and an estimated fee. This fee will be either a lump sum or based upon the Schedule of Billing Rates which is attached as Appendix A. When necessary, Appendix A will be revised on an annual basis and effective upon acceptance and approval by the City's appropriate governing entity, usually the Board of Public Works and Safety following receipt of such revised schedule. City will either pay Professional on an hourly basis, in accordance with Appendix A or on a lump sum basis in accordance with the accepted time and cost estimate, whichever is selected by City upon commencement of the project. 5.1.2. City will pay Professional reasonable reimbursable expenses as set forth in Appendix A. 5.1.3. If additional professional services are required and Professional needs to hire outside sources for performance of same, Professional shall so notify City with an explanation of the need m~d the qualifications of the outside sources and if City is agreeable, City shall reimburse Professional for such outside services as set forth in Appendix A. 5.1.4. Professional will submit invoices to City on a monthly basis. City shall pay Professional for services rendered within thirty (30) days after date of Professional's invoice. If the invoice amount is not paid within thirty (30) days of receipt, Professional shall so notify the City and if the amount is not disputed and not paid within thirty-five (35) days after the date of the invoice, then a late charge in a sum equal to one percent (1%) of such unpaid invoice amount shall accrue and be immediately due and payable as a separate debt for each month it remains unpaid. In the event that the amount is disputed, City shall so notify Professional and if such dispute is not resolved to City's satisfaction within ten (10) business days after notice of such dispute, City shall pay such amount under protest into the City Court of Carreel which Court shall hold the money until notified of a resolution signed by both parties hereto. SECTION 6. TERM Subject to the termination provisions set forth in Section 7 herein, this Agreement shall be in effect from the Approval Date through December 31, 2000 and shall thereaRer on the 1~ day of January in each subsequent year automatically renew for a period of one (1) year unless otherwise agreed by the parties hereto. SECTION 7. MISCELLANEOUS 7.1. City Property. Any and all documentation (other than original tracings and original calculations) generated by Professional pursuant to this Assignment shall be considered City's exclusive property and shall be disclosed only to City and to no other person without the City's prior written permission or as ordered by legal proceedings. Professional shall keep confidential all working and deliberative material pursuant to IC 5-14-34. 7.2 Termination. The obligation to provide services under this Agreement may be terminated by City or Professional without cause upon thirty (3~)days' written notice to the other party and with cause upon receipt of notice to cease all services. In the event of termination, Professional will be paid for all services rendered to date of termination and will be paid other expenses, as herein provided, incurred to date of termination. For purposes of clarification, Professional shall be paid the percentage of the lump sum estimate that the Professional and City mutually determine in good faith to be the same percentage of work performed pursuant to the terms of this Agreement. 7.3 Bindin~ Effect. City and Professional and their respective partners, successors, executors, administrators, assigns and legal representatives of each are bound by this agreement to the other party to this agreement, and to the partners, successors, executors, administrators, assigns and legal representative of such other party in all respects of all covenants, agreements and obligations of this agreement. 7.4 No Third Party Beneficiaries. Nothing contained herein shall be construed to give any rights or benefits hereunder to anyone other than City or Professional. 7.5 Relationship. The relationship of the parties hereto shall be as provided for in this agreement, and Professional shall in no fashion be deemed to be an employee of City. In that regard, Professional and all of its employees shall not be employees of the City. Furthermore, Professional shall have all responsibility to pay to or for its employees, all statutory benefits and obligations and any other benefits or obligations at its discretion. The City shall be not responsible for same, but rather the compensation to be paid hereunder by City to Professional shall be the full compensation and moneys required of City. 7.6 Insurance. Professional shall procure and maintain with an insurer licensed to do business in Indiana reasonably acceptable to City, insurance ("Insurance"), for protection from claims under workers' compensation acts, claims for damages because of errors and omissions, and bodily injury including personal injury, sickness or disease or death of any and all employees or of any persons other than such employees, and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom. Professional shall secure and maintain Professional Responsibility Insurance and such insurance as will protect the Professional and the City from claims resulting from Professional's errors and omissions. The coverage amounts shall be no less than those amounts set forth in Appendix B which is attached hereto. Professional shall cause its insurers to name City as an additional insured on all insurance policies (other than on the Professional Responsibility policy) and to provide that such policies will not be canceled without thirty (30) days prior notice to City. 7.7. Indemnification. 7.8. Professional shall indemnify and hold harmless the City and its respective officers, employees, and agents from all loss, liability, claims, judgnents, and liens, including costs and expenses and attorney fees, arising out of any negligent act or omission of Professional or any of its colleagues, associates, agents, employees, or subcontractors in the performance of this Agreement. The failure to do so shall constitute material breach of this Agreement. Discrimination Prohibition. Professional represents and warrants that it and its professionals shall comply with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of any project contemplated by this Agreement with respect to him, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. 7.9. Severability. If any provision of this Agreement is held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, the provision shall be stricken, and all other provisions of this Agreement which can operate independently of such stricken provision shall continue in full force and effect. 7.10 Notice. Any notice, invoice, order or other correspondence required to be sent under this Agreement shall be in writing and either hand delivered or sent by first-class U.S. mail addressed to the parties at the following addresses: CITY: PROFESSIONAL: Carmel Board of Public Works and Safety One Civic Square Carmel, IN 46032 Attention: The Honorable James Brainard, Mayor (with a copy to the City Attorney, Department of Law, same address) Jones & Henry Engineers, Ltd. 2420 North Coliseum Blvd. Suite 214 Fort Wayne, IN 46805 7.11 Approval Date. The Approval Date is the date in which the last of the parties hereto approves and executes this Agreement. 7.12 Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Indiana and all municipal ordinances and codes of the City of Carmel, Indiana, as the same shall be in full force and effect upon the Approval Date. 7.13 Waiver. The delay or partial inaction on the part of City in exercising or pursuing its right and remedies provided hereunder or by law shall not operate to waive any such rights or remedies. 7.14 Exhibits. All exhibits and/or appendices referenced heroin, whether marked "Exhibit", "Appendix", or some other title, shall be considered a part of this Agreement. 7.15 Prior Agreements. This Agreement contains all of the agreements of the parties hereto with respect to any matter covered or mentioned in this Agreement, and no prior agreement, understanding or representation pertaining to any such matter shall be effective for any purpose. No provision of this Agreement may be amended or added to except by an agreement in writing signed by the parties hereto or their respective successors in interest. 7.16 Representation and Warranties. Parties represent and warrant that they are authorized to enter into this Agreement and the party executing the Agreement has the authority to bind the party which they represent. 7.17 Entire Agreement. This Agreement represents the entire understanding between Professional and City with respect to the subject matter and supersedes all prior negotiations, representations, and/or contracts, either oral or written. 7.18 Headings. All heading and sections of this Agreement are inserted for convenience only and do not form part of this Agreement or limit, expand or otherwise alter the meaning of any provisions hereof. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the day and year first written above. CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety BY: , - Date Date JONES & HENRY ENGINEERS, LTD. BY: Officer ATFEST~~k Diana Cordmy, Clerk-T~~~ APPENDIX A Schedule of Billing Rates Methods of Payment for Services and Expenses of ENGINEER. 1.1. For Services. OWNER shall pay ENGINEER for Services rendered under this Agreement as follows: 1.1.1. An amount equal to ENGINEER's Payroll Cost times a factor of 2.30 for all Services rendered by principals and employees engaged directly on the Project. 1.1.2. Professional Associates and Consultants. For services and Reimbursable Expenses of independent professional associates and consultants employed by ENGINEER to render Services, the amount billed to ENGINEER therefor times a factor of 1.3. 1.1.3. Notice of Relationship of Payments to Estimated Total Compensation. If it becomes apparent at any time before Services to be rendered under this Agreement are completed that the total amount of compensation to be paid to ENGINEER on account of Services pursuant to Paragraph 1.1. will exceed ENGINEER's estimate of the amount which is applicable to the services rendered, OWNER and ENGINEER shall review the matter of compensation for such Services, and either OWNER shall accede to such compensation exceeding said estimated amounts or OWNER and ENGINEER shall agree to a reduction in the remaining services to be rendered by ENGINEER under this Agreement so that total compensation for such Services will not exceed said estimated amount when such services are completed. 1.2. For Reimbursable Expenses. In addition to payments provided for in Paragraph 1.1., OWNER shall pay ENGINEER the actual costs of all Reimbursable Expenses incurred in connection with all Services times a factor of 1.1. 1.3. The terms "Payroll Costs" and "Reimbursable Expenses" will have the meanings assigned to them in Paragraph 2. Definitions. 2.1. The Payroll Costs used as a basis for payment mean salaries and wages (basic and incentive), including overtime if required for the performance, paid to all personnel engaged 'directly on the Project, including, but not limited to, engineers, architects, surveyors, designers, drafiers, specification writers, estimators, and other technical and business personnel; plus the cost of customary and statutory benefits of all personnel of ENGINEER will be considered equal to 30% of salaries and wages. It is understood that overtime requiring premium pay will be used only when necessary to meet schedules and program objectives established and approved by OWNER. 2.2. Reimbursable Expenses mean the actual and reasonable expenses incurred by ENGINEER or ENGINEER's independent professional associates or consultants in connection with the Project, such as expenses for obtaining bids or proposals from Contractor(s); providing and maintaining field office facilities including furnishings and utilities; toll telephone calls and telegrams; reproduction of reports, drawings, specifications, and similar Project-related items. In addition, Reimbursable Expenses include expenses incurred for reasonable computer times and other highly specialized equipment, including a reasonable charge for previously established programs, and reasonable expenses of photographic production techniques. Reimbursable Expenses does not include the cost of mileage for normal transportation by automobile to and from the City of Carmel and the ENGINEER'S offices. 2.3. In general, the Resident Project Representative (RPR) is the ENGINEER'S agent at the site and will act as directed by and under the supervision of ENGINEER. The RPR will be furnished only on specific request by the OWNER. firequested by OWNER the RPR will be furnished by ENGINEER to assist ENGINEER in observing the performance of the work by a contractor. By use of an RPR, ENGINEER shall endeavor to provide further protection for OWNER against defects and deficiencies in the work of a contractor; but, the furnishing of such services will not make ENGINEER responsible for or give ENGINEER control over construction means, methods, techniques, sequences or procedures or for safety precautions or programs, or responsibility for a contractor' s failure to perform the work in accordance with the contract documents. APPENDIX B INSURANCE COVERAGES Workers Compensation & Disability Statutory Limits Employer' s Liability: Bodily Injury by Accident: Bodily Injury by Disease Bodily Injury by Disease $100,000 each accident $ 500,000 policy limit $100,000 each employee Property damage, contractual liability, products- completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: $ 2,000,000 $ 2,000,000 Personal & Advertising Injury Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (Any one person): $1,000,000 $1,000,000 $ 50,000 $ 5,000 Comprehensive Auto Liability Owned, hired and non-owned Bodily Single Limit: injury and property damage each accident $1,000,000 Umbrella Excess Liability Each occurrence and aggregate Maximum Deductible $ 5,000,000 $ 10,000 OWNER'S Protective Insurance: Per Occurrence: $ 5,000,000 Aggregate: $ 5,000,000 Ci .y o Carme_ November 4, 1999. · Brian Houghton Jones & Henry Engineers, Ltd. Suite 214 2420 N. Coliseum Blvd. Fort Wayne, IN 46805 Dear Mr. Houghton: On November 3, 1999, the Board of Public Works and Safety approved a contract to do business with your company. Enclosed is a copy of the signed agreement. Please review the enclosed sample invoice (Exhibit B of your contract). You do not need to use this specific form, but we require you to submit the requested information in a similar layout. This format replaces any other form previously used by the City and is effective upon approval of your contract. Please call Clerk-Treasurer Diana Cordray at 571-2414 if you have any questions. Sincerely, Robin L. Butler Deputy Clerk Enclosure pc: Mayor Brainard ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2400 0 0 o(I) ""'(1) (I) I-' o -o z w (I) '""" ~ 0 0 (a :::} G o,q. 0 o o I m==1' (I) :::} P,=l=. :::} O0 01 !~J :~1 0 -.,,I .o o b C./) (1)(1) ,...~.(I) ::;' (1) !~1 (1)(01) ~ " o~ ~. o (I) · ~'o ~ (I) '"" 0 _'. N -~' ):, C) z I:}. 0 ""1 ('1) " 0 .o. (I) "" ::::O C) ,-,- G (I) ::;" '-", :::O O' (I) c-- C/) m 01 --o 0 , m=-I- o g} 0 < (1) m-4=. m :::m z -0 0 0,9,. rn re-.I- m--l- ~ ~ {I) (1) (I) (1) (1) Oo 01 0 0 + o 0 -o 0 "'1 o z I'l) 0 (1) " January26,2000 Memo To: City of Carmel Board of Public Works and Safety From: John Duffy RE: Change Order #2 - Contract 14 Dear Board Members: The attached Change Order #1 for $50,895 to Contract #14 - Sewer Maintenance Project was needed for the following reasons: 1 ) As the attached letter from Jones and Henry indicates, a large majority of the sewers that were repaired on this project had deteriorated to the point that traditional dig and point repair was not practical. We chose to deal with this condition by using a relatively new technique called "pipe bursting" which essentially bursts the old pipe while pulling a new polyethylene pipe through the same sewer ditch. This method requires minimal excavation and damage to streets and private property. The final product is a brand new, leak free pipe. It has also proven to be very popular with residents in that disruptions to the their neighborhoods is greatly reduced. I will be at the BPW meeting to answer any questions. Thank You. Jones & Henry Engineers, Ltd. 2000 WEST CENTRAL AVENUE, TOLEDO, OHIO 43606 · 419/473-9611 FAX * 419/473-8924 December 29, 1999 Mr. John Duffy, Utility Manager One Civic Square P. O. Box 1399 Carmel, Indiana 46032 Subject: City of Carmel, Indiana Change Order No. 2 Contract 14 Dear Mr. Duffy: Enclosed are four copies of Change Order No. 2 and Estimate No. 13. Mr. Darrell Moffitt will visit your office to sign Change Order No. 2. Change Order No. 2, once signed, is ready for the City of Carmel's approval. Change Order No. 2 includes two areas in which pipe bursting will be utilized in lieu of sliplining for pipe replacement. The pipe bursting sewer replacement method has permitted replacement of severely damaged sewers in which sliplining would not work. The damage in these sewers will not permit the slipline pipe to pass through the damaged areas. This unforeseen circumstance has led to the use of pipe bursting. Pipe bursting has shown to be less disruptive than sliplining. Minimizing surface disruption is a top priority in most areas of Carmel. Both of the above conditions could not have been foreseen during project design. All work has been completed on Estimate No. 13, and it may be processed. Very truly yours, Daniel W. Miller, P.E. Principal DWM/cas Enc. letters/47277cas CONSULTING ENGINEERS MOFFiTr REHAB SERVICES, 'INC. 3446 State Route 69 -- HawesviHe, Kentucky 42348 Phone ~ 927-8948 - Fax (~ 927-8209 · 'FAX RANSI!ITTAL v & 08:ii We are transmitting t Z~ pages (including this page). receive all of the pages, please call and le~ us knov. you do not MOFFITT REHAB SERVICES, INC. P.O. Box 488-- Hawesville, Kentucky 42348 Phone (270)927-8948 - Fax (270)927-8209 November 18, 1999 City of Carreel One Civic Square CarincA, IN 46032 RE: Cannel Contract 14, 8" and 10" Sanitary Sewer Replacement in easement East and West of Belden Drive, ATTENTION: John Duffy Dear Sir, Per our mgeting on 11-15-99, please find our proposal to replace 532 LF orS" sanitary sewer in the easement East of Belden Drive and 732 LF of 10" sanitary sewer in the easement West of Belden Drive. Our price includes: (1) 532 LF of 8" SDR 17 Polyethylene Pipe. (2) 783 LF of 10" SDR 17 Polygthylene Pipe. (3) All labor and equipment to install pipe. (4) Sealing around new pipe in manholes. (5) Royalty fe~s for pipebursting. Our price does not include: (1) Pro & Post TV inspection and cleaning of sewers. (To be performed by City of Carreel.) (2) Seeding and restoration of disturbed areas. (To be performed by City of Carreel per deduct from price discussed on 11 - 15-99. ) (3) Rcconnection of House Laterals. (To bc paid for under item 12a, 6" Service Reconnection (Lining). Replace 10" Sewer from MH. 20 to MH. 21 409 LF @ $65.00 per LF Total $26,585.00 Replace I 0" Sewer from MH. 19 to MH. 20 374 LF @ ~5i5.00 per LF Total $24,3 10.00 It~rn 12a, 6" service reeonn~-tion 20 ea. @ $525.00 ea. Total $10,500.00 Total Cost $93,847.00 We thank you for the opportunity to quotc this project. If you have any questions regarding this quote please contact me at 317-696-9878 or 1-800-648-0267. Sincerely, President/Moffitt Rehab Services, Inc. DWM/cdm l Jones & Henry Engineers, Ltd. 2420 N. COLISEUM BLVD. SUrrE 214, FORT WAYNE, IN 46805 * 219/482-1920 FAX · 219/484-7210 January 26, 2000 Mr. John Duffy Utility Manager City of Carrnel One Civic Square Carmel, Indiana 46032 Subject: Letter Agreement Amendment 1-00 to Engineering Service Agreement Dear Mr. Duffy: The Engineering Service Agreement dated November 3, 1999 is amended as follows: Jones & Henry Engineers, Ltd.,. shall provide the following engineering services to the City of Carmel in conjunction with the Old Meridian Water Main Project. Develop plan and profile drawings of approximately 5500 feet of new water main along Old Meridian Street. 2. Provide engineering services during the construction of the water main. The OWNER shall pay the ENGINEER for the services listed above on a time-and-expense basis in accordance with Appendix A of the Agreement dated November 3, 1999. The total cost will not exceed $34,000 without prior notification. The above Scope of Services and Cost of Services are agreed to by: JONE (jl RS, D. · ~ - CITY OF CARMEL, INDIANA ~Manager CONSULTING ENGINEERS l Jones & Henry Engineers, Ltd. 2420 N. COLISEUM BLVD. SUITE 214, FORT WAYNE, IN 46805 · 219/482-1920 FAX ° 219/484-7210 January 25, 2000 Mr. John Duffy Utility Manager City of Carmel One Civic Square Carmel, Indiana 46032 Subject: Letter Agreement Amendment 2-00 to Engineering Service Agreement Dear Mr. Duffy: The Engineering Service Agreement dated November 3, 1999 is amended as follows: Jones & Henry Engineers, Ltd. has provided the following engineering services to the City of Carmel in conjunction with the construction at Water Plant No. 5. The services of a Resident Project Representative was provided for a time period extending beyond the scope of work defined in Amendment No. 8-99. This amendment covers the additional cost for the extended period of service. The OWNER shall pay the ENGINEER for the services listed above in accordance with Appendix A of the Agreement dated November 3, 1999. The total cost is $10,982. The above Scope of Services and Cost of Services are agreed to by: JO~ G S, D. CITY OF CARMEL, INDIANA _ '~ Uti~Manager Offi CONSULTING ENGINEERS li$Jones & Henry Engineers, Ltd. 2420 N. COLISEUM BLVD. SUITE 214, FORT WAYNE, IN 46805 · 219/482-1920 FAX · 219/484-7210 May 1, 2000 Mr. John Duffy Utility Manager City of Carmel One Civic Square Carmel, IN 46032 Subject: Letter Agreement Amendment 3-00 to Engineering Service Agreement Dear Mr. Duffy: The Engineering Service Agreement dated November 3, 1999 is amended as follows: Jones & Henry Engineers, Ltd. will provide the following engineering services to the City of Carmel in connection with various small projects as periodically requested. Provide engineering services on various small projects as requested by the City's Utility Manager. The OWNER shall pay the ENGINEER for the services listed above on a time and expense basis in accordance with Appendix A of the Engineering Service Agreement dated November 3, 1999. The total cost will not exceed $25,000 without prior notification. The above Scope of Services and Cost of Services are agreed to by: JONE~/ G E :~,'LTD. /~ lC~ CITY OF CARMEL, INDIANA ~~Manager CONSULTING ENGINEERS l Jones & Henry Engineers, Ltd. 2420 N. COLISEUM BLVD. SUITE 214, FORT WAYNE, IN 46805 * 219/482-1920 FAX · 219/484-7210 May 1, 2000 Mr. John Duffy Utility Manager City of Carmel One Civic Square Carmel, IN 46032 Subject: Letter Agreement Amendment 4-00 to Engineering Service Agreement Dear Mr. Duffy: The Engineering Service Agreement dated November 3, 1999 is amended as follows: Jones & Henry Engineers, Ltd. will provide the following engineering services to the City of Carmel. Review sanitary sewer alternatives and develop an estimate of cost for the following developments: ® Northwood Hills ® Maple Acres · Winter Green · Meridian Estates · Briarwood 2. Prepare a brief report presenting the estimated cost for each development. The OWNER shall pay the ENGINEER for the services listed above in accordance with Appendix A of the Engineering Service Agreement dated November 3, 1999. The total cost is $10,000. The above Scop~ of Services and Cost of Services are agreed to by: JONE y 2N E , _L_.~D. CITY OF C L, INDIANA ~ lty Manager CONSULTING ENGINEERS l Jones & Henry Engineers, Ltd. 2420 N. COLISEUM BLVD. SUITE 214, FORT WAYNE, IN 46805 * 219/482-1920 FAX · 219/484-7210 May 1, 2000 Mr. John Duffy Utility Manager City of Carmel One Civic Square Carmel, IN 46032 Subject: Letter Agreement Amendment 5-00 to Engineering Service Agreement Dear Mr. Duffy: The Engineering Service Agreement dated November 3, 1999 is amended as follows: Jones & Henry Engineers, Ltd. will provide the following engineering services to the City of Carmel in connection with the installation of sanitary sewers in the Glenwood Development. Prepare drawings and specifications for a directionally drilled gravity sanitary sewer collection system. 2. Obtain soil borings at approximately eight locations. 3. Assist the City during bidding and construction of the project. The OWNER shall pay the ENGINEER for the services listed above in accordance with Appendix A of the Engineering Service Agreement dated November 3, 1999. The total cost will not exceed $44,000 without prior notification. The above e of Services and Cost of Services 1~, ,;/.II~/~S, LTD.. · 15'ffi~er y ' '/' "~" are agreed to by: CITY OF CARMEL, INDIANA ~~'~~ty Manager CONSULTING ENGINEERS