Loading...
Paul I. Cripe, Inc. APPROVED, AS/'O AG~EMENT FOR PROFESSION~ SERVICES THIS AGEEMENT FOR PROFESSION~ SERVICES ("A~eemem"), is hereby made ~d entered imo by ~d be~een the Ci~ of C~el, Indi~a, acting by ~d t~ough its Bo~d of Public Works ~d Safe~ (hereina~er, "Ci~"); ~d Paul I. Cfipe, Inc. (hereinafier, "Professional"). ECIT~S ~E~AS, City o~s ~d is responsible for its public works, which responsibility includes, by way of illustration ~d not by way of limitation, the plying, desi~, construction, operation ~d maimen~ce of the Ci~'s inffastmc~e system; ~d ~E~AS, from time to time, City needs professional se~ices to assist it in effectively ~d efficiemly ~lfilling its foregoing responsibilities; ~d ~E~AS, Professional is experienced in providing the professional se~ices covered by t~s Ageement w~ch relate to the plying, desi~, cons~ction, operation ~or mainten~ce of City' s inffas~ct~e systems; ~d ~E~AS, Ci~ desires to engage Professional as ~ independem con~actor for the p~ose of providing to Ci~, on a non-exclusive basis, the professional se~ices referenced herein; ~d ~E~AS, Professional is qualified ~d desires to provide City with such professional se~ices as City may request in ~ting from time to time. ~ NOW THE~FO~, in consideration of the foregoing recitals ~d the coven~ts ~d conditions set fo~h herein, City ~d Professional mutually a~ee as follows: SECTION 1. ~CO~O~TION OF ~CIT~S. The foregoing recitals ~e hereby inco~orated imo this Ageemem ~d made a p~ hereof. SECTION 2. SCOPE OF SERVICES. 2.1 City desires to engage Professional as ~ independent contractor for the professional se~ices ("Se~ices") set fo~h in a~ached Exhibit A which is inco~orated herein by this reference. Professional desires to provide to City said Se~ices. Paul I. Cripe, Inc. Engineering Svcs. Engineering 2.2 Professional acknowledges that it has read and understands this Agreement, and that Professional's acceptance and/or provision of any Services hereunder shall constitute Professional's acceptance of this Agreement and all of its terms and conditions. 2.3 Professional understands and agrees that City may, from time to time, request Professional, on a non-exclusive basis, to provide additional professional services to assist City in the planning, design, construction, operation and/or maintenance of its infrastructure system. The scope of such additional services to be provided by Professional to City shall be as requested and defined, in writing, by the Mayor or his duly authorized representative. When City desires additional services from Professional, the Mayor or his duly authorized representative shall notify Professional and set forth the scope of such additional services desired as well as the time frame in which such services are to be rendered. Professional shall then provide, at no cost to City, an estimated cost for such additional services, as well as the date by which such additional services will be provided. Only after City has approved Professional's time and cost estimate for the provision of such additional services shall Professional be authorized to commence same, the description of which additional services shall be set forth in documents which shall be numbered and attached hereto in the order approved. 2.4 Professional understands and agrees that City reserves the right, at any time, to direct changes, or cause Professional to make changes in the Services provided, or to otherwise change the scope of the work covered by this Agreement, and Professional agrees to promptly make such changes. Any difference in price or time of performance resulting from such changes shall be equitably adjusted by City and Professional after receipt of documentation from Professional in such form and detail as City may require. 2.5 Professional expressly warrants that all Services covered by this Agreement will conform to the specifications, drawings, samples, instructions, directions and/or descriptions famished to or by City to Professional, and that such Services will be performed in a timely manner, in a good and workmanlike manner and free from defects. 2.6 Professional acknowledges and agrees that it knows of City's intended use and expressly warrants that all Services covered by this Agreement which have been selected, provided or performed by Professional, based upon City's stated use, will be fit and sufficient for the particular purposes intended by City. 2.7 Time is of the essence of this Agreement. SECTION 3. CITY'S RESPONSIBILITIES 3.1 Upon its request of Professional for a time and cost estimate for the Services and/or additional services to be provided hereunder, City shall provide such criteria and information with respect to the Services and/or additional services as are reasonably necessary for Professional to understand the specific Services and/or additional services requested and to provide a time and cost estimate thereon. Paul I. Cripe, Inc. Engineering Svcs. Engineering 3.2 Once City has accepted Professional's time and cost estimate for the Services, City shall: 3.2.1 Fumish to Professional, upon request, such studies, reports and other available data in City's possession that City considers reasonably pertinent to the Services to be provided, and which Professional shall be entitled to rely upon in performing the Services unless, in its review of same, Professional determines that such information is not consistent and fails to promptly so notify City; and 3.2.2 Arrange and make all provisions for Professional to enter upon public and private property as reasonably required for Professional to perform the Services; and 3.2.3 Make available to Professional for consultation, as needed, such individuals as are necessary for Professional to provide the Services to City. 3.3 City shall designate the Mayor or his duly authorized representative to act on City's behalf on all matters regarding the Services. SECTION 4. PROFESSIONAL'S RESPONSIBILITIES 4.1 Once requested by City, Professional shall provide, within five (5) business days thereafter, a time and cost estimate and/or a request for specific information necessary to provide same to City. 4.2 Once City has accepted Professional's time and cost estimate for the Services, such Services shall be performed pursuant to the terms of this Agreement, within such time and cost estimate, and pursuant to any other terms and conditions specifically enumerated in any Services description which may be attached hereto. 4.3 Professional shall coordinate its performance, in the form of physical meetings and/or status reports, with the Mayor or his duly authorized representative, pursuant to a mutually agreeable schedule and/or as circumstances dictate. 4.4 Professional shall provide the Services by following and applying at all times the highest professional and technical guidelines and standards. SECTION 5. COMPENSATION 5.1 As full and complete compensation for the Services performed by Professional hereunder, and subject to the terms and conditions contained in this Agreement, including, but not limited to, the termination provisions set forth in Section 7 hereinbelow, City shall pay Professional the total sum of $24,000, plus those reimbursable expenses that are actually incurred and are set forth in Exhibit A. Paul I. Cripe, Inc. Engineering Svcs. Engineering 5.2 Professional shall submit an invoice to City no more than once every thirty (30) days for Services provided City during the time period encompassed by such invoice. Invoices shall be submitted on a form containing the same information as that contained on the Professional Services Invoice attached hereto as Exhibit B, which is incorporated herein by this reference. City shall pay Professional for all undisputed Services rendered and stated on such invoice within thirty (30) days after the date of City's receipt of same. If the undisputed portion of an invoice amount is not paid within thirty (30) days of its receipt by City, Professional shall so notify the City. If such undisputed portion of the invoice amount is not thereafter paid within five (5) business days after City's receipt of such notice, then a late charge in a sum equal to one percent (1%) of such unpaid and undisputed invoice amount shall accrue and be immediately due and payable by City to Professional as a separate debt for each month same remains unpaid. 5.3 In the event an invoice amount is disputed, City shall so notify Professional. If such dispute is not resolved to City's satisfaction within ten (1 O) business days after notice of such dispute is sent by City to Professional, City shall pay such amount, under protest, into the City Court of Carmel, which Court shall hold such money until notified of a resolution signed by both parties hereto or the entry of a final judgment thereon. 5.4 City, in its sole discretion, may agree to pre-pay all or any portion of the compensation to be paid Professional as a result of its provision of the Services hereunder, which pre- payment shall be expressly contingent upon and subject to an accounting and reconciliation by and between the parties at such time as the Services are fully performed, this Agreement is terminated and/or upon City's request. Professional agrees to immediately disgorge to City any prepayment amount it has received from City for Services that are disputed by City and/or which constitutes an overpayment for such Services. 5.5 If additional professional services are required and Professional wishes to hire outside sources for the performance of same, Professional shall so notify City, and in advance of the engagement of such outside sources, with an explanation of the need and the qualifications of same. If City consents to such outside sources, which consent shall not be unreasonably withheld, City shall reimburse Professional for the actual cost of such outside services, which reimbursement sum shall be subtracted from the amount of compensation due Professional from City hereunder. Professional understands and agrees that any and all outside sources so hired shall be employees or contractors of Professional only. Professional warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a direct or indirect result of the services or use by Professional of outside sources. This indemnification obligation shall survive the termination of this Agreement. Paul I. Cripe, Inc. Engineering Svcs. Engineering SECTION 6. TERM Subject to the termination provisions set forth in Section 7 hereinbelow, this Agreement shall be in effect from the Effective Date through December 31, 1998, and shall thereafter, on the lst day of January in each subsequent year, automatically renew for a period of one (1) year, unless earlier terminated in accordance with the terms and conditions hereof. SECTION 7. MISCELLANEOUS 7.1 Termination. 7.1.1 7.1.2 The obligation to provide Services under this Agreement may be terminated by City or Professional without cause upon thirty (30) days notice to the other party The obligation to provide Services under this Agreement may also be terminated by City for cause, or upon City's failure to appropriate monies sufficient to pay for all of the Services to be rendered hereunder, immediately upon Professional's receipt of City's notice to cease all Services. 7.1.3 In the event of Agreement termination, and as full and complete compensation hereunder, Professional shall be paid for all Services rendered and expenses incurred to date of termination that are not in dispute, less any reasonable attomey fees, costs and other damages incurred by City in the enforcement of its termination fights hereunder. Disputed compensation amounts shall be resolved as set forth in paragraph 5.3 hereinabove. 7.2 Binding Effect. City and Professional, and their respective officers, officials, agents, partners, successors, assigns and legal representatives are bound to the other and to its officers, agents, partners, successors, assigns and legal representatives, in all respects as to all covenants, agreements and obligations of this Agreement not illegal nor otherwise unenforceable in law or equity. 7.3 No Third Party Beneficiaries. Nothing contained herein shall be construed to give any rights or benefits hereunder to anyone other than City and/or Professional. 7.4 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 this regard, Professional and all of its agents, employees, contractors, outside sources and other Paul I. Cripe, Inc. Engineering Svcs. Engineering persons are not and shall not be employees of City. Furthermore, Professional shall have the sole responsibility to pay to or for its agents, employees, contractors, outside sources and other persons all statutory, contractual and other benefits and/or obligations as they become due, and City shall not be responsible for same. Rather, the compensation to be paid hereunder by City to Professional shall be the full and maximum amount of compensation and monies required of City to be paid to Professional hereunder. Professional hereby warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a direct or indirect result of any statutory, contractual or other claim for wages, benefits or otherwise by any agent, employee, outside source, contractor or other person of Professional regarding or related to the subject matter of this Agreement. This indemnification obligation shall survive the termination of this Agreement. 7.5 Insurance. Professional shall procure and maintain, with an insurer licensed to do business in the State of Indiana and reasonably acceptable to City, Professional Responsibility Insurance and such other insurance as is necessary for the protection of City and Professional from any and all claims for damages or otherwise under workers' compensation, occupational disease and/or unemployment compensation acts, because of errors and omissions, because of bodily injury, including, but not limited to, personal injury, sickness, disease or death of any and all of Professional's employees, agents, contractors, outside sources and other persons, and/or because of injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth on attached Exhibit C. Professional shall cause its insurers to name City as an additional insured on all such insurance policies (except on its Professional Responsibility Insurance policy), shall promptly provide City, upon request, with copies of all such policies, and shall provide that such policies will not be canceled without thirty (30) days prior notice to City. 7.6 Price Terms. Professional warrants and agrees that all of the prices, terms and warranties granted by Professional herein are at least as favorable to City as those offered by Professional to other customers purchasing similar services under the same material terms and conditions. 7.7 Force Majeure. Any delay or failure of either party to perform its obligations hereunder shall be excused if, and to the extent, that it is caused by an event or occurrence beyond the reasonable control of the party and without its fault or negligence, such as, by way of example and not by way of limitation, acts of God, actions by any govemmental authority (whether valid or invalid), court injunction, fires, floods, windstorms, explosions, dots, natural disasters, wars, sabotage, labor problems (including, but not limited to, lockouts, strikes Paul I. Cripe, Inc. Engineering Svcs. Engineering and slowdowns), inability to obtain power, material, labor, equipment or transportation; provided that notice of such delay (including the anticipated duration of the delay) shall be given by the affected party to the other party within five (5) business days after discovery of the cause of such delay. During any such period of delay or failure to perform by Professional, City, in its sole option, may purchase some or all of the same or similar Services from other sources and reduce the Services requested of Professional hereunder by such degree, without liability to Professional, or have Professional provide some or all of the same or similar Services from other sources at times requested by City and at the prices set forth in this Agreement. 7.8 Liens. Professional shall not cause or permit the filing of any lien on any of City's property. In the event such a lien is filed of record and Professional fails to remove it within fifteen (15) days after the date of filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Professional's sole cost and expense. Professional shall indemnify and hold harmless City from and against any and all liabilities, losses, claims, costs, attorney fees, expenses and/or damages incurred by City in connection with any such lien or the removal thereof. This indemnification obligation shall survive the termination of this Agreement. 7.9 Default. In the event Professional: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Professional's warranties; (b) fails to perform the Services as specified; (c) fails to make progress so as to endanger timely and proper completion of the Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, files, or has filed against it, a petition in bankruptcy, for receivership or other insolvency proceeding, makes a general assignment for the benefit of creditors or, if Professional is a parmership or corporation, dissolves, each such event constituting an event of default hereunder, City shall have the right to, among other things, (1) terminate all or any part of this Agreement, without liability to Professional; (2) perform or obtain, upon such terms and in such manner as it deems appropriate in its sole discretion, the same or similar Services which were to be provided by Professional and Professional shall be liable to City for any excess costs to City in performing or obtaining the same or similar Services; and/or (3) exercise any other right or remedy available to City at law or in equity. Paul I. Cripe, Inc. Engineering Svcs. Engineering 7.10 Setoff. In addition to any right of setoff provided by law, all amounts due Professional shall be considered net of indebtedness of Professional to City; and City may deduct any amounts due or to become due from Professional to City from any sums due or to become due from City to Professional hereunder. 7.11 Govemment Compliance. Professional agrees to comply with all present and future federal, state and local laws, executive orders, rules, regulations, codes and ordinances which may be applicable to Professional's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Professional agrees to indemnify and hold harmless City from any and all losses, damages, costs, attomey fees and/or liabilities resulting from any violation of such law, order, rule, regulation, code or ordinance. This indemnification obligation shall survive the termination of this Agreement. 7.12 Indemnification. Professional shall indemnify and hold harmless City and its officers, officials, employees, agents, assigns and legal representatives from any and all losses, liabilities, claims, judgments and liens, including, but not limited to, all damages, costs, expenses and attorney fees arising out of any intentional or negligent act or omission of Professional and/or any of its employees, agents, outside sources, contractors or other persons in the performance of this Agreement, or otherwise. The failure to do so shall constitute a material breach of this Agreement. This indemnification obligation shall survive the termination of this Agreement. 7.13 Discrimination Prohibition. Professional represents and warrants that it and each of its employees, agents, contractors, outside sources and other persons shall comply with all existing and future laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment and/or other person in the subcontracting of work and/or in the performance of any Services contemplated by this Agreement with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, subcontracting or work performance hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. City reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person so discriminated against. This indemnification obligation shall survive the termination of this Agreement. Paul I. Cripe, Inc. Engineering Svcs. Engineering 7.14 Severability. If any provision or portion of this Agreement is held to be invalid, illegal or unenforceable by a court of competent jurisdiction, that provision or portion thereof 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. 7.15 Notice. Any notice, invoice, order or other correspondence required or allowed to be sent pursuant to this Agreement shall be in writing and either hand-delivered or sent by first-class U.S. mail, postage prepaid, addressed to the parties at the following addresses: CITY: PROFESSIONAL: City of Carmel One Civic Square Carmel, IN 46032 ATTN:_ Kate Boyle (with a copy to the City Attomey, Department of Law, same address) Paul I. Cripe 7172 Graham Rd. Indianapolis, IN 46250 ATTN: Phil Kuntz Notwithstanding the above, City may orally notify Professional to cease all Services pursuant to Section 7 hereinabove, provided that such notice shall also then be sent as required by this paragraph within three (3) days from the date of such oral notice. 7.17 Effective Date. The effective date ("Effective Date") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.18 Governing Law; Lawsuits. This Agreement shall be govemed by and construed in accordance with the laws of the State of Indiana, except for its conflict of laws provisions, as well as by all local laws, and all municipal ordinances and codes of the City of Carmel, Indiana. The parties further agree that, in the event a lawsuit is filed hereunder, they waive any rights to a jury trial they may have, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. Paul I. Cripe, Inc. Engineering Svcs. Engineering 7.19 Waiver. Any delay or inaction on the part of either party in exercising or pursuing its rights and/or remedies hereunder or under law shall not operate to waive any such rights and/or remedies nor in any way affect the rights of such party to require such performance at any time thereafter. 7.20 Non-Assignment. Professional shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement, without City's prior consent. 7.21 Entire Agreement. This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any term or condition contained in any exhibit attached to this Agreement is inconsistent or otherwise in conflict with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall prevail. 7.22 Representation and Warranties. Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or the party which they represent, as the case may be. 7.23 Headings. All headings and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 7.24 Advice of Counsel The parties warrant that they have read this Agreement and understand it, are fully aware of their respective rights, have had the oppommity for the advice and assistance of an attomey throughout the negotiation of this Agreement, and enter into this Agreement freely, voluntarily, and without any duress, undue influence, coercion or promise of benefit, except as expressly set forth herein. Paul I. Cripe, Inc. Engineering Svcs. Engineering IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety PAUL I. CRIPE, INC. J iirainard, Presiding O D a t e: . ~///,~C/~/3~' tB ~ber BY: Signature Printed Name: Alex D. Oak, P.E., L.S. Title: President Date: ~/~ ATTEST: Diana Date: P/IUL I. CRIPE, INC. March 31, 1998 7172 Graham Road Indianapolis, Indiana 46250 317.-842-6777 FAX# 317-841-4798 Ms. Kate Boyle City Engineer, City of Carmel Department of Engineering One Civic Square Carmel, Indiana 46032 4th AVENUE AND MAIN STREET INTERSECTION IMPROVEMENTS FEE PROPOSAL Dear Ms. Boyle: Enclosed is Paul I. Cripe, Inc.'s lump sum fee proposal, scope of services, manhour justification, schedule and support documents for the above-referenced project. The Scope of Services for this project are broken into Phases and include the following: Task 1 Road Design, including preparation of Contract Documents, Engineer's Estimate and COnstruction Plan and Profile Task 2 Traffic Signal Design Task 3 Public Hearings/Meetings, including coordination with Carmel High School, Carmel Library and related projects adjacent to intersection Task 4 Field and Supplemental Survey Task 5 Construction Administration and Bidding Assistance Task 6 Right-of-way Engineering Services to be provided to Paul I. Cripe, Inc.: · Boiler plate contract documents · Details and specifications for street lights and signal poles · Details of adjoining CSO and Crossroads' projects We do not anticipate the need for, nor does our proposal include fees for soils investigation or permit applications. We thank you for the opportunity to provide our services for this project and welcome the opportunity to work with you. Please do not hesitate to contact me if you have any questions regarding the above. Sincerely, Manager, Transportation Department cjw Enclosures N:\95405\99902\DOCS\FEEPROP.DOC Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors · Environmental Consultants · Transportation Engineers Task 1 ROAD DESIGN Anticipated work elements to be accomplished and assumptions regarding design are as follows: · Evaluation of existing drainage patterns, design or replacement of new drainage structures · Design to provide for access to all properties and the 4th Avenue/Main Street intersection to remain open during construction · Design per City of Carmel Street Standards, provided by the Department of Engineering · Design to be in English using INDOT Standards and Specifications · Redesign of Main Street and 4th Avenue intersection. See attached schematic drawing. · Replace curb and gutter and sidewalk (where disturbed) · Coordinate design plans with adjacent projects being designed by 'CSO Architects/Engineers and Crossroads Engineers · Prepare design and Detail Construction Plans · Quantity Calculations · Technical Specifications contract documents and Engineer's Estimate · Traffic maintenance and signage plan Task 2 Traffic Signal Design Anticipated work elements to be accomplished as follows: · Determination of existing and proposed intersection levels of service · Design for 8-phase peek controller with mast arm signal poles. · Detector loops, handholes, manholes, conduit, pedestrian indications required · Quantity calculations, specifications and details · Lane configuration and markings P/IUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transportation Engineers Task 3 PUBLIC HEARINGS/MEETINGS Anticipated work elements to be accomplished are as follows: Meetings with Carmel High School and Carmel Public Library · Meetings with City of Carmel · Coordination/Meeting with consultants (CSO/Crossroads) working for City on adjacent projects · Public Hearing attendance and displays: Task 4 FIELD SURVEY Anticipated work elements to be accomplished as follows: · Utilize existing topographic survey of Main St. prepared by Paul I. Cripe, Inc. · Perform supplemental survey (as needed) to pick up parking lot in northwest quadrant of intersection and revisions to 4th Avenue near library. Task 5 CONSTRUCTION ADMINISTRATION ASSISTANCE Anticipated work elements to be accomplished as follows: · Prepare bid tabs · Assist City Engineer · Attend pre-bid/pre-construction meetings to answer design/contract documents and related questions Task 6 RIGHT-OF-WAY ENGINEERING Anticipated work elements to be accomplished as follows: · Prepare legal description right-of-way take in the northwest quadrant on Carmel High School property. P/IUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transportation Engineers · Prepare plat for same property. · No other right-of-way takes anticipated. P, zlUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transportation Engineers FEE.PROPOSAL SUMMARY 4th Avenue and Main Street Intersection Improvements SCOPE OF SERVICES Task 1 Road Design Fee Task 2 Traffic Signal Design Fee Traffic Signal Design 30 hrs x $80/hr.- Engineer Traffic Signal Details 6 hrs x $80/hr. - Engineer 30 hrs. x $60/hr.- Technician Signal Specifications/ 4 hrs x $80/hr- Engineer Quantities 4 hrs. x $54/hr- Administrative $ 2,400.00 $ 480.00 $ 1,800.00 $ 320.00 $ 216.00 $14,300.00 $ 5,200.00 Task 3 Public Hearing/Meetings 10 hrs. x 480/hr. - Engineer 4 hrs. x $60/hr- Technician 2 hrs. x $54/hr. - Administrative 800.00 240.00 108~00 1,100.00 Task 4 Survey Fee 8 hours for 2-man survey crew 4 hours for office revisions and download 8 hrs. x $110/hr. - Crew 4 hrs. x $80/hr. 880.00 320.00 1,200.00 Task 5 Construction Administration/Bidding Services 5 hrs. x $80/hr. - Engineer Task 6 Right-of-way Engineering 11 hrs. x $75/hr. Reimbursable Expenses $ 400.00 $ 825.00 400.00 825.00 984.00 TOTAL LUMP SUM FEE Use $24,009.00 $24,000.00 PAUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transportation Engineers Z ILl 0 0 0 ILl 0 c) ,lid Z 8-- iii i o co o o co o v-~-coc~loo~c~ic~lc~io~~ REIMBURSABLE EXPENSES Fee Proposal Anticipated reimbursable expenses are as follows: 13 Field Check (20) sheets x 3 sets = I~1 Final Plans (30) x 1 set = ~1 Tracings (30) x 1 set = ~ Bid Submittal 10 sets x 30 sheets = 13 Contract Documents = ~ Public Hearing/Meeting Display TOTAL 60 blueline sheets x $.60 = $ 30 blueline sheets x $.60 = $ 30 mylar sheets x $12.00 = $ 300 sheets x $.60 = $ 10 sets x $14 = $ =$ 36.00 18.00 360.00 180.00 140.00 250.O0 984.00 PAUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transportation Engineers PROJECT SCHEDULE 4th AVENUE AND MAIN STREET INTERSECTION IMPROVEMENT · Anticipated Notice to Proceed · Survey Complete · Preliminary Plans · Utility Notification · Field Review · Right-of-way Engineering Complete · Final Plans · Tracings/Bid Documents · Anticipated Bid Date April 15, 1998 April 21, 1998 May 11, 1998 May 11, 1998 May 15, 1998 May 24, 1998 May 24, 1998 June 8, 1998 July 1, 1998 PAUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transportation Engineers PAUL I. CRIPE, INC. MANHOUR RATES CLASSIFICATION RATE/HOUR Design Engineer Technician/Draftsman $80 $60 Administrative Assistant $54 Surveyor, L.S. Field Surveyor $75 $11 O/Crew P/IUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transportation Engineers Paul I. Cripe, Inc. Engineering Svcs. Engineering EXHIBIT B Name of Company: Address & Zip: Telephone No.: Fax No.: Professional Services Invoice Date: Project Name: Invoice No: Person Perform j n g Service Service Date Description of Service (Task) % Complete Total this Invoice GRAND TOTAL Signature Printed Name Paul I. Cripe, Inc. Engineering Svcs. Engineering EXHIBIT C INSURANCE COVERAGES Worker's 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-comp leted 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 $2,000,000 $ 10,000 Professional Responsibility Insurance: Per Occurrence: Aggregate: $2,000,000 $2,000,000 April 16, 1998 Phil Kuntz Paul I. Cfipe, Inc. 7172 Graham Road Indianapolis, Indiana 46250 On April 15, 1998, 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. You do not need to use this specific form, but we do require that you submit all information requested on the sample 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. We look forward to working with you. Sincerely, Rebecca L. Wolf Deputy Clerk cc: file, engr ONE CIVIC SQUARE CARMEL. INDIANA 46032 317/571-2400 December 21, 1998 ar rlc DEPARTMENT OF ENGINEERING Frederick J. Green, AIA Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250 RE: Additional Services # 1 Per Contract # 0415.98.04 Dear Fred: As we discussed, the City of Carmel has requested additional professional services from your firm. Pursuant to our current contract with Paul I. Gripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #1 - Old Town Redevelopment Study Task 1: Project Research/Feasibility Task 2: Schematic Design Task 3: Design Development Task 4: Preliminary Landscape Task 5: Administrative Task 6: Market Study Analysis Task 7: Expenses Fee Total $ 470.00 1,862.00 3,175.00 4,942.00 123.00 228.00 1,000.00 $11,800.00 Attachment "A" As I understand it, your time estimate is to begin immediately following the Notice to Proceed, with the completion of these services in 30-45 days. I hereby approve this additional professional services estimate, and grant you the Notice to Proceed on providing these services. Please be advised that work on the original and this Additional Services contract should be billed on separate invoices. All invoices should be referenced to the original Contract # and/or Additional Services # where applicable. Thank you for your continued assistance in providing the City of Cannel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, M. I~ate 13oyle-Weese, P~. City Engineer CC: Mayor James Brainard Doug Haney, City Attorney Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services Joe Staehler, Department of Administration ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 - NOV-23-98 1ION l l :36 RM FaX N0, P, 02 PAUL I, CRIPE, INC. OcJober 20, i gg6 "A" Mr. Jim Brainoral Mayor, City of Carmel One Civic Square {:;armel, lndiana 46032 OLD DOWNTOWN CARMEL RE DEVELOPME NT STUDY Dear Mayor Bratnard: ["aul I. C!']F,o, In.:, :: ~:;uased to prov]de {Jfis proposal to the City of Carme! for the above-referenced project, with our goat being to exceed your expectations. Paul !. Cripe. Inc. will provide a redevelopment study of two areas of downtown Carreel. The first study area is bounded on the north by Main Streel, on the south by First and Second StreeL% on the east by Rangeline Road, and on the west by the Mollon Trail. The second quarter brock study area is also bounded on the north by Main Street and on the west by Range~.ine Road. The east and southern limits of the parcel are bounded by a service alley. The scope of services is as follows: · Develop site specific development options for specific site use. · Review options with the Mayor in order to select one option for further development · Refine and develop site specific plan and provide exhibit for Owner's use · Provide aerial perspective of site specific plan, as well as vignette studies Along with the graphic deliversbias, Paul !. Cripe. Inc, will also compile the following data for a market study analysis report. The raw data will be as follows: · County map · Site map fnfficating 5 mite radius · Demographics for H8milton County · Demographics that encompasses a 5 mite radius around the site Projected population growth Our proposed fee for the above-mentioned scope of work is a nobto-exceed fee of $11,800.00. Reimbursable expenses, included but not limited to filing fees, mailing costs, blueprint casts, ploLs, publishing costs, etc., are not included in this fee- Reimbursable expenses will have a multiplier of 1.0 applied to the direct cost. We are eager to begin this important project. Please contact me at your earliest convenience to discuss any questions or concerns you may have. Sincerely, ~een, AIA Architectural Department Head ~; ~IPEL~YS~.D-ATA~ROJECTb"%,~2~%'J OiX)~DOC4'~RDP, I:)S, AL, D0C Architect.-. ,i, Engineers A Lonecape Architects · L~nd Planners ,iL Land Surveyor~/L Envlr~nmentd ConstjItonts i Tronsportation Enginee, r~ September 23, 1999 City CarmeL DEPARTMENT OF ENGINEERING Philip L. Kuntz, PE Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250 RE: Additional Services #2 Per Contract # 0415.98.04 Dear Phil: As we discussed, the City of Cannel has requested additional professional services from your firm. Pursuant to our current contract with Paul I. Cripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fee estimates for the following work tasks: Additional Services #2 - Carmel Drive at Monon Trail Task 1: Road Modifications Design Task 2: Pedestrian Signal Design Task 3: Public Meetings Task 4: Survey Task 5: Construction Administration Task 6: Right-of-Way Engineering Reimbursable Expenses $ 6,400.00 1,710.00 876.00 3,270.00 430.00 0.00 364.40 13,050.40 Attachment "A" Fee Total $13,100.00 As I understand it, your time estimate is to begin immediately following the Notice to Proceed. Please provide a schedule for this work to be completed. I hereby approve this additional professional services estimate, and grant you the Notice to Proceed on providing these services. Please be advised that work on the original and this Additional Services contract should be billed on separate invoices. All invoices should be referenced to the original Contract # and/or Additional Services # where applicable. Thank you for your continued assistance in providing the City of Carreel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, City Engineer Mayor James Brainard Doug Haney, City Attorney Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services Joe Staehler, Department of Administration ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571o2441 SEP-08-99 NED 05:31 PM FR× NL), r, uz }l FFA CH A/t September 8, 1999 Ms. Kate Boyle-Weese City Engineer, City of Carmei Department ~3f Engineering One Civic Square Carreel, Indiana 46032 CARMEL DRIVE AT MONON TRAIL Dear Ms. Boyle: Enclosed is Paul I. Cripe, lnc.'s lump sum fee proposal, scope of services, manhourjustifiGation, schedule and support documents for the above-referenced project. This work will be completed under our current on-call contract with the city, The Scope of Services for this project are broken into Phases and include the following: Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Road Design, including preparation of Contract Documents, Engineer's Estimate and Construction Plan and Profile Flashing pedestrian crossing design Public HeadngstMeetings Field and Supplemental Survey Construction Administration and Bidding Assistance Right-of-way Engineering Services to be provided to Paul I. Cripe, Inc.: , Boiler plate contract documents We do not anticipate the need for, nor does our proposal include fees for soils investigation or permit applications or right-of-way acquisition. Pay rates shall be as listed in the On-Call Agreement with the city of Carreel. We thank you for the opportunity to provide our services for this project and welcome the opl:,odunity to work with you, Please do not hesitate to contact me if you have any questions regarding the above. Sincerely, P~. C PE, IN~.. ... phil~E ~ Manager, Transportation Department PLK/b Enclosures O' ~. 1 ,:J.q~,,c_j~r.~ ~urt%99,:j01 ;DOCSM= EEPR0 P. SEP-gS-99 NED 05;31 t FFE PROPOSAL SUMMARY CARMEL DRIVE AT MONON TRAIL SCOP~E OF SERVICES. Task 1 Road Design Fee (See attached) Task 2 Pedestrian Signal IDasign Fee ' Traffic Signal Design 8 hrs x $86/hr.- Engineer Traffic Signal Details 4 hrs x $861hr.- Engineer 6 hrs. x $70/hr-- Technician Signal Spedfications 2 hrs x $86/hr- Engineer Quantities 1 hrs. x $86/hr-Administrative Task 3 Meetings 8 hrs. x $86thr.- Engineer 2 hrs. x $701hr- Technician 1 hrs. x $48/hr. - Administrative Task 4 Task 5 Task 6 Reimbursable Expenses Survey Fee (See attached) Construction AdminiStration/Bidding Services 5hrs. x $86/hr.- Engineer Right-oFway Enginering Subtotal Subtotal $ 6,400.00 $ 1,710,00 $ 876.00 $ 3,270.00 $ 430.00 $ o $ 364.40 TOTAL Estimated Not to Exceed FEE $ 13,050.40 $ t3,100 SEP-08-99 WED 05:31 Task 1 Road Design Anticipated work elements to be accomplished and assumptions regarding design are as forlows: · Evaluation of existing drainage patterns, design or replacement of new drainage structures · Design to provide for access to all properties, Carreel Drive to remain open during construction · Design per City of Carreel Street Standards, provided by the Depadment of Engineering Design to be in English using INDOT Standards and Specifications Design of pedestrian refuge island on Carreel Drive. Roadway to taper out at crossing. See attached sch ematic drawing. · Retaining wall may be needed to stay within existing fight-of*way. · ' Design pavement markings for safe pedestrian crossing, Coordinate design plans with potential pedestrian overpass. · Prepare design and Detail Construction Plans · Quantity Calculations Technical Specifications contract documerrts and Engineer's Estimate · Traffic maintenance and signage plan Task 2 Pedestrian Crossing Warning Signal Design Anticipated work elements to be accomplished as follows: · Determination of proposed signs, · Handholes, manholes, conduit, flashing warning signs required Quantity calculations, specifications and details SEP-08-99 ~ED 05:31 PM Task 3. PUBLIC HEARINGS/MEETINGS Anticipated work elements to be accomplished are as follows: · Coordinate design with Morton trail architect~ (Sch midt Assoc) · Meetings with City of Carreel. ,, No public hearing anticipated. · Coordinate with Hamilton County surveyor for J.W. Hawkins Legal Drain F, UD Task 4 FIELD SURVEY Anticipated work elements to be accomplished as follows: · Topographic survey of Carmel Drive and portion.t, of the Monon Trail required. , Prepare field book. · Work to be compl Bted in accordance with IN DO'I' guidelines. Task 5 CONSTRUCTION ADMINISTRATION ASSISTANCE Anticipated work elements to be accomplished as follows: * Prepare bid tabs. o Assist City Engineer with Contractor qualifications and selection. Attend pre-bid/pre-construction meetings to answer design/contract documents end related questions. Task 6 RIGHT-OF-WAY ENGINEERING No right-of-way takes are anticipated. All work will be performed within the existing right-of- way. SEP-08-99 ~IED 05:32 PIt v, Ub REIMBURSABLE EXPENSES Fee Proposal FA)~ .,t,~ K( Anticipated reimbursable expenses are as follows: 0 Field Check (B) sheets x 3 sets 13 Final Plans (10) x 1 set 0 Tracings (t2} x 1 set Bid Submittal 10 sets x 10 sheets OI Contract Documents = 24 blueline sheets x $,60 = $ = 10 blueline sheets x $.60 = $ = 12 mylar sheets x $12.00 = $ 100 sheets x $,60 = $ 10 sets x $14 = $ 14.40 6.00 144,00 60.00 140.00 TOTAL $ 364.40 Ci:y of Carme'_ DEPARTMENT OF ENGINEERING October 5, 1999 Philip L. Kuntz, PE Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250 RE: Additional Services #3 Per Contract # 0415.98.04 Dear Phil: As we discussed, the City of Carnml has requested additional professional services from your firm. Pursuant to our current contract with Paul I. Cripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fee estimates for the following work tasks: Additional Services #3 - Meridian Corners Boulevard Wall Investigation Proposed Fee $ 6,600.00 Attachment "A" As I understand it, your time estimate is to begin immediately following the Notice to Proceed and you anticipate 28 days to complete. I hereby approve this additional professional sen'ices estimate, and grant you the Notice to Proceed on providing these services. Please be advised that work on the original and this Additional Services contract should be billed on separate invoices. All invoices should be referenced to the original Contract # and/or Additional Services # where applicable. Thank you for your continued assistance in providing the City of Carreel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, te City Engineer cc~ Mayor James Brainard Doug Haney, City Attorney Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services Joe Staehler, Department of Administration ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571o2441 UUt-U~-'~ flUIx. U3;3D PAUL I. CRiPE. INC. ~2 Gfahcrn Road 7-842-6777 F~ 3 17~ I ~ 798 v,ww.p. tcr~:e~cm it,J, October 4, 1999 Ms, Kate Boyle-Weese, PE City Engineer Cam'~el City Engineer's Office One Civic Square Carreel, Indiana 46032 MERIDIAN CORNERS WALL INVESTIGATION Dear Ms. Boyle-Weese: Enclosed is Paul 1. gripe, lnc.'s estimaled hourly notdo-exceed fee proposal, scope of services, man-hour justification and support documents for the above-referenced project. We anticipate this work will take 28 days to complete. Should you ilave any questions concerning Paul I. Gripe, Inc.'s fee proposal, please do not hesitate to con[act me. We are excited to begin working on [his project and look for~rarc' to continuing our working relationship ;~th the Ctf. y of Carreel. We have already begun working on this project. We are setting up a meeting with Kent Ward as soon as possible and will inform you of the date. Sincerely, PAUL I. gRIPE, INC, Philip L. Kuntz, PF-. Transportation Engineering Department Head PLK/b O;,I 9',)~'-~ lc~,~'0b¢.It'D,3cs~nv~ncom .d~= Archlt,-act~ t EngTr~eers i Lendscape Arc-~ltocts i Land Planners i Lalyj Surveyors A Environrnenfol Consuffanls A TranspOdalion Eng!neers Anticipated Work Elements am as Follows: · Coordination with County Surveyor concerning legal drain Coordination with utility companies along west side of roadway · Coordination with Homeowners' Association · Develop alternative wall/landscape mound configurations · Address homeowners' concert'ks of noise, safety, securit, y and property values · Address wall maintenance issue · Make presentation at meeting with homeowners and City · Present report to Carme] Cily of Carreel to pro'vide the following to Paul L C,~pe, Inc.: Construction plans of Meridian Corners Boulevard from Butler Fairman DXF fife of CAD drawings from Butler Fairman PAUL I. CRIPE, INC. Architec~ A EnOinears J, Landscape Archilgcts A Land P~anners · .L~nd Environmenta~ ConsuEt,ants J, T~'G'~,pork~tton Eng[r'p'~ers CO'I'-U4-~ MUN U~: 6~ r~I 0 rr O 0 OLLI LLIILLJ -"~Z O~ r'y'z rr o . cd TO'C~ C~ O r-h C:Z) 0 4:~ 0 'r- 0 C~"C~ 0 0 0 ~.o, ...-.~' ~Ou_ . z I:r.. December 13, 1999 City oq Carme'_ DEPARTMENT OF ENGINEERING Frederick J. Green, Architectural Department Head Philip L. Kuntz, PE, Transportation Department Manager Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250 RE: Additional Services #4 and #5 Per Contract # 0415.98.04 Dear Fred and Phil: As we discussed, the City of Cannel has requested additional professional services from your firm. Pursuant to our current contract with Paul I. Cripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fee estimates for the following work tasks: Additional Services #4 - Design for Carmel Downtown Redevelopment Proposed Fee for Architectural, Survey & Engineering Attachment "A" $ 53,350.00* Additional Services #5 - Executive Drive Extension Attachment "B" Task 1: Road Design Fee $12,000.00 Task 2: Signal Design Fee 2,818.00 Task 3: Meetings 876.00 Task 4: Survey Fee 6,640.00 Task 5: Construction Administration/Bidding Assistance 430.00 Task 6: Right-of-Way Engineering 12, 730.00 (not included with this approval) Task 7: Soil Investigation 4,000.00'* Reimburseables 539.00 Proposed Fee (Includes Tasks 1-5 and 7 only) $27,303.00 Please provide a revised time estimate for completion for the above tasks. I hereby approve this additional professional services estimate, and grant you the Notice to Proceed on providing these services. Please be advised that work on the ori~,inal and all Additional Services contract should be billed on senarate invoices. All invoices should be referenced to the original Contract # and/or Additional Services # where applicable. ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 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, M. Kate Boyle-Weese, P.E. City Engineer CC: Mayor James Brainard Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services Joe Staehler, Department of Administration *Please note that the fee as stated is the maximum permitted under this approval, with the exception of reimburseables expenses. Should the fee for services approach this amount with the expectation of exceeding it, please contact the City prior to this occurring for an additional approval. In addition, please submit a separate estimate of reimburseable expenses, so that this amount can be added and tracked accordingly. * * Please provide documentation of soil consultant fee proposal when available. PAUL I. CRIPE, INC. November 18, 1999 A TT CHM A 7172 Graham Road '- Indianapolis, Indiana 46250 317-842-6777 FAX# 317-841-4798 www.picripe.com Mr. Jim Brainard Mayor of Carmel One Civic Square Carmel, Indiana 46032 DESIGN FEE ESTIMATE FOR CITY OF CARMEL DOWNTOWN REDEVELOPMENT Dear Mayor Brainard: ~.l,,c Paul I. Cripe, Inc. is pleased to provide this proposal for architectural, engineering and survey services pursuant to the above-referenced project. We are proceeding with this project with our mission being to exceed your expectations. As we understand the project, our services included within our work effort shall include: Scope of Services · On-site review of the existing conditions · Attend design standard development meetings · Develop, along with other City consultants, a Request for Proposal for the downtown redevelopment and assist in review of prospective bids · Topographic survey · Building assessment of existing facility (Building E) along the Monon Trail · Civil/site design including demolition of metal building attached to Building E (as indicated above). All other building demolition.will be by the City of Carmel. · Development of architectural/land planning/streetscape standards for above location " · Civil/site design package for a pad ready site. Package will include demolition plans, utility plans to provide necessary utilities at property lines, and site/civil specification booklets. Paul I. Cripe, Inc. shall assist Owner with the bid process and the evaluation Of bid tabs, and the Owner shall be responsible for selecting and entering into a contract with the contractor. -. Assumptions The following assumptions were made while puttir~ this proposal together. If any of these assumptions prove not valid, an additional services may be requested by Paul I. Cripe, Inc. to cover the additional associated services. · Sample front-end specifications for the civil pad ready package, with instructions to bidders, will be provided by the Owner. · Construction administration is not part of this scope. · Testing services are not a part of this scope. · All construction budget and cost responsibilities will be by others, · The Request for Proposal will be completed by mid-January, 2000. · All rezoni ng work will be by the Owner. Architects I, Engineers · Landscape Architects ~, Land Planners · Land Surveyors · Environmental Consultants · Transportation Engineers Mr. Jim Brainard Mayor of Carmel November 17, 1999 Page 2 tee Estimate Paul I. Cripe, Inc. proposes an estimated fee to deliver the aforementioned scope of services as follows: Architectural, Survey and Engineering $53,350.00 Paul I. Cripe, Inc. will notify the City of Carmel in the event the fee exceeds the estimated fee by more than 10%. Our fees are to be invoiced monthly per the attached 1999 Standard Hourly Rate Schedule. In addition, reimbursable expenses and services are not included in the above stated fee and will be invoiced at actual cost. Additional subcontractor work if required will be invoiced at 1.15 times the actual cost. These reimbursable expenses or services include, but are not limited to the following: 2. 3. 4. 5. 6. Printing and reimbursable cost Permit fees Geotechnical services Fax transmission and copies Mileage Record drawings of existing buildings and facilities As we have discussed, we have already begun work on the following: _ · Architectural, survey and civil due diligence · Architectural standards · · Legal and financing research . . . Paul I. Cripe, Inc. is enthusiastic for this opportunity to assist the City' of Carmel with the exciting' project and the opportunity to continue working with the City of Carmel. Please call with any questions or comments you may have regarding this proposal. I look fortNard to hearing from you in the near future regarding this proposal, .." ' Sincerely, , - ... ','. Fredrick J. Green Architectural Department Head '- This Proposal accepted this day of November. 1999. CITY OF CARMEL Authorized Signature O:\1999\990488\99904\DOCS\p~oposal .doc Pdnted PAUL I. CRIPE, INC. Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors Environmental Consultants · Transpodation Engineers PAUL I. CRIPE, INC. October 19, 1999 7172 Graham Road Indianapolis, Indiana 46250 317-842-6777 FAX# 317-841-4798 www.picripe.com Ms. Kate Boyle-Weese City Engineer, City of Carmel Department of Engineering One Civic Square Carmel, Indiana 46032 EXECUTIVE DRIVE EXTENSION Dear Ms. Boyle: AT'FAc M Enclosed is Paul I. Cripe, Inc.'s estimated fee proposal, scope of services, manhour justification, schedule and support documents for the above-referenced project. This work will be completed in accordance with our current on-call contract with the city. The Scope of Services for this project are broken into Phases and include the following: Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Services to be Road Design, including preparation of Contract Documents, Engineer's Estimate and Construction Plan and Profile Traffic Signal Modification Public Hearings/Meetings Field Survey Bidding Assistance Right-of-way Engineering Soil Investigation provided to Paul I. Cripe, Inc.: · Boiler plate contract documents '- Our fee proposal includes fee for land acquisition from two (2) parcels. Pay rates shall be as listed in the On-Call Agreement with the city of Carmel. We thank you for the opportunity to provide our services for this project and'welcome the opportunity to work with you. Please do not hesitate to contact me if you have any questions regarding the above. Sincerely, PAUL I. CRIPE, INC. Manager, Transportation Department PLK/b Enclosures 0:\1999\990522\99902~FEEPROP.DOC Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors · Environmental Consultants · Transpodation Engineers Task 1 Road Design Anticipated work elements to be accomplished and assumptions regarding design are as follows: · Evaluation of existing drainage patterns, design or replacement of new drainage structures · Design to provide for access to all properties. Rangeline and Executive Drive to remain open during construction · Design per City of Carreel Street Standards, provided by the Department of Engineering · Design to be in English using INDOT Standards and Specifications · Design pavement markings. Revisions to existing markings on Rangeline required. · Prepare design and Detail Construction Plans · Quantity Calculations · Technical Specifications contract documents and Engineer's Estimate · Traffic maintenance and signage plan Task 2 Traffic Signal Modification at Rangeline Road and Executive Drive Anticipated work elements to be accomplished as follows: · Determination of proposed signal heads. New spanwire required. · Handholes, manholes, conduit, new signal heads may be required · Quantity calculations, specifications and details Task 3 PUBLIC HEARINGS/MEETINGS Anticipated work elements to be accomplished are as follows: · Meetings with City of Carmel. · No public hearing anticipated. Task 4 FIELD SURVEY Anticipated work elements to be accomplished as follows: · Topographic survey of Rangeline Road, Executive Drive and portions of Municipal Center · Prepare field book. · Work to be completed in accordance with INDOT guidelines. Task 5 CONSTRUCTION ADMINISTRATION ASSISTANCE Anticipated work elements to be accomplished as follows: · Prepare bid tabs. · Assist City Engineer with Contractor qualifications and selection. · Attend pre-bid/pre-construction meetings to answer design/contract documents and related questions. Task 6 RIGHT-OF-WAY ENGINEERING Anticipated work elements to be accomplished as follows: · See attached. Task 7 SOILS INVESTIGATION · Subgrade analysis required (minimum 2 locations). FEE PROPOSAL SUMMARY EXECUTIVE DRIVE EXTENSION SCOPE OF SERVICES Task 1 Road Design Fee (See attached) $ 12,000.00 Task 2 Signal Design Fee Traffic Signal Design 12 hrs x $86/hr.- Engineer Traffic Signal Details 6 hrs x $86/hr.- Engineer 12 hrs. x $70/hr. - Technician Signal Specifications 3 hrs x $86/hr- Engineer Quantities 2 hrs. x $86/hr- engineer :]'ask 3 Meetings 8 hrs. x $86/hr.- Engineer 2 hrs. x $70/hr- Technician I hrs. x $48/hr.- Administrative Task 4 Task 5 Task 6 Task 7 Survey Fee (See attached) Construction Administration/Bidding Services 5 hrs. x $86/hr.- Engineer Right-of-way Engineering (See attached) Soil Investigation (Estimated fee) Reimbursable Expenses Subtotal Subtotal $ 2,818.00 $ 876.00 $ 6640.00 $ 430.00 $ 12730.00 $ 4000.00 $ 539.00 TOTAL Estimated FEE $ 40033.00 Use $ 40000 REIMBURSABLE EXPENSES Fee Proposal Anticipated reimbursable expenses are as follows: 13 Field Check (15) sheets x 3 sets = GI Final Plans (20) x 1 set = I~ Tracings (20) x 1 set = 121 Bid Submittal 20 sets x 10 sheets = 1211 Contract Documents = 45 blueline sheets x $.60 = $ 20 blueline sheets x $.60 = $ 20 mylar sheets x $12.00 = $ 200 sheets x $.60 =$ 10 sets x $14 = $ 27.00 12.00 240.00 120.00 140.00 TOTAL $ 539.00 PROJECT SCHEDULE EXECUTIVE DRIVE EXTENSION · Anticipated Notice to Proceed · Survey Complete · Preliminary Plans · Utility Notification · Field Review · Right-of-way Engineering Complete · Land Acquisition Services · Final Plans · Tracings/Bid Documents · Anticipated Bid Date November 1, 1999 November 12, 1999 December 3, 1999 December 3, 1999 December 17, 1999 1 mo. after prelim plan appr. TBD 30 days after NTP 2 weeks after final plan appr TBD Z ILl 13 13 0 0 0 c- o (D X _J ill < 03 0 0 imi UJ I-- LU III -r' i! ri- D 0 0 Iii Sheet1 19-Oct-99 ~ Route Survey Carmel Executive Drive Extension Approx. 3.25 ac. of topo/cross sections I TASK DESCRIPTION I Project Coordination & Management Scheduling I ~ I .... Horizontal Control Reference ties for survey points (approx. 4 points) Vertical Control I I Coordinate with Utility Companies Cross Section / topo of approx. 3.25ac. Locate Section Corners I ~ Reference Ties for Section Corners (approx. 2 points) Locate property lines/corners 1 Locate utilities I Obtain current deeds of record (approx 3 deeds) Prepare field books ~ I Stake Centerline Reference ties for Centerline (approx 5 points) Structure details for approx. 3 strs Coordinate with City Engineer TOTAL SURVEY Dept. Manager 10 Manhours for Field survey Project Surveyor Crew - PC Crew man ~ Crew man 5 4 4 4 2 I 4 4 I 2 2 I 2 2 I I 1 10 10 10 I 2 2 0.5 1 1 0.5 0.5 0.5 I I 1 3 I 1 2 5 5 I 2 2 1 1.5 1.5 TOTAL 2 2 9 5 5 3 30 5 2.5 1.5 3 3 2 12 5 4 1 0 0 27 33 32 0 95 Carreel exec drive extension survey 2.xls Prepared by B.Wood 10/19/99 Page I Sheet2 ESTIMATED DIRECT EXPENSES Vehicle Charges: 0 Trips, 0 miles / trip at $0.25 / mile COUNTY RECORDER'S OFFICE Recording fee for Location Control Route Survey Plat Copies of deeds at $2 per deed for 3 deeds $0.00 $22.0O 86.00 TOTAL $28.00 Salary Estimated Average Classifications Staff Hours Hourly Rate 10 Depatment Manager 5 Project Surveyor 4 Survey Crew (PC) 4 Survey Crow (#2 man) 4 Survey Crew (#3 man) 2 Administrative Support #2 I Administrative Support #1 Total Direct Salary Cost Direct Expenses 3 130.00 27 86.00 33 60.00 32 60.00 0 45.00 Direct Salary Costs 390.00 0.00 2322.00 0.00 1980.00 1920.00 0.00 0.00 0.00 0.00 6,612.00 28.00 TOTAL ESTIMATED FEE USE 6,640.00 6,640.00 Carmel exec drive extension survey 2.xls Prepared by B.Wood 10/19~99 Page 1 RIGHT-OF-WAY ENGINEERING SCOPE OF SERVICES Estimated Fee Proposal- Executive Drive Extension for City of Carmel Scope of Work · Prepare · Prepare · Prepare · Provide · Provide · Provide · Provide · Provide · Provide · Provide · Provide location control route survey plat final fight-of-way plans individual plats for each parcel legal descriptions for all parcel takings legal instruments field stake-out of new right-of-way line abstracting for each parcel appraising of parcel takings review appraising of parcel takings buying of parcel takings management of abstracting, appraising and buying Fee Proposal Summary Right-of-Way Engineering Services 1. Route Survey Plat 2. Legal Descriptions, Transfer Documents Parcel Plats, RJW Plans and R/W Staking 2 Parcels x $2,440.00 3. *Abstracting - 2 Parcels x $300.00 4. **Appraising - 2 Parcels x $1,200.00 5. Review Appraising - 45% of Appraising Fee 6. ***Buying - 2 Parcels x $900.00 TOTAL ESTIMATED RIGHT-OF-WAY ENGINEERING FEE $ 1,970.00 $ 4,880.00 $ 600.00 $ 2,400.00 $ 1,080.00 $ 1,800.00 $ 12,730.00 *The fee DOES NOT include title insurance. The title insurance is available at an additional fee based on the dollar amount required. **The fee assames all short forms, with no cost to cure. Assumes that no parking is affected and that there is no damage as a result of the acquisition. If properties do have damages associated with the project, the individual parcel fees would be in the $6,500 to $7,500 range. These would have to be evaluated on an individual basis. The above cost estimates assume that no second appraisal is required. The lowest the fees could be is $1,800.00 (all value findings, no short forms, and no review). * * *The fee assumes the properties being commercial in nature and NOT encumbered by mortgages and/or other liens. If encumbered by mortgages and/or other liens the individual parcel fee would be $1000.00. Sheet1 19-Oct-99 ~ I ~ City of Carmel - Executive Drive Extension Route Survey Plat TASK DESCRIPTION I Project Coordination & Management Plot Property Lines 'Refrefence Ties Route Plat Drawing Surveyors Report Quality control/review TOTAL SURVEY I Manhours Dept. Manager SeniorSurveyor ProjectSu~eyor Crew- PC Crewman #2 Crewman #3 2 3 4 13 13 13 2 1 3 12 I 2 1 0 4 18 0 0 0 22 TOTAL Manhour2.xls Prepared by B.Wood 10/19/99 Page I Sheet2 ESTIMATED DIRECT EXPENSES Vehicle Charges: 0 Trips, 0 miles / trip at $0.25 / mile ATTORNEY Reviewing fee for tranfer documents COUNTY RECORDER'S OFFICE Recording fee for legal documents $0.00 $0.00 $0.00 TOTAL $0.00 Salary Classifications 2 Depatment Manager 3 Senior Surveyor 4 Project Surveyor 13 Survey Crew (PC) 13 Survey Crew (#2 man) 13 Survey Crew (#3 man) Estimated Staff Hours 4 18 Average Hourly Rate 130.00 105.00 86.00 60.00 60.0O 45.00 Direct Salary Costs 0.00 0.00 420.00 1548.00 0.00 0.00 0.00 0.00 Total Direct Salary Cost 1,968.00 1,968.00 Direct Expenses TOTAL FEE Use per pacel fee of 1,968.00 1,970.00 Manhour2.xls Prepared by B.Wood 1.0/19~99 Page 1 Sheet1 19-Oct-991 I I City of Carreel - Executive DH.ve Extension R/VV Engineering {per parcel} TASK DESCRIPTION I Management of appraisal and buying Deed and R/W Research Review current deeds of record Parcel Plats1 Legal Descriptions Area Sheets Calculation sheets L10's I Transfer documents Quality control/review I TOTAL SURVEY I Manhours Dept. Manager Senior Surveyor Project Surveyor Crew - PC Crew man #2 Crew man #3 2 3 4 13 13 13 6 1 1 0.5 5 0.5 2 0.5 0.5 0.5 1 0,5 1 I 1 I 9 12 2 2 2 2 0 26 TOTAL 6 1 1 5.5 2.5 0.5 0.5 0 1.5 1.5 4 2 Manhour. xls Prepared by B.Wood 10/19/99 Page I Sheet2 ESTIMATED DIRECT EXPENSES Vehicle Charges: 0 Trips, 0 miles / trip at $0.25 / mile ATTORNEY Reviewing fee for tranfer documents COUNTY RECORDER'S OFFICE Recording fee for legal documents $0.00 $75.00 $22.OO TOTAL $97.00 Salary Classifications 2 Depatment Manager 3 Senior Surveyor 4 Project Surveyor 13 Survey Crew (PC) 13 Survey Crew (#2 man) 13 Survey Crew (#3 man) Estimated Staff Hours 9 12 Average Hourly Rate 130.00 105.00 86.00 60.00 60.00 45.00 Direct Salary Costs 130.00 0.00 945.00 1032.00 0.00 120.00 120.00 0.00 Total Direct Salary Cost 2,347.00 2,347.00 Direct Expenses 97.O0 TOTAL FEE Use per pacel fee of 2,444.00 2,440.00 $2,440.00 per parcel for 2 parcels = a total of $4,880.00 Manhour.xls Prepared by B.Wood 10119~99 Page 1 REIMBURSABLE EXPENSES Fee Proposal Anticipated reimbursable expenses are as follows: C3 Field Check (8) sheets x 3 sets = C:31 Final Plans (10) x I set = 1:::31 Tracings (12) x 1 set = 1:::31 Bid Submittal 10 sets x 10 sheets = I:::]1 Contract Documents = TOTAL 24 blueline sheets x $.60 = $ 10 blueline sheets x $.60 = $ 12 mylar sheets x $12.00 = $ 100 sheets x $.60 = $ 10 sets x $14 = $ 14.40 6.0O 144.00 60.O0 140.00 364.40 PROJECT SCHEDULE EXECUTIVE DRIVE EXTENSION Anticipated Notice to Proceed Survey Complete Preliminary Plans Utility Notification Field Review Right-of-way Engineering Complete Land Acquisition Services Final Plans Tracings/Bid Documents Anticipated Bid Date November 1, 1999 November 12, 1999 December 3, 1999 December 3, 1999 December 17, 1999 1 mo. after prelim plan appr. TBD 30 days after NTP 2 weeks after final plan appr TBD Ci:y 02: Carme'_ DEPARTMENT OF ENGINEERING January 31, 2000 (Revised) Rich Kelly, PE Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250 RE: Additional Services ~ #6 Per Contract # 0415.98.04 Dear Phil: As we discussed, the City of Cannel has requested additional professional services from your tinn. Pursuant to our current contract with Paul I. Cripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fee estimates for the following work tasks: Additional Services ~ #6 - Sanitary Sewer Design Services for Pennsylvania Street Task A: Construction Documents for Sanitary Sewer Improvements Task B: Video Inspection of Approximately 350 L.F. of Existing Sewer at Penn Mark Plaza Reimbursable Expenses Fee Total Attachment "A" $ 3,650.00 $620.00 $1,500.00 $5,770.00 As I understand it, your time estimate is to begin immediately following the Notice to Proceed, and final plans will be completed within 20 days. I hereby approve this additional professional services estimate, and grant you the Notice to Proceed on providing these services. Please understand that Task C and Task D of your proposal are not included in this Additional Services Contract, and each will require a separate "Notice to Proceed". Please be advised that work on the original and this Additional Services contract should be billed on separate invoices. All invoices should be referenced to the original Contract # and/or Additional Services # where applicable. Thank you for your continued assistance in providing the City of Cannel with your professional, quality services. If you should have any questions, please give me a call. Craig M. Parks Assistant City Engineer Mayor James Brainard Kate Boyle-Weese, City Engineer Douglas Haney - City Attorney Diana Cordray - Clerk Treasurer Steve Engelking - Department of Community Services Joe Staehler - Department of Administration Robert Hicks - Hall, Render, Killian, Heath & Lyman ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 DEPARTMENT OF ENGINEERING January 31,2000 Rich Kelly, PE Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250 RE: Additional Services #7 Per Contract # 0415.98.04 Dear Phil: As we discussed, the City of Cannel has requested additional professional services from your firm. Pursuant to our current contract with Paul I. Cripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fee estimates for the following work tasks: Additional Services #7 - Sanitary Server Design Services for Pennsylvania Street Task A: Construction Documents for Sanitary Sewer Improvements Task B: Video Inspection of Approximately 350 L.F. of Existing Sewer at Penn Mark Plaza Reimbursable Expenses Fee Total Attachment "A' $ 3,650.00 $620.00 $1,500.00 $5,770.00 As I understand it, your time estimate is to begin immediately following the Notice to Proceed, and final plans will be completed within 20 days. I hereby approve this additional professional services estimate, and grant you the Notice to Proceed on providing these services. Please understand that Task C and Task D of your proposal are not included in this Additional Services Contract, and each will require a separate "Notice to Proceed". Please be advised that work on the original and this Additional Services contract should be billed on separate invoices. All invoices should be referenced to the original Contract # and/or Additional Services # where applicable. Thank you for your continued assistance in providing the City of Cannel with your professional, quality services. If you should have any questions, please give me a call. Sincerely, Assistant City Engineer Mayor James Brainard Douglas Haney - City Attomey Diana Cordray - Clerk Treasurer Steve Engelking - Department of Community Services Joe Staehler - Department of Administration Robert Hicks - Hall, Render, Killian, Heath & Lyman ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571o2441 A'rTNC .NT 8-flU8 7172 GfcJltarn r~oad Indionupohs. IndL<~na 46250 317-842-6777 FAX~/317-84 ~-4 IQ~ www picf,po.corn Mr. Craig Parks Assistant City Engineer cib/of Carreel One Civis Square Carmel, indiana 46032 SANITARY SEWER DESIGN SERVICES ASSOCIATED WITH MERIDIAN PENN PLAZA OFFICE COMPLEX AT 116TM STREET AND PENNSYLVANIA STREET, CARMEL INDIANA Dear Mr. Parks: Paul I. Cripe, Inc. is pleased to submit this proposal for englneedng, surveying and Inspection services associated with the sanitary sewer improvements for Meridian Penn Plaza to be included in the City's Pennsylvania Street Improvements project. Our proposed scope of work to complete this project is as follows: A. Construction Documents for Sanitary Sewer Improvements.: · Prepare construction plans and specfficati0ns in accordance with the requirements of Clay Regional Waste Distdct for sanitary sewer Improvements located within the right-of-way of Pennsylvania Street to be included by change order in the Pennsylvania Street improvement project presently undenNay. The plans will be prepared based upon AutoCAD information previously provided to our office by the City. · Prepare and submit a permit appfication to the Indiana Department of Environmental Management for the required sanitary sewer construction permit, · Coordinate the design with the Clay Regional Waste District. · Construction p]ans will be completed within twenty (20) days from written notice to proceed. Is, Video Inspection of Approximately 350 L.F. of Existi.ng Sewer at Penn' Mark Plaza: · Flush and clean that portion of the sewer as Identified by Clay Regional Waste DiStrict where minimal slope ha, sbeen identified by that agency. · · Televise the subject sewer and provide copies of the video tape to the City, the Owner, and the waste district. Ce As-Built Survey of Existing Sewer at Meridian Mark: Prepare as-built survey Information for submittal to the waste district for approximately 1800 L.F. of sewer on the west side of Pennsylvania Street serving Meridian Mark Office Complex.. A~chilects * Enginee=s J, t.ondscape Arc!~ilects ~ Land Planners X !.end Surveyors J E'nvironmental Consullonts A Tronsporlalion Engir'~eefs ATTIkCq EI T ,Z Mr. Craig Parks January 28, 2000 Page 2 D. Easement Preparation for Dedication of the Meridian Mark Sewer: · Prepare a legal description and land plat exhibit as required for the dedication of the existing Meridian Mark sewer to the waste district. Paul I. Cdpe, Inc. shall perform the scope of work outlined above at a not-to-exceed fee as follows: . Plans, Specifications and Permits for Proposed Sewers · Video Inspection arfd Cleaning · Sewer As-Built Drawings · Easement Description and Land Plat Total Fee $3,650.00 $ 620.00 $2,300.00 $1,500.00 $8,070.00 Our subconsultant can begin work on the video Inspection on or about February 1, 2000, with results provided within 24 hours· Please note, however, that the fee associated with this servlce assumes that there are no blockages in the line and that the manholes Bre accessible. Should access difficulties be encountered in the field, the fee for the video inspection will require adjustment. Reimbursable expenses incurred In connection With the above scope of services are in addition to the fee stated above. These expenses include, but are not limited to fax°s, mileage, photography, postage, pen~It/revlew fees and blueprints. We estimate that the cost of reimbursables for this project .should not exceed $1,500.00. This cost Includes a total of ten (10) sets of blueprints for the sewer plans, and it also Includes an estimated cost of $1000,00 to cover the costs of inspections by Clay Township Regional Waste District. Paul I. Cdpe, Inc. anxiously looks forward to your acceptance of this proposal. Please have the appropriate party sign below indicating your acceptance of thls proposal and assignment of the project under the on-call contract between Paul I. Cdpe, Inc. and the City of Carmel. Upon recelpt of an executed copy, Paul I. C~pe, Inc. will proceed with the above Scope of Services. If you have any questions or need clarification concerning any of the Information contained hereln, please contact me at your convenience. 'Thank you for this opportunity and we look forward to hearing from you soon. . Sincerely, This Proposal accepted this . day of January, 2000. CITY OF CARMEL ""~u~'i~F{zed Signature O',lt~9~904~el2OOOO/pennparl~ta Doc ' Printed PAUL I. CRIPE, INC. Architect--. & t:ng]neers I Landscape Architecls ,i Land Planners i Land Surveyors Env~rons'ncntol Cont, ullantS i TranspOrlaliOn Engineers April 7, 2000 Phillip L. Kuntz, PE Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250 DEPARTMENT OF ENGINEERING -- '\ RE: Additional Services #7 Per Contract # 0415.98.04 Dear Phil: As we discussed, the City of Cannel has requested additional professional sen'ices from your fits. Pursuant to our current contract with Paul I. Cripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fee estimates for the following work tasks: Additional Sen'ices #7: Meridian Comers Boulevard - West Landscaping Plan Proposed Fee $2,600.00 Attachment "A" I hereby approve this additional professional services estinaate, and grant you the Notice to Proceed on providing these services. Please be advised that all invoices for work on our original and this additional sen'ice contract should be billed separately, and referenced by the original contract # and/or Additional Services # where applicable. Invoices received without the Additional Sen'ices # referenced may be returned. 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, M. Kate Weese, P.E. City Engineer Mayor James Brainard Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services Joe Staehler, Department of Administration ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 'M~R-23-O0 THU 08:44 P/IUL I. CRIPE, INC. FRX NO, 7172 Ofal~rn ~o~d IndianapOh~, Indicmu 46250 317-842-6777 FAX# 317-B4~ 4798 O1 March 23, 2000 Ms. Kate Boyle-Weese, PE City Engineer Carreel City Engineer's Office One Civic Square Carmel, Indiana 46032 MERIDIAN CORNERS BOULEVARD - WEST LANDSCAPING PLAN Dear Ms. Boyle-Weese: Enclosed is Paul I. Cripe, Inc,'s estimated hourly not-to-exceed fee proposal, scope of services, man-hour justification and support documents for the above-referenced project. We anticipate this work will take 15 days to complete. This work will be contracted under our current on-call agreement with the city of Carreel. Should you have any questions concerning Paul l. Cripe, [nc.'s fee proposal, please do not hesitate to contact me. We are excited to be assisting the city in the beautification of Meridian Corners Blvd. We have already contacted Blair Carmoslno at Duke and look forward to submitting the "Meridian Corners Boulevard -West Landscaping and Improvement Plan" for your approval. Sincerely, PAUL I. CRIPEj INc. Philip L. Kuntz, PE Transportation Engineering Department Head O ~.199~990522~70OO0~OCSV~rdnc~rn Supplerachel doe ArchileClS Ik Engineers & L.¢u'~d--cape ArchitoClS A Lend Planners · Land Surveyors · Envlronmcntal Consultants A Tronsportation Engtnoors -M~R-23-O0 THU 08:46 ~M F~X NO. P. 02 ~\ 3 Anticipated Work Elements are as Fo~ows: · Coordination with Blair Carmosin o at Duke · Coordination with City of Carreel · Draft and submit "Meridian Comers Boulevard .- West Landscaping Plan" · Submittal to include title sheet, plan view, and misc. construction details , Revise "Meridian Corners Boulevard - West Landscaping Plan" per Carme!'s markups · Contract documents are not required. , Carreel to submit plans to Duke City of Carmel to provide the loftowing to Paul !. Cripe, Inc,: · Information regarding placement of fence and a right of entry on homeowners property. P/IUL I. CRIPE, INC. 'MAR-23-O0 THU 08:45 AM FAX NO, P, 03 0 -,] 0 0 0 ~frn rrl..o z~ zrn mO ITI nl mo z Z ~)oooo0 oz '~O 0 < August 7th, 2000 Cky Carme'_ DEPARTMENT OF ENGINEERING Phillip L. Kuntz, PE Paul I. Gripe, Inc. 7172 Graham Road Indianapolis, IN 46250 RE: Additional Services #8 Per Contract # 0415.98.04 Dear Phil: As we discussed, the City of Carmel has requested additional professional services fi'om your finn. Pursuant to our cun'cnt contract with Paul I. Cripe, Inc., Contract # 0415.98.04, dated April 15, 1998, I have requested and received from you the proposed scope of services and fce estimates ti3r the lbllowing xvork tasks: Additional Sen4ces #8: 116~h Street and Monon Trail Crossing Proposed Fee $9,800.00 Attachment "A" I hereby approve this additional prolbssional scrviccs cstimatc, and grant you the Notice to Proceed on providing these services. Please be advised that all invoices fi, r work on our original and this additional sen'ice contract should be billed separately, and referenced by the original contract # and/or Additional Sen'ices # where applicable. Invoices received without the Additional Sen'ices # referenced may be returned. Thank you for your continued assistance in providing the City of Carreel xvith your professional, quality scrviccs. If you should have any questions, please give me a call. Sincerely, t M. Kate Weese, P.E. City Engineer Mayor James Brainard Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services Joe Staehler, Department of Administration Randy Auler, Pro'ks Department ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 PAUL I. CRIPE, INC. July 22, 2000 7172 Graham Road Indianapolis, Indiana 46250 317-842-6777 FAX# 317-841-4798 www.picripe.com A Ms. Kate Weese City Engineer, City of Carmel Department of Engineering One Civic Square Carmel, Indiana 46032 11 6th STREET AT MONON TRAIL Dear Ms. Weese: Enclosed is Paul I. Cripe, Inc.'s lump sum fee proposal, scope of services, manhour justification, schedule and support documents for the above-referenced project. This work will be completed under our current on-call contract with the City of Carmel. The Scope of Services for this project are broken into Phases and include the following: Task 1 Task 2 Task 3 Task 4 Road Design, including preparation of Contract Documents, Engineer's Estimate and Construction Plan and Profile Flashing pedestrian crossing design Meetings Construction Administration and Bidding Assistance Services to be provided to Paul I. Cripe, Inc.: · Boiler plate contract documents · Completed field survey from Farrar Garvey We do not anticipate the need for, nor does our proposal include fees for soils investigation, public hearings, permit applications or right-of-way acquisition. Pay rates shall be as listed in the on-call agreement with the City of Carmel. We thank you for the opportunity to provide our services for this project and welcome the opportunity to work with you. Please do not hesitate to contact me if you have any questions regarding the above. Sincerely, PAUL I. CRIPE, INC. Manager, Transportation Department PLK/b Enclosures O:\1999\990488\99901 \DOCS\FEEPROP116manon. DOG Architects · Engineers · Landscape Architects · Land Planners · Land Surveyors · Environmental Consultants · Transportation Engineers Task I : Road Design Anticipated work elements to be accomplished and assumptions regarding design are as follows: · Evaluation of existing drainage patterns, design or replacement of new drainage structures · Design to provide for access to all properties. 116th Street to remain open during construction · Design per City of Carmel Street Standards, provided by the Department of Engineering · Design to be in english using INDOT Standards and Specifications · Design of pedestrian refuge island on 116th Street. Roadway to taper out at crossing similar to design at Carmel Drive. · Retaining wall is not anticipated to stay within existing right-of-way. · Design pavement markings for safe pedestrian crossing. · Coordinate design plans with potential pedestrian overpass/underpass. · Prepare design and detail construction plans · Quantity calculations Technical specifications, contract documents, and engineer's estimate Traffic maintenance and signage plan Task 2 Pedestrian Crossing Warning Signal Design Anticipated work elements to be accomplished as follows: · Determination of proposed signs. · Handholes, manholes, conduit, flashing warning signs required · Quantity calculations, specifications and details Task 3 PUBLIC HEARINGS/MEETINGS Anticipated work elements to be accomplished are as follows: · Coordinate design with Monon Trail architects (Schmidt Assoc) · Meetings with City of Carmel. · No public hearing anticipated. Task 4 CONSTRUCTION ADMINISTRATION ASSISTANCE Anticipated work elements to be accomplished as follows: · Prepare bid tabs. · Assist City Engineer with contractor qualifications and selection. · Attend pre-bid/pre-construction meetings to answer design/contract documents and related questions. F~E PROPOSAL SUMMARY 116 STREET AT MONON TRAIL SCOPE OF SERVICES Task 1 Road Design Fee (See attached) 6,400.00 Task 2 Pedestrian Signal Design Fee Traffic Signal Design 8 hrs x $86/hr. - Engineer Traffic Signal Details 4 hrs x $86/hr. - Engineer 6 hrs x $70/hr. - Technician Signal Specifications 2 hrs x $86/hr- Engineer Quantities 1 hrs x $86/hr- Administrative Task 3 Meetings 8 hrs. x $86/hr. - Engineer 2 hrs. x $70/hr - Technician 1 hrs. x $48/hr. - Administrative Task 5 Construction Administration/Bidding Services 5 hrs. x $86/hr. - Engineer Reimursable Expenses Subtotal Subtotal 1,710.00 876.00 43O.0O 387.20 TOTAL Estimated Not to Exceed FEE Use 9803.20 9800.00 0 0 Z !11 0 0 0 O 0 0 (o e~ I-- W W I Ii 0 ~ 0 0 0 00 0 0 REIMBURSABLE EXPENSES Fee Proposal Anticipated reimbursable expenses are as follows: IZ1 Field Check (10) sheets x 3 sets = 121 Tracings (12) x 1 set = g Bid Submittal 10 sets x 12 sheets = 121 Contract Documents = Travel = TOTAL 30 blueline sheets x $.60 = $ 12 mylar sheets x $12.00 = $ 120 sheets x $.60 = $ 10 sets x $14 = $ 40 miles * $0.33/mile = $ 18.00 144.00 72.00 140.00 13.20 387.20 PROJECT SCHEDULE CARMEL DRIVE AND 116TM STREET AT THE MONON TRAIL · Anticipated Notice to Proceed · Preliminary Plans · Utility Notification · Field Review · Tracings/Bid Documents · Anticipated Bid Date July 24, 2000 August 14, 2000 August 14, 2000 August 15, 2000 August 21, 2000 TBD