Loading...
Crossroad Engineers, P.C.Crossroad Engineers, PC Old Towne Infrastructure Engineering AGREEMENT FOR PROFESSIONAL SERVICES APPROVED, AS TO FORM acting by and through its BoarToof Public Works and Safety, hereina~er referred to as "City"; and CrossRoad Engineers, PC, hereinaf~er referred to as "Professional". RECITALS WHEREAS, City owns and is responsible for public works which include, by way of illustration and not by way of limitation, the construction, operation and maintenance of much of the infrastructure system in the City including, but not limited to, its municipal water and sewer utilities; the street system including, but not limited to, pavements, curbs, sidewalks, street trees and alleys; the storm drainage system including, but not limited to, pipes and open ditches; and is also responsible for the planning, design, construction, operation and maintenance of said infrastructure system; 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 a joinder agreement; and WHEREAS, from time to time City needs professional services to assist it in effectively and efficiently fulfilling the foregoing responsibilities; and WHEREAS, Professional is experienced in providing the professional services covered by this Agreement and relating to the planning, design, construction, operation and/or maintenance of such municipal infrastructure 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 professional services referenced herein; and WHEREAS, Professional is qualified and desires to provide City with 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: Crossroad Engineers, PC Old Towne Infrastructure Engineering SECTION 1. INCORPORATION OF RECITALS. The foregoing recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2. SCOPE OF SERVICES. 2.1 The City desires to hire Professional as an independent contractor for the services set forth in Appendix A, as attached hereto and incorporated herein. Professional desires to provide to City said Services as set forth herein. 2.2 By and through its Mayor, the City may, from time to time, request Professional, on a non-exclusive basis, to provide additional professional services to assist City in its planning, design, construction, operation and/or maintenance of its infrastructure system. The scope of 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 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 to City, 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 such additional services, the descriptions of which shall be set forth in written documents which shall 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 aH criteria and information with respect to City's services request reasonably necessary for Professional to understand the specific services requested and to provide a time and cost estimate; and 3.1.2 Designate the Mayor or his duly authorized representative to act on City's behalf on all matters concerning any and all such services. Crossroad Engineers, PC Old Towne Infrastructure Engineering 3.2 Once City has accepted Professional's time and cost estimate for such services, City shall: 3.2.1 Furnish to Professional all studies, reports and other available data in City's possession that City considers reasonably pertinent to the services to be provided in addition to the information previously supplied to help Professional with its time and cost estimate, and obtain additional existing reports and data as are reasonably required for Professional to perform the services, all of which Professional shall be entitled to rely upon in performing such 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 such services.. SECTION 4. PROFESSIONAL'S RESPONSIBILITIES 4.1 Once City has requested Professional's time and cost estimate for requested services, 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 such services, they shall be performed pursuant to the terms of this Agreement and within the accepted time and cost estimate, and pursuant to any other terms specifically enumerated in the services description and approval to be attached hereto and incorporated herein by this reference. Time is of the essence of this Agreement. 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 services request or as circumstances dictate· 4.4 Professional has read and understands this Agreement, and agrees that Professional's written acceptance or commencement of any work or services under this Agreement shall constitute Professional's acceptance of its terms and conditions. 4.5 Professional agrees to provide the services necessary to perform the requirements of this Agreement and to execute its responsibilities hereunder by following and applying at all times the highest professional and technical guidelines and standards. City reserves the right Crossroad Engineers, PC Old Towne Infrastructure Engineering 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 at~er receipt of documentation from Professional in such form and detail as City may require. 4.6 Professional expressly warrants that all services covered by this Agreement will conform to the specifications, drawings, samples, instructions, directions and/or descriptions furnished 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· In addition, Professional acknowledges that Professional 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. SECTION 5. COMPENSATION 5.1 As full compensation for the services performed by Professional hereunder, City shall pay to Professional as set forth below: 5.1.1 The fee for the services will be either a lump sum amount or will be based upon the costs enumerated in Appendix A as attached hereto and incorporated herein. When necessary during the provision of additional services, Appendix A may be revised to accommodate such additional services. 5.1.2 City will pay Professional reasonable reimbursable expenses 'based upon actual costs for items including, but not limited to, travel, reproduction, printing, etc. Mileage charges will be billed at the then- current rate in effect for Professional, not to exceed the Internal Revenue Service' s allowable rate. 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 in writing with an explanation of the need and the qualifications of the outside sources. If City is agreeable, City shall reimburse Professional for the actual cost of such outside services. 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. Crossroad Engineers, PC Old Towne Infrastructure Engineering 5.1.4 Professional will submit an invoice to City every four (4) weeks for services provided City during the time period encompassed by such invoice. City shall pay Professional for all undisputed services rendered and stated on such invoices within thirtyI (3 0) days after the date of its receipt of such invoices. If all undisputed portions of an invoice mount are not paid within thirty (30) days of its receipt by City, Professional shall so notify the City in writing. If all undisputed portions of such invoice amount are not thereafter paid within five (5) business days after City' s receipt of such written 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 as a separate debt for each month same remains unpaid. 5.1.5 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 (10) 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. SECTION 6. TERM Subject to the termination provisions set forth in Section 7 herein, this Agreement shall be in effect for the calendar year 1997 and shall thereafter automatically renew for a period of one ( 1 ) calendar 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 Agreement 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. Professional shall keep confidential all working and deliberative material pursuant to IC 5-14-3-4. 7.2 Termination. 7.2.1 The obligation to provide services under this Agreement may be terminated by City or Professional without cause upon thirty (30) days' written notice to the other party and with cause immediately upon receipt of notice to cease all services. In the event of termination, Professional will be paid for all services rendered and expenses incurred to date of termination and not in dispute. For purposes of clarification, Professional shall be paid the percentage of the lump sum estimate that / Crossroad Engineers, PC Old Towne Infrastructure Engineering City determines in good faith to be the same percentage of work performed pursuant to the terms of this Agreement and not in dispute. Disputed invoice amounts shall be resolved as set forth in paragraph 5.1.5 hereinabove. 7.2.2 Professional understands that the City reserves the right to terminate this Agreement during any of the phases of work for any reason, including availability of adequate funding. 7.3 Binding Effect. City and Professional and their respective officers, agents, partners, successors, executors, administrators, assigns and legal representatives are bound to the other party to this Agreement, and to the officers, agents, partners, successors, executors, administrators, assigns and legal representative of such other party in all respects as to all covenants, agreements and obligations of this Agreement not illegal nor otherwise unenforceable in law or equity. 7.4 No Third Party Beneficiaries. Nothing contained herein shall be construed to give any fights 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 this regard, Professional and all of its employees, contractors, outside sources and other persons shall not be employees of City. Furthermore, Professional shall have all responsibility to pay to or for its employees, contractors, outside sources and other persons, all statutory and contractual benefits and obligations and any other benefits and/or obligations as due and at its discretion. The City shall not be responsible for same, but rather the compensation to be paid hereunder by City to Professional shall be the full compensation and monies required of City to be paid to Professional. 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 employee, outside source, contractor or other person of Professional regarding or related to the subject matter of this Agreement. 7.6 Insurance. Professional shall procure and maintain with an insurer licensed to do business in 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 under workers' compensation and unemployment compensation . acts, claims for damages because of errors and omissions, and bodily injury claims including, but not limited to, personal injury, sickness, disease or death of any and all of Professional's employees, contractors, outside sources and other persons, and from all claims and/or damages because of injury to or destruction of property, including, but not limited to, loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in Appendix B, which is attached hereto and incorporated herein. Professional shall cause its insurers to name City as an additional insured on all insurance policies (other than on its Professional Responsibility Insurance policy), promptly provide City with copies of all such policies, and provide that such policies will not be canceled without thirty (30) days prior written notice to City. 7.7 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. Professional agrees that it will pass on to City any discounts, rebates and savings for prompt payments, or otherwise, that it receives. 7.8 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 governmental authority (whether valid or invalid), fires, floods, windstorms, explosions, riots, natural disasters, wars, sabotage, labor problems (including, but not limited to, lockouts, strikes and slowdowns), inability to obtain power, material, labor, equipment or transportation or court injunction; provided that written notice of such delay (including the anticipated duration of the delay) shall be given by the affected party to the other party within ten (10) days after discovery of the cause of such delay. During any such period of such delay or failure to perform by Professional, City, at its option, may purchase services from other sources and reduce the services requested of Professional hereunder by such degree, without liability to Professional, or have Professional provide such services from other sources at times requested by City and at the prices set forth in this Agreement. 7.9 Liens. Professional shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Professional fails to remove such lien of record Crossroad Engineers, PC Old Towne Infrastructure Engineering within thirty (30) days after the 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 liability, loss, claims, costs, attorney fees, expenses and/or damages incurred by City in connection with any such lien. 7.10 Default. In the event Professional: (a) repudiates or breaches any of the terms of this Agreement, including Professional's warranties; (b) fails to perform services as specified by City; (c) fails to make progress so as to endanger timely and proper completion of services and does not correct such failure or breach within ten (10) days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of written 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 partnership or corporation, dissolves, each such event constituting a Default hereunder, City shall have the fight to (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 services which were to be provided by Professional and Professional shall be liable to City for any excess costs of City in performing or obtaining such services; and/or (3) exercise any other fight or remedy available to City at law or in equity. 7.11 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 and its subsidiaries from any sums due or to become due from City to Professional. 7.12 Government 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 provisions required thereby are hereby incorporated herein by reference. Professional agrees to indemnify and hold harmless City from any loss, damage, costs, attorney fees and/or liability resulting from any such violation of such laws, rules, regulations, codes or ordinances. Crossroad Engineers, PC Old Towne Infrastructure Engineering 7.13 Indemnification. Professional shall indemnify and hold harmless City and its officers, employees, agents, assigns and legal representatives from all loss, liability, claims, judgments and liens, including, but not limited to, damages, costs, expenses and attorney fees, arising out of any intentional or negligent act or omission of Professional or any of its colleagues, associates, agents, employees, outside sources, subcontractors or other persons in the performance of this Agreement. The failure to do so shall constitute a material breach of this Agreement. 7.14 Discrimination Prohibition. Professional represents and warrants that it and its professionals, contractors, employees, outside sources and other persons shall comply with all existing laws of the United States, the State of Indiana and the City prohibiting discrimination against any employee or applicant for employment 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. The City reserves the right to collect a penalty as provided in IC 5-16~6-1 for any person so discriminated against. 7.15 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. 7.16 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, postage prepaid, addressed to the parties at the following addresses: CITY: PROFESSIONAL: City of Cannel One Civic Square Carreel, IN 46032 Attention: Kate Boyle, City Engineer (with a copy to the City Attorney) CrossRoad Engineers, PC 1615 Main Street Beech Grove, IN 46107 Attn: Chip Charles, PE Crossroad Engineers, PC Old Towne Infrastructure Engineering Notwithstanding the above, City may orally notify Professional to cease all services pursuant to paragraph 7.2 hereinabove, provided that such notice shall also then be sent as required by this paragraph. 7.17 Approval Date. The Approval Date is the date on which the last of the parties hereto approves and executes this Agreement. 7.18 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 Carreel, Indiana, as the same shall be in full force and effect upon the Approval Date, except for the conflict of laws provisions thereof. 7.19 Waiver. Any delay or inaction on the part of City in exercising or pursuing its rights and remedies provided hereunder or by law shall not operate to waive any such rights or remedies nor in any way affect the rights of City to require such performance at any time thereat~er. 7.20 Exhibits. All exhibits and/or appendices referenced herein, whether marked "Exhibit", "Appendix", or by some other title, shall be considered a part of this Agreement as though fully set forth herein. 7.21 Non-Assignment. Professional shall not assign or pledge this Agreement whether as collateral for a loan or otherwise and shah not delegate its obligations under this Agreement without City's express prior written consent. 7.22 Prior Agreements. This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior written or oral agreement, understanding or representation pertaining to such subject matter shall be effective for any purpose. No provision of this Agreement may be mended, added to or subtracted from except by an agreement in writing signed by all parties hereto or their respective successors in interest. 10 Crossroad Engineers, PC Old Towne Infrastructure Engineering 7.23 Representation and Warranties. The parties represent and warrant that they are authorized to enter into this Agreement and that each person or entity executing this Agreement has the authority to bind such party or the party which they represent, as the case may be. 7.24 Entire Agreement. This Agreement represents the entire understanding between Professional and City with respect to the subject matter hereof and supersedes all prior negotiations, representations, and/or contracts, either oral or written. 7.25 Headings. All heading and sections of this Agreement are inserted for convenience only and do not form part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. [balance of page intentionally lePt blank] 11 Crossroad Engineers, PC Old Towne Infrastructure Engineering IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement. CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety BY: Brainard, Mayor Date: ""3Zt ~' /ct 7 B1 / CrossRoad Engineers, PC BY: Date: ~ C dr_ay, C1 hTr r 12 APPENDIX A SERVICES FOR: OLD TOWN INFRASTRUCTURE IMPROVEMENTS CrossRoad Engineers, PC Am PROJECT DESCRIPTION Four streets within the Old Town Section will be improved. In general the work will consist of pavement rehabilitation/reconstruction. drainage improvements, and the installation of aidels, curbs and street lighting. More specifically, the following areas/items are ig, cluded: a. 2rid Avenue NE, from 1st Street NE to 7th Street PiE -- 2,000 feet Due to the condition of the existing pavement and the fact that it is too high relative to the adjacent yards, total reconstruction is required. All of the pavemeaxt, ond any existing curbs and walks will bc rmnoved. A new street with curbs and gutters (26 fcct back-to-back curb) will be constructed at a sligh~y lower elevation to better accommodate yard drainage. A storm sewer network will be insla!led, including yard drains where needed. This network will be connected into the tnmk line that will bc installed as described in A.b. below. New five foot wide sidewalks will bc constrticted on both sides of the street htmcdiatcly adjacent to the curbs. Street lighting will be included. The preliminary estimated construction cost is $452,G00. :2rid Street, from 2rid Avenue N'tY to 4th Avenue NE -- :2,100 feet Due to the condition of the existing pavement and the fact that it is too high relative to the adjacent yards, total reco~on is required. All of the pavement, and all of the aiming curbs and walks, except approximately 900 feet on the south side at the ca,st end of the strcct, will be removed. A new sired with curbs and gmlters (23 feet back-to-back curb) will be constntcted at a slighfiy lower elevation to better accommodate yard drainage, Yard drains will be installed whet~ needod. A storm sewer trunk linc will also bc installed which will extend the full length of this roadway and will ~rve as the discharge point for other storm sewers, both existing and proposed, in this part of the City. Connecting into the abovc-dcscribcd walk that will remain in place will be a new five foot wide sidewalk. It will be cosineted on the south side of the street immediately adjacent to thc curb. Street lighting will be included. The prcliminm3r estimated construction cost is $398,000. i~i ULj~,I'H_IdlJ 1_1 i!j [IIUUI'L:, i d.;'L' Oj. (' ( (;iJ L}~.,',:_k) i'lLll j.L,' .-;': Avenue NE, from 1st Street NE to 8th Street NE -,, 2300 feet Since the existing pavement is at or somewhat below the clevation of the adjacent yards for a majority of the length, pavement rehabilitation will be sufficient for all but approximately 600 feet. For this 600 foot length which starts south of 4th Street and extends to north of 5th SWeet, all of the pavement, and any existing curbs and walks will bc moved. For the remainder of this segment, the existing pavement will bc milled and a leveling course and overlay come will k applied. Also, duc to the existing curbs and walks being too low with ~t to the pavement elevation, they must bc rnnoved and replaced with new curbs, gutters sad sidewalks. The new street will be 26 feet wide back-to-back of curbs. A storm sewer network will be installed, including yard drains where needed. This network will bc connected into the trunk line that will be installed as described in A.b. above. The n~v sidewalks will be five feet wide and con.~lructed on both sldcs of the street immediately adjacent to the ourbe. Stre~ lighting will be included. The preliminary estimated construction cost is $470,000. 1st Street, from 3rd Avenue West to 4th Avenue NE - 2,500 feet Due to the condition of tim existing pavement and the fact that it is too high relative to the adjacent yards, total reconstruction is reA:luired. All of the pavement, and all of the existing curbs and walks will be rexnovcd. A new street with curbs and gut~rs (23 feet back-to-back curb) will be cansln~cted at a sligh~y lower elevation to better accommodate yard drainage. A storm sewer network will be installed, including yard drains where needed. This network will be connected into the tnmk line that will be installed as described in A.b. above. A new five foot wide sidewalk will be constructed on only one side of the stre~ and it will be immediately adjacent to the curb. Street lighting will be included. The preliminary estimated constmotion cost is $363,000. Bf SCOPE OF PROFESSIONAL SERvICES The proposed work will bc combined into two constm~-'tion contracts. The work dcsaibed in Article A.a. and A.b. above will be prepared as the first project for bidding ptu-posos. The work described in Article A.c. and A.d. above will bc prep.,vA as the second project for bidding purposes. The professional services will include tl~ following: a. Field Survey The Field Survey for each section will include the ~llcction of properly owners' identification, location of property lines and section lines only where ncccssary. Property addresses and public right-of-way will be identified. Fk e 2 Topography and cross-section coverage will be to approxhnately 15 feet beyond the right-of-way line on both sides. Howecur, ~ov~rage will extend to the front cornen of the resid~ces and will include the drainage areas that may bc coffeetable by the proposed work, as well as all utility locations. Cross-sections will be at 50 foot intervals, plus '*breaks" in the ground line. Range profiles will b~ obtained at public road apl~achcs, driveways, drainage ways, etc. Range profiles at all public road approaches will extend 50 feet from the centerline. Inverts on all storm and sanitary sewers and on all culverts. Design and Preparation of Bidding Documents Preliminary design plans will bc prepared in accordance with the City of Carmei's standards, guidelines and directions, and using INDOT standards where applicable. CrossRoad Enginccn will submR the plans for revic~v by the City, conduct a field cheek meeting, and attend a public information meeting, if required. Final plans will be prepared, including .project specifications and final engineer's estimate. Bidding docttmcnts will be prepared using "from end" information and documents provided by the City. CrossRoad Engineers will also attcnd the pro-construction C. PROPOSED I~EES ACTIVITY Field Sun'oy Preliminary Plans Final Plans Bidding Documents TOTAL I~EE FIRST PROJECT (2nd Avc/2nd St) ,; $21,800 ,. _ 90,600 ,, ... 15,700 ,. ...... 3,000 ..... · ._ attached Manhour Ju~cation SECOND PROJECT (lst Avc/lst St) $24,000 32,400 16,700 3,200 $76,300 TOTAL FEE $ 45,800 63,000 32,4O0 6,200 $147,400 L.i Ll:_~bi~dJdLl LLi i!::1LIIUtJI b I d.,',. · O1 I' ": UUl LL,.,:.J liLd j,.~' 21 CrossRoad Eng ineers Fax:317-780-6525 Mar 10 ' 97 16: 59 P. 06 O.LD TOWN INFRASTRUCTURE IMPROVEMENTS CITY OF CARMEL FIRST PROJECT - 2nd Aveand St Manhour Justlfi;atlon for Field Survey DESCRIPTION PRINCIPAL PROJECT 8URVEYOR'S TOTAL SURVEYOR ASSISTANT HOURS Pmjed Management/Field Coordination - Survey reamewch & data downloading 16 16 Establish Horizontal Control -- for topography of approx. 4,200 R 24 48 Establish Vertical Control - run bench cimult (approx. 8,0D0 ft) -- elev. on horizontal control points 16 32 Tapography - utilities, driveways, elks, curbs, storm/sanitary structures, etc. 80 80 Cross Sectbns - at 50 ft intervals plus grade breaks 40 40 Additional Struoture Detail Information - sketches, measure downs. sic. on slorrn/sanitany structures 16 18 Right-of-Way Research TOTAL HOURS 2 16 24 18 208 240 466 HOURLY BILLING RATE $95.00 $60.00 $30.00 TOTAL ,SALARY COSTS If · $1,710.00 $12A80.00 $7,200.00 DIRECT NON-SALARY COSTS Mileage (24 trips, 60 miles, $O.3Olmi) TOTAL USE $21.390.00 $4~2-00 $21,822.00 CROSSROAD ENGINEERS, PC I 6 15 MAIN STREET, BEECH GRovE, INDIANA 46 107 I~FLISSKI~c:].I.] r_~ 1.131~1~1"~s rdX ,O.L (-f~U'-DZ),_/:3 i"lcl. I ~u ~, · i OLD TOWN INFRASTRUCTURE IMPROVEMENTS CITY OF CARMEL FIRST PROJECT -- 2rid Aver2nd St Manhour Justi~cal~on For DesiOn DESCRIPTION PRINCIPAL PROJECT PROJECT CADD ' "TOTAL ......... MANAGER ENGINEER MANAGER HOURS 'Project Management/Meetings 32 8 16 PRELIMINARY FIELD CHECK PLANS Prelim Title & Index Sheets Prelim Tyl~ical Cross Section Prelim Plan & Profile Sheets Prelim Pavement Marking Sheets Prellm Maintenance of Palira Cross Sections Drainage/Hydraulic Design Pmlim Construction Cost Estimate 1 4 2 4 8 24 64 192 1 8 16 2' 16 24 2 24' 60 16 16 2 4 t FINAL PLANS & SPECIFICATIONS Prepare for & Attend Field Check Final Title & Index Sheets Final Typical Cross Section Final Plan & Profile Sheets Final Maintenance of Traffic Final Miscellaneous Details Final Cross Sections Quantity Calculations & Tables Final Construction Cost Estimate Bid Documents 4 8 8 I 2 2 4 4 !t 32 40 I 8 8. 2 8 8 4 12 24 4 16 4 2 4 4 12 24 TOTAL HOURS I-IOURLY BILLING RATES TOTAL SALARY COSTS 40 100 270 395 $95.00 $80.00 $60.00 148.00 '~3,eoo.00: $8,000.00 $16,200.00 '$16,960.00 805 H6,fto.0o . DIRECT NON-SALARY COSTS Mileage (e trips, 60 miles {~ $0.3Otmile) Mylar & Cross Section Sheets (52 shts. e) $5.001sht.) Blueprlnrm (52 shts., 25 sets e} $1.501sht.) $108.00 $260.00 $I ,950.00 TOTAL $49,278.00 ' USE CROSSROAD ENGINEERS. PC I 6 15 MAIN STREET, BEECH GROVE, INDIANA 46 107 OLD TOWN INFRASTRUCTURE IMPROVEMENTS CITY OF CARMEL SECOND PROJECT - 1st Avel~st St Manhour Juetificetton for Field Survey DESCRIPTION PRINCIPAL PROJECT SLIRVEYOR'S TOTAL SURVEYOR ASSISTANT HOURS Project Management/Field Coordination - Survey research & dete downloading 16 16 Establish Horizontal Control -- for topography of epprox. 4,800 ft 28 54 Eslablish Vertical Control - run bench circuit (approx. 8,00Q R) - elev, on horizontal control potrrts 18 36, TopoBraphry - utirdies, driveways, walks, curbs, stomVsenitery structures, etc. 90 90 Cross Sadions · - at 50 ft intervals plus grade breaks 45 45 Additional Structure Detail Inforrrmt~n - sketches, measure downs, etc. on storm/sanitary struclures 18 18 Right-of-Way Research 2 16 24 TOTAL HOURS t8 231 267 516 HOURLY BILLING RATE $95,O0 $60.00 $30.00 TOTAL SALARY COSTS $1,710.00 $13,860.00 $8,010.00. $23,580.00 DIRECT NON-SALARY COSTS Mileage (24 lrips, 60 miles, $0.3Olmi) $432.00 TOTAL $24,012.00 CROSSROAD ENGINEERS, PC i 6 I 5 MAIN STREET, BEECH GROVE, INDIANA 46 107 OLD TOWN INFRASTRUCTURE IMPROVEMENTS DESCRIPTION Proj.e~._Uanage~..ent/Meetin.,gs PRELIMINARY FIELD CHECK PLANS Pre/im tfile & Index Sheets Prolira Typical Cross Section Prelim Plan & Proffie Sheets Prelim Pavement Marking Sheets Prelim Maintenance of Traffic Prolira Cross Sections Drainage/Hydraulic Design Pretim Conslmclion Cost Estimate FINAL PLANS & SP!~CIFICATIONS Prepare for & Attend Field Check Final Title & Index Sheets Final Typical Cross Section Final Plan & Profile Sheets Final Maintenance of Traffic Final Miscellaneous Details Final Cross Sections Quantity Calculations & Tables Final Construction Cost Estimate Bid Documents TOTAL HOURS H0 URLY BI LLI NG RATES TOTAL SALARY COSTS CITY OF CARMEL SECOND PROJECT - let AveHat St Manhour Jultlfleltiort for PRINCIPAL PROJECT PROJECT CADD TO:~,L':" MANAGER ENGINEER MANAGER HOURS 32 8 16 .I 1 4 2 4 8 24 72 216 I 8 16 2 20 30 2 28 70 8 16 2 4 t 4 2 12 8 8 I 2 2 4 4 8 36 45 I 8 B 2 8 B 12 24 16 4 4 24 40 92 290 440 862 $95,00 $ 80.00 $60.00 $48.00 $3,800.00 $7,360.00 $17,400.00 j21,120.00 $,49,680.00 DIRECT NON-SALARY COSTS Mileage (6 trips, 60 miles O $0,30tmile) Mylar & Cross Section Sheets (60 shts. ~g} $5.001sht.) Blueprints (60 shts., 25 sets i~ $1.50/sht.) $108.00 $300.00 $2,250.00 TOTAL USE $52,338.00 CROSSROAD F'NCtlNE;ERS, PC I 6 I 5 MAIN STREET, BEECH GROVE, INDIANA 46 107 HOURLY BILLING RATES PERSONNEL CLASSIFICATION DESIGN HOURLY RATE Principal/Director $ 95.00 Project Manager 80.00 Project Engineer 60.00 CADD Mauager 48.00 CADD Technician 38.00 INSPECTION Project Manager 63.00 Project Inspector 48.00 SURVEY Surveyor 60.00 2 Man Survey Crew 90.00 Mileage Other Direct Costs $0.30/mile at cost +15% CROSSROAD ENGINEERS, PC 1615 MAIN STREET BEECH GROVE, INDIANA 46107 Rates Effective tlirouKh December, 1997 Crossroad Engineers, PC Old Towne Infrastructure Engineering 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 $1,000,000 $ 10,000 OWNER' s Protective Insurance: Per Occurrence: Aggregate: $1,000,000 $1,000,000 14 March 20, 1997 Chip Charles CrossRoad Engineers, PC 1615 Main Street Beech Grove, Indiana 46107 Re: Agreement for Professional Services Enclosed is a copy of the signed contract approved by the Carmel Board of Public Works and Safety March 19, 1997. Please call if you have any questions. Sincerely, Rebecca L. Wolf Chief Deputy Clerk cc: file, city atty, engr September 16, 1997 City of Carmel Ms. Kate Boyle, City Engineer One Civic Square Carmel, IN 46032 RE: 2nd Ave NW & 2nd St NE/NW- Undercutting for 2nd St NE/NW Change Order # 1 Dear Kate: CROSSROAD ENGInEERS,PC With concems of failing subgrade, a proof roll was conducted by order of CC&T on Tuesday, September 2nd. This preliminary roll included the blocks along 2nd St NE between N. Range Line and 2nd Ave NE. Three blocks, however, were not included in the proof roll of 2nd St. Two were due in part to the concurrent water line project along 2nd St NE, and one along 2nd St NW was not widened or ready for spot checking. With as many areas that were not widened or excavated to grade, the proof roll, in our opinion, was premature. However, to aid in the contractor' s desire to check subgrade condition before proceeding, we agreed to administer the proof roll, but to accept it only as a check for areas which may need close anention. Another proof roll will be administered, as a final check, prior to the application of the 5" compacted aggregate base #2. Results of the proof roll indicated that areas which may need undercutting would require approximately 300 tons of #2 stone. Upon visual review, an estimate of 150 tons of #2 may be required to finish off the three blocks which were not proof rolled. Therefore, it is our recommendation to approve the undercutting of 2nd St NE/NW in necessary areas, but limit the quantity of additional #2 stone so as it does not exceed 115% of the 450 ton total estimate (i.e. 518 tons). This stone should be placed as Item 51 and be paid for at the submitted price of $21.00 per ton for 2nd St NE/NW only. Areas undercut and backfilled per this change order which are disturbed and require replacement should be done so at the cost of the Contractor and not be charged again under Item 51. Subsequent undercutting along 2nd Ave NE should follow this same approval procedure and be separate from any additional work along 2nd St NE/NW. (- Please call if you have any questions regarding this recommendation. Sincere , Project Inspector cc: Jay Keevers; File ............... 1615MainStreet · Beech Grove, IN46107 · Tel 317.780-1555 · Fax 317-780o65~5 ........................... TO: CITY OF CAR1MRT, CONTRACT CHANGE ORDER NO.: CITY KEQ. NO.: CITYP.O. NO.: CITY P.O. DATE: I. You are directed to make the following changes in this Contract: (Brief Description) SCHEDUT.RD ADJUSTMENT ITEM AMOUNT (+) OR (-) DAYS II. The following referenced Documents further describe the changes outlined in Paragraph I, and are to be considered a part of this Change Order: R.F.P.: W.D.C. No.: Other: The changes result in the following adjustment of Contract Price and Contract Time: Contract Price prior to this Change Order Contract Price will bcC~creased/St~creased by this Change Order New Contract Price including this Change Order Contract Time Prior to this Change Order N/h- Days Net increased/decreased resulting from this Change Order ~/A Days Current Contract Time including this Change Order g/A- Days $ Completion Date Completion Date This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance of the changed work. The Above Changes Are The Above Changes Are D~/ C)L~,,/qt~~.~~) Date: -SEP--11--97 THU ll:el AM CCT $17 $56 6587 P.el C C & T CONSTRUCTION 5051 Prospect Street IndianeqDolis, IN 46203 356-6646 Page No. of P~'*ON[, OAT( FAX 780--6525 9/11/97 JOB NAM{ City of Carmel 2nd Ave/2nd St REV£ S I~0 PRICE f2 stone to fill undercut - $21.00 per Ton ~ JOl PHONF. Pails .... ....I 'f I . - - ge ~rg 09~ hereby to furnish material and lair- Complete in acc~dance with a~ove specifications, tot the sum of: Payment io'~e made aS fOllOWS: dollars ($ . ) All mataraai It luaranteed tO bl IS spot,file. AN ~l~fl tO be Compklted m · workmanlike Planet aCcordtall tO Ikl~lf~ ~l~e~l, Any alteration 6f dWi~fOn from I~e t,OAI ,~VONdn( extra COSf. I W,lJ be e=ecuted only u~ wf~e~ oree~. inn Will Nco~e extrl ~lrle ev~ and abe the ettimltl. All ;FN~R~ ce~t~leet u~ strikes. aceinlets er 4ell~ ~e~ our ~ntrot. ~het tO eer~ ~fe, tor~de arid ~hef ~eele~ Our ~rkea ire ~f~ covef~ ~ ~e~'l ~t~ ,nd condltto~qs are satisfactory an~ are hereby accepted. You are lut.hq,~zed to do the work as specified. Payment will be aide Date o~ Accei;Xsnce: Note: T is preCg4'Lr'may e w~th4fewn by us if not accepted within - da~. Silnature <; .... r ,S;Ineture September 18, 1997 City of Carmel Ms. Kate Boyle, City Engineer One Civic Square Carmel, IN 46032 RE: 2nd Ave NW & 2nd St NE/NW - Undoroutting fo-- ~ &t NE/NW Change Order #2 CROSSROAD ENGINEERS,PC Dear Kate: As installation of Structure No. 14 was taking place on Thursday, September 11 th, it was discovered that the intended outlet drainage pipe was in poor condition. The existing pipe is 24" VCP installed in 3 LFT sections with butt joints. As a precautionary measure, the City of Carmel conducted a video taping of the pipe to check its condition throughout the run. Approximately 230 LFT north of Structure No. 14, a collapsed section of the 24" VCP was discovered. It was decided that the north running 24" VCP be abandoned in place, and existing drainage from the south as well as the new drainage would outlet from existing Structure No. 13 into the 72" RCP running parallel with the Monon Trail. In order to size the new run from Structure No. 13 to the 72" RCP, a check was made to estimate the mount of storm water that would be coming from the existing 24" VCP entering Structure No. 13 from the south. It was discovered that the 24" VCP coming from the south was receiving only ground water and that its upstream drainage had already been diverted into the 72" RCP along 1 st Street NW. Therefore it is our recommendation that a 250 LFT run of 15" RCP be installed at a slope of 0.35% from Structure No. 13 and connect to the existing 72" RCP manhole at the west end of 2nd Street NW by the Monon Trail. This pipe, since the depth is considerably more than the other 15" RCP, will have a different trait price and will be considered separate from existing Item 15. This run is to be installed as Item 15A at the submitted price of $44.00 per LFT. The cost of B-borrow backfill is to remain at the original contract price. Please call if you have any questions regarding this recommendation. Sincerely, / Gre Project Inspector cc: Jay Keevers; File ................. 1615MainStreet · BeechErove, IN46107 · Tel 317.780.1555 · Fax t17.780.65t5 TO: CITY OF CARM~,t, CO~CT CHANGE ORDER NO.: DATE:~ ~,,.,.~O~r-- PROtaCT ~Ai~: ?_J A ~"- ~ f99 '7 CITY REQ. NO.: CITYP.O. NO.: crrY p.o. I. You are directed to make the following changes in this Contract: (Brief Description) SCHEDUIY3) ADJUSTMENT ITEM AMOUNT (+) OR (-) DAYS II. The following referenced Documents further describe the changes outlined in Paragraph I, and are to be considered a part of this Change Order: I~F.P.: W.D.C. No.: The changes result in the following adjustment of Contract Price and Contract Time: Contract Price prior to this Change Order Contract Price will ~ incre~-qed/,~.creased by this Change Order $ [~ New Contract Price including this Change ~5/~ $ "1 ? O Contract Time Prior to this Change OrderDays Completion Date ~ Net increased/decreased resulting fore this Change Order ~/~ Days Currein Contract Time including this Change Order/~/~ Days CompletionDate / This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance of the changed work. The Above Changes Are Recommended flpvs~' ~---,,~ ~. ff_/v~.~ . '~.(-. ENG~F-R Address tyT/Sm Zip _/~~ Phone: '~.~iT~'O- The Above Changes Are ci~ip Bmy~ ved: er, ~ SEP-- 18-97 THU I 2: I 1 PM CCT Attn: Greg Ilko e~opo$~t 5vBMlrr[o ~0 Crossroad En~ineer, ing ctTY. STA"'~r ANO ZIP CO'O( We herally subrn~( 51CX, clflCattons and est~m:ates for C c & T CONSTRUCTION 5051 Prospect Street Indianapolis, IN 46203 356-6646 PaEe No. of PHONE DAlE FAX 780.-6525 9/1_8/97 joe N~t~iE City of Carm=.l 2nd Ave/2nd St JOB LOCATION P.el PaStes Installation of approximately 250 LF of 15" con=rete pipe with approxLmate depth of 7-12'. Reason for change, not in orgina! specs. Price $44.00 Backfill at original contract price for B/barrow. "REVISED" Price for engineering no~t included; will follow. hereby to furnish material and labor -- coreDtote ~n accordance w,th above sOeCifications, tot the Sum of: Payment to 13e"~ac~e as follows: dollars ($ ...... ) All matefill ,S luaranteecl to ta II li)4C~fled. ALl work to be complef. eG In · wOrkmanliNe manner a~cCld iiqi I0 stl~dt~l ~ractice$. Af~y alteration Or ~leviatio~ !~Om aSo~e a¢Ac;liCl- Authorized ex~l Cha,le over lea abo~ the ei~imale AH Ilreeme~ts COh~mlent u~ t~,~ee. acedentS or 4em~ ~ron~ ~t control. ~r to car~ tim. lateHe mill ether nKtlII~ leariMe Our ~rker~ are ful~ c~efed by Wo~me~'e ComN~llon insurance. withdflwfi ard condet, On~ are satisfacto~ end are Nreby aceeDit. YOU Ire authorized Sienatufa to d~ ~h work es specified, Plyme~l ~ll h m~e Is outline a~ve. ~ Date of ActeDElect: .- -. , S;Inatu~e- _. -. MEMORAND UM TO: Rebecca Wolf Deputy Clerk FROM: Billie Riley BPW Secretary RE: CrossRoad Engineers Contract DATE: October 21, 1997 Please add the attached document as an appendix to the existing contract between the City Utilities Department and CrossRoad Engineers. Thank you. CrossRoad Engineers Fax:317-780-6525 Oct 8 '97 10:55 P. 02 APPENDIX A SERVICES FOR: WATER MAIN REPLACEMENTS CrossRoad Engineers, PC PROJECT DESCRIPTION The existing water mains, hydrants, service connections, et~. will be replaced along I st Avenue SE from the existin~ main at 6th Street SE to the existing 12" main at Main Street; along 1st Street NE from th~ alley just east of Range Lint Road to the existing 8" main east ofNE 4th Avenue; and along 7th Street NE and I st Avenue NE from ~e recently installed main at 7th Street NE and 2rid Avenue NE to the existing main at 8th Street NE. Also, the existing mains that cross 1st Avenue NE from Main Street to 8th Avenue NE, and the existing mains that cross I st Street NW from 2ncl Avenue NW to Range Line Road will be replaced. This construction will consist of approximately 4,S00 li~ of 8" DIP Water Main and will either be accomplished in conjunction with, or immediately prior to, th~ reconstruction/ rehabilitation of the above wadways. The preliminavy estimated construction cost is $300,000 if the construction is performed in conjunction with the reconstruction/ rehabilitation of the above roadways. This would enable the contractor to install the water line and s~rvices after portions of the roadway and/or sidewalks have been removed and would allow for minimum roadway and/or sidewalk patching at the completion of the water main installation. Although this scenario will demand much coordination between the two conU'acWrs, the savings in constnwtion costs should make this additional effort worthwhile. SCOPE OF PROFESSIONAL SERVICES Field Survey The Field Survey will include supplementing the existing survey data, previously collected for the road improvement project, where necessary. The existing service connection locations will be incorporated into this survey data after they are field looated by City personnel. E)cHIBIT A PAGE 1 of 3 CrossRoad En9 ineers Fax :317-780-6525 Oct 8 '97 10:55 P. 03 be Design and Preparation of Bidding Documents Preliminary design plans will be prepared in accordance vdth the City of Carreel' s standards, guidelines and directions. CrossRoad En~neers will submit ~he plans for review by the City, conduct a field check meeting, and auend a public information meeting, if requircd. Final plans will be prepared, including project specifications and final engineer's esthnatc. Bidding documents will be prepared using "Front end" information and documents provided by the City. CrossRoad Eng/neers will also attend the pre-construction meeting. C$ PROPOSED FEES We proposed to provide the above services on a lump sum basis in accordance with ~he following schedule. Attached to this proposal is a listing of Hourly Billin~ Rams that could be used for any additional services ~hat may be ~quircd in conjunction wi~ this project. ACTIVITY Field Survey Preliminary Plans Final Plans ~ Bidding Documen;s TOTAL FEE $ 1 ,ooo 10,000 1~.800 TOTAL LUMP SUM FEE $ 9,soo E~HIBIT A PAGE 2 of 3 CrossRoad Engineers Fax:317-780-6525 Oct 8 '9? ~0:56 P. 04 HOURLY BILLING RATES PERSONNEL CLASSIFICATION HOURLY RATE DESIGN Principal/Director $ 95.00 Project Manager 80.00 Project Engineer 60.00 CADD Manager 48.00 CADD Technician 38.00 iNSPECTION Proj~t Manager Resident Project Engineer Project Inspector 63.00 55.00 48.00 SURVEY Surveyor 2 Man Survey Crew 60.00 90.00 Miloag~ Other Direct Costs $O.3Olmile at cost + 15% CROSSROAD ENGINEERS, PC I 615 ~AIN :STRliCELT BEECH GROVE, INDIANA 46107 l~tes Effective ~rougb December, 199'7 EXHIBIT A PAGE 3 of 3 June 16, 1997 City Carme'_ DEPARTMENT OF ENGINEERING Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services Per Contract t~3 19.97.02 Dear Chip: As we discussed, the City of Carreel has a need for additional professional services and pursuant to our current contract withCrossRoad Engineers, Contract #03 19.97.02, dated March 1~}, 1997, I have requested and received from you the proposed scope of services and fee estimates for the two following work tasks: -- (1) Design Services for rt Avenue SE/part of P Avenue NW (Attachment "A") -- (2) Inspection Services for Wa Avenue NE2'a Street NE & NW (Attachment "B") Your time estimates for these two areas of work are: ( 1 ) concurrent with current design services and according to criteria established with original contract; and (2)beginning with cometion of~ Ave./2~ St. projects and extending through to project completion, according to estimates of construction a~vity as shown on attachment. Per our contract procedural requirements, I hereby approve these two additional professional services estimates, and grant you the Notice To Proceed on providing these services. Please be advised that work on the original and the Additional Services # 1 contract may be billed on the same invoice, but the Additional Services #2 contracted work should be billed separa~ly, and all invoices referenced by the original Contract # and/or Additional Services # where applicable. Thank you for your continued assistance in providing the City of Carmel with your professional, quality services. ffyou should have any questions, please give me a call. M. Kate' Boyle, P.E. City Engineer , Deb Grisham, City Attorney Diana Cordray, Clerk Treasurer Steve Engelking, Department of Commtmity Services Lisa Majors, Engineering Department ONE CIVIC SQUARE CARMEL, INDIANA 46C32 317/57i-2-'41 June 11, 1997 Ms. Kate Boyle, City Engineer City of Cannel 1 Civic Square Carmel, IN 46032 CROSSR(~AD E~GI~EERs,pC Re: Old Town Infrastructure Improvements Fee Proposal for Added Improvements SE i st Avenue from Main Street Lu SE 6th--Su'eet, and NW 1 st Avenue from Main Street to NW 1 st Street Dear Kate: Based on our prior discussions and several site visits, we have prepared the following information for your review and approval: A. Project Description, including Preliminary Estimated Construction Costs B. Scope of Professional Services C. Proposed Fees for Survey and Design, including preparation of Bidding Documents D. Updated Schedule of Hourly Billing Kates Unless we are directed otherwise, we will incorporate the proposed improvements for these additional city blocks into the plans that are already underway for "1 st and 1 st". This should allow construction to get started during August. We plan on starting the Field Survey immediately upon receiving the notice 'to proceed from you. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, pCre~sHd/Ceh~t~es, Po EEo 1615 Main Street · Baech Sr~e, IN48107 · Tel 317.780.155$ · Fax 317-780.i8Se5 - A. PROJECT DESCRIPTIONS Two additional segments within the Old Town Section will be improved. In general, the work will consist of pavement rehabilitation/reconstruction, drainage improvements, and the installation of sidewalks, curbs and street lighting. More specifically, the following areas/items are included: · 1st Avenue SE, from Main Street to 6th Street SE -- 2,000 feet Since the existing pavement is at or somewhat below the elevation of the adjacent yards for a majority of the length, pavement rehabilitation will be sufficient for this section. The existing pavement will have a leveling course and overlay course applied. Also, due to the existing curbs and walks (where they are present) being too low with respect to the pavement elevation, they must be removed and replaced with new curbs, gutters and sidewalks. The new street will be 25 feet wide back-to-back of curbs from Main Street to 5th Street. From 5th Street to 6th Street, due to the existing right-of-way being considerably wider, the new street can be widened to 28 feet back-to-back of curbs. A storm sewer network will be installed, including yard drains where needed. Although 5th Street is the existing natural low point, we will "buck grade" to 3rd Street. From this point the network will be connected into the trunk line that exists on the east side of Range Line Road at 3rd Street. This connection cannot be made farther south than 3rd Street due to the existing trtmk line being on the west side of Range Line Road. By connecting at 3rd Street, we will avoid having to cut the existing pavement on Range Line Road. The new sidewalks will be five feet wide and constructed on both sides of the street immediately adjacent to the curbs. Street lighting will be included. The preliminary estimated construction cost is $400,000. · 1st Avenue NW, from Main Street to 1st Street NW -- 300 feet The improvements will be a continuation of the completed construction just north of this segment. It will be accomplished as a part of the 1st Street NE/NW construction project. The preliminary estimated construction cost is $70,000. B. SCOPE OF PROFESSIONAL SERVICES As previously stated, the proposed work will be combined into the construction contract for the 1 st Avenue NE and 1 st Street NE/NW projects. The professional services will include the following: a. Field Survey The Field Survey for these additional sections will be accomplished using the criteria already established under our existing contract. Design and Preparation of Bidding Documents The Design and Preparation of Bidding Documents for these additional sections will be accomplished using the criteria already established under our existing contract.. C. PROPOSED FEES ACTMTY Field Survey · Preliminary Plans Final Plans Bidding Documents TOTAL FEE 1ST AVENUE SE (Main St. to 6th St.) $10,400 14,600 7,500 $32,500 1ST AVENUE NW (Main St. to 1st St.) $1,000. 3,500 1,800 $ 6,300 TOTAL FEE FOR ADD'L SCOPE $11,400 18,100 9,300 $ 38,800 HOURLY BILLING RATES PERSONNEL CLASSIFICATION DESIGN HOURLY RATE Principal/Director $ 95.00 Project Manager 80.00 Project Engineer 60.00 CADD Manager 48.00 CADD Technician 38.00 INSPECTION Project Manager Resident Project Engineer Project Inspector Assistant Project Inspector 63.00 55.00 48.00 30.00 SURVEY Surveyor 2 Man Survey Crew Field Man 60.00 90.00 30.00 Mileage Other Direct Costs $0.30/mile at cost +15% CrossRoad ENgiNeers, PC i ~15 MAIN STREET BEeCh GROVE, iNdiaNa 46i07 Rates Effective through December, 1997 INSPECTION PROPOSAL CITY OF CARMEL SECOND AVENUE NORTHEAST & SECOND STREET NORTHEAST/NORTHWEST Assume 8 weeks of actual construction for Phase I Assume 20 weeks of actual construction for Phase II (runs concurrently with Phase I) Assume preconstmction meeting and final inspection included above times Assume 2 weeks for final records and as-builts Hourly Rates based on 1997 Construction LABOR ESTIMATES PERSONEL RATE Principal Engineer $95/hr Project Manager $63/hr Resident Project Engineer $55/hr Assistant Project Inspector $30/hr TOTAL LABOR ESTIMATES HOURS I TOTALS 2 x 20 wks $ 3,800 10 x 22 wks $13,860 40 x 22 wks $ 48,400 40 x 8 wks $ 9,600 I $ 75,660 MILEAGE ESTIMATES Principal Engineer Project Manager Resident Project Engineer Assistant Project Inspector 50 miles/wk x 20 wks @ 30 cents/mile 100 miles/wk x 20 wks @ 30 cents/mile 250 miles/wk x 20 wks @ 30 cents/mile 250 miles/wk x 8 wks @ 30 cents/mile TOTAL MILEAGE ESTIMATES 300 600 1,500 600 $ 3,000 TOTAL ESTIMATED COST 78,700 $78,660 HOURLY BILLING RATES PERSONNEL CLASSIFICATION DESIGN HOURLY RATE PrincipaFDirector $ 95.00 Project Manager 80.00 Project Engineer 60.00 CADD Manager 48.00 CADD Technician 38.00 INSPECTION Project Manager Resident Project Engineer Project Inspector Assistant Project Inspector 63.00 55.00 48.00 30.00 SURVEY Surveyor 2 Man Survey Crew Field Man 60.00 90.00 30.00 Mileage Other Direct Costs $0.30/mile at cost +15% CROSSROAD ENGINEERS, PC 1615 MAIN STREET BEECH GROVE, INDIANA 46107 Rates Effective through December, 1997 E3~HIRIT "A" To: From: Re: Date: Kate Boyle, Engineering Rebecca Wolf, Clerk-Treasurer's Office, Ext. 413 Agreement for Professional Services March 20, 1997 Enclosed is a copy of the signed contract approved by the Carmel Board of Public Works March 19, 1997.'A copy was mailed to CrossRoad Engineers March 20, 1997. Please call if you have any questions. cc: file March 20, 1997 Chip Charles CrossRoad Engineers, PC 1615 Main Street Beech Grove, Indiana 4 6107 Re: Agreement for Professional Services Enclosed is a copy of the signed contract approved by the Carmel Board of Public Works and Safety March 19, 1997. Please call if you have any questions. Sincerely, Rebecca L. Wolf Chief Deputy Clerk cc: file, city atty, engr ONE CIVIC SQUARE CARMEL INDIANA 46032 317/571-24OO C yofCarme'_ ~:~i~ DEPARTMENT OF ENGINEERING .if7t,'(51 December 18, 1997 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Sentices Per Contract #03 19.97.02 marChip: As we discussed,. the City of Cannel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #03 19.97.02, dated Mar& 19m, 1997, I have requested and received fxom you the proposed scope of services and fee estimates for the two following work tasks: Additional Services #3: Additional Services ~4: Inspection Services for 1~t Avenue NE & SE, 1~t Avenue NW & 1~t Street NE/NW (Attachment "C") Total Fee Estimate: $138,500.00 Design Services for Cross Streets within NE, NW, and SE Quadrants (Attachment "D") Total Fee Estimate: $112,000.00 Your time estimates are included w~th the Attachments, and will be in accordance with criteria established ~vithin the original contract. Per our contract procedural requirements, I hereby approve these two "Additional Professional Services" estimates, and grant you the Notice to Proceed on providing these services. Please be advised that work on the original and these Additional Services contracts should be billed on separate invoices: 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, M. Kate Boyle, P.E. City Engineer Mayor James Brainard Doug Haney, City Attorney Diana Cordra,v, Clerk Treasurer Steve Engelking, Department of Community Services C~NE ,.;IX'IC SQ!,'.x. RE CAR.XIEL. INDIANA 46C32 317/571-2441 December 10, 1997 Ms. Kate Boyle, City Engineer City of Carrnel 1 Civic Square Carmel, IN 46032 _g ~iilr:r CROSSROAD ENGINEERS', Re: Old Town Infrastructure Improvements Fee Proposal for Construction Inspection First Avenue Northeast/Southeast & First Street Northwest/Northeast Dear Kate: We are pleased to present you with an estimated fee for the project supervision and field inspection for the upcoming infrastructure improvements to the above streets located in Carmel's Old Town Section. The information on the following page is only an estimate of the total cost since we will be performing this work on an hourly basis and the length of actual construction is unknown at this time. Just as on our past inspection projects, our time on the project will be based on the time that the contractor spends on the project on a daily basis, the type of work being performed by the contractor, and the time necessaEy for project supervision and/or coordination. Again, we would like to extend our gratitude you and the City of Carmel for allowing CrossRoad Engineers to continue our involvement in the Old Town Section. You can be assured that our service to you and the City will remain first-rate. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, 1515 ;~lain Street BeechGrove, IN46107 . Tel 317,780,1555 a Fax :alTe78Oo652S INSPECTION PROPOSAL CITY OF CARMEL FIRST AVENUE NORTHEAST/SOUTHEAST FIRST STREET NORTHWEST/NORTHEAST ROAD AND WATER MAIN IMPROVEMENTS Assume 31 weeks of actual construction Assume preconstruction meeting and final inspection included Assume 2 weeks for final records and as-builts Hourly rates based on 1998 construction Estimated construction costs of $1,773,870 LABOR ESTIMATES PERSONNEL Principal Engineer Project Manager Resident Project Engineer Project Inspector Assistant Project Inspector ~ RATE ~ HOURS $100/hr 2 x 31 wks $ 65/hr 12 x 33 wks $ 55/hr 45 x 33 wks -. $ 50/hr 16 x 10 wks $ 30/hr 40 x 10 wks TOTAL LABOR ESTIMATES TOTALS $ 6,200 $ 25,740 $ 81,675 $ 8,000 $ 12,000 $133,615 MILEAGE ESTIMATES Principal Engineer Project Manager Resident Project Engineer Project Inspector Assistant Project Inspector 50 miles/wk x 31 wks @ 31 cents/mile 100 miles/wk x 31 wks @ 31 cents/mile 250 miles/wk x 31 wks @ 31 cents/mile 100 miles/wk x 10 wks @ 31 cents/mile 250 miles/wk x 10 wks @ 31 cents/mile TOTAL MILEAGE ESTIMATES TOTAL ESTIMATED COST USE $138,500 $ 480 $ 961 $ 2,403 $ 310 $ 775 $ 4,929 S 138,544 PERSONNEL CLASSIFICATION DESIGN Principal/Director Project Manager Project Engineer CADD Manager HOURLY BILLING RATES . - :'.~: ~-..~ :~V., '~: :' '.C.:;~,:-.----80,00 Project M~er Resident Project Engheer - 55.00 Project I~pector ' · -'.' · ' , .':-50.00 Assis~t Project ~pector S~~Y S~eyor 65.00 2 M~ S~ey Crew Field M~ 30.00 Mileage Other Direct Costs $0.31/mile atcost +15% CROSSROAD ENGINEERS,' PC i 6 i. 5 Main Street BEECH Gr~VE, INDIANA 46107 Rates Effective through December, 1998 EXHIB IT "A" December 10, 1997 Ms. Kate Boyle, City Engineer City of Cannel 1 Civic Square Carreel, IN 46032 CROSSROAn ENGINEERS', Re: Old Town Infrastructure Improvements Fee Proposal for Construction Inspection First Avenue Northeast/Southeast & First Street Northwest/Northeast Dear Kate: We are pleased to present you with an estimated fee for the project supervision and field inspection for the upcoming infrastructure improvements to the above streets located in Cannel' s Old Town Section. The information on the following page is only an estimate of the total cost since we will be performing this work on an hourly basis and the length of actual construction is unknown at this time. Just as on our past inspection projects, our time on the project will be based on the time that the contractor spends on the project on a daily basis, the type of work being performed by the contractor, and the time necessaEy. for project supervision and/or coordination. Again, we would like to extend our gratitude you and the City of Carmel for allowing CrossRoad Engineers to continue our involvement in the Old Town Section. You can be assured that our service to you and the City will remain first-rate. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, · ha .P.E. t 1151~- Main Street Beech Grove, IN 415107 , Tel 317.780.1555 ~ Fax 317.7BOe1551a5 OLD TOWN INFRASTRUCTURE IMPROVEMENTS MISCELLANEOUS STREETS CrossRoad Engineers, PC PROJECT DESCRIPTION Northwest Quadrant 6th St. NW from 1 '' Ave. NW to Range Line Road 350' total reconstruction with sidewalk on the south Estimated Construction Cost = $75,000 5th St. NW from 1 s, Ave. NW to Range Line Road 350' total reconstruction with sidewalk on the north Estimated Construction Cost = $75,000 4th St. NW from 1 st Ave. NW to Range Line Road 350' total reconstruction with sidewalk on the south Estimated Construction Cost = $75,000 '~ rd 2nd ~ St. NW from . Ave. NW to Range Line Road 650' total reconstruction with sidewalk on the south Estimated Construction Cost = $140,000 2nd Ave. NW from West Main to 3ra St. NW 830' total reconstruction with sidewalk on the east Estimated Construction Cost = $180,000 TOTAL ESTIMATED CONSTRUCTION COST (NW Quadrant)= $545,000 Northeast Quadrant 7th St. NE from 1-,t Ave. NE to 2"a Ave. NE 390' mill & overlay with sidewalk on the south Estimated Construction Cost = $72,000 5~h St. NE from Range Line Road to 1st Ave. NE 350' total reconstruction with sidewalk on the north Estimated Construction Cost = $75,000 4th St. NE from Range Line Road to 1st Ave. NE 350' total reconstruction with sidewalk on the south Estimated Construction Cost = $75,000 3ra St. NE from Range Line Road to 1st Ave. NE 350' mill & overlay with sidewalk on the south Estimated Construction Cost = $65,000 3ra Ave. NE from 1 ,t St. NE to 3ra St. NE 650' total reconstruction with sidewalk on the west Estimated Construction Cost = $140,000 4th Ave. NE from southernmost school entrance to 2nd St. NE 460' mill & overlay with sidewalk on the west Estimated Construction Cost = $85,000 TOTAL ESTIMATED CONSTRUCTION COST (NE Quadrant)= $512,000 Southeast Quadrant 1 ,t St. SE from Range Line Road to Lions' Club Parking Lot 300' mill & overlay with sidewalk on the south 380' total reconstruction with sidewalk on the south Estimated Construction Cost -- $137,000 3rd St. SE from Range Line Road to 1't Ave. SE 300' mill & overlay with sidewalk on the south Estimated Construction Cost = $55,000 4th St. SE from Range Line Road to Drainage Ditch just east of 1~t Ave. SE 350' mill & overlay with sidewalk on the north Estimated Construction Cost = $65,000 5th St. SE from Range Line Road to Entrance to Canneltown Condos 580' mill & overlay with sidewalk on the north Estimated Construction Cost = $108,000 TOTAL ESTIMATED CONSTRUCTION COST (SE Quadrant) = $365,000 BO SCOPE OF PROFESSIONAL SERVICES The proposed work will be completed such that each quadrant could be constructed by a separate contract. Further, every street included for each quadrant will have quantities .calculated separately in order to provide the City the maximum flexibility possible in determining which, if any, streets are to be eliminated from the project after contractors' bids are received. The professional services will include the following: a. Field Survey The Field Survey for each street will include the collection of property owners' identification, location of property lines and section lines only where necessar?'. Property addresses and public fight-of-way will be identified. Topography and cross-section coverage will be to approximately 15 feet beyond the fight-of-way line on both sides. However, coverage will extend to the front comers of the residences and will include the drainage areas that may be correctable by the proposed work, as well as all utility locations. Cross-sections will be at 50 foot intervals, plus "breaks" in the ground line. Range profiles will be obtained at public road approaches, driveways, drainage ways, etc. Range profiles at all public road approaches will extend 50 feet from the centerline. Inverts on all storix and sanitary sewers and on all culverts. bo Design and Preparation of Bidding Documents Preliminary design plans will be prepared in accordance with the City of Carmet' s standards, guidelines and directions, and using INDOT standards where applicable. CrossRoad Engineers will submit the plans for review by the City, conduct a field check meeting, and attend a public information meeting, if required. Final plans will be prepared, including project specifications and final engineer's estimate. Bidding documents will be. prepared using "front end" information and documents provided by the City. CrossRoad Engineers will also attend the pre-construction meeting. HOURLY BILLING RATES PERSONNEL CLASSIFICATION HOURLY RATE DESIGN Principal/Director Project Manager Project Engineer CADD Manager CADD Technician $100.00 80.00 63.00 50.00 40.00 INSPECTION Project Manager Residem Project Engineer Project Inspector Assistant Project Inspector 65.00 55.00 50.00 30.00 SURVEY Surveyor 2 Man Survey Crew Field Man 65.00 95.00 30.00 Mileage Other Direct Costs $0.31/mile at cost +15% CROSSROAD ENGINEERS, PC I 615 MAIN ,STIRE:ET BEECH GROVE, INDIANA 46107 e Rates Effective through December, 1998 EXHIBIT "A" intero ffi ce memo Date: 09/16/98 To: Diana Cordray From: Kate Boyle CC: Douglas Haney RE: Additional Services - Contract No. 0319.97.02 Attached you will find copies of the letter to Crossroad Engineers and the referenced Attachment "A" through Attachment "E" discussing their time and cost estimates for Additional Services #5-9. These services are being added pursuant to paragraph 2.2 of the above mentioned contract which discusses additional services. The additional services are being added for: Additional Design on Cross Streets - Attachment "A" Value 'Engineering and Plan Review for 4th and Main Intersection Improvement and Main and Rangeline Streetscape Project - Attachment "B" Construction Inspection for 4th and Main Intersection Improvement - Attachment "C" Construction Inspection for Main & Rangeline Streetscape - Attachment "D" . Construction Inspection for Pennsylvania Street Improvements - Attachment "E" . Please include these additions to your records. If you have any questions please let me know. Thank you. LM/lm Attachments 09/17198 CkyofCam DEPARTMENT OF ENGINEERING September 16, 1998 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services Per Contract #0319.97.02 Dear Chip: As we discussed, the City of Carreel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #0319.97.02, dated March 19% 1997, I have requested and rcceived from you the proposed scope of services and fee estimates for the two following work tasks: Additional Services #5: Additional Services #6: Additional Services #7: Additional Services #8: Additional Services #9: Additional Designa on cross streets (3rd St. NE and 5th St. NE) Fee $14,300 (supplement to Additional Services #4) Preparation of RW Plat Legal Descriptions & Exhibits Fee $350.00 each Attachment "A" Value Engineering and Plan Review for 4th & Main Intersection Improvement and Main and Rangeline SWeetscape Project Fee Hourly Basis - Estimate $1,600.00 total Attachment "B" Construction Inspection for 4th and Main Intersection Improvement Fee $20,700 (Construction started) Attachment "C" Construction Inspection for Main & Rangeline Streetscape Fee $72,000 (Construction started) Attachment "D" Construction Inspection for Pennsylvania Street Improvements Fee $338,000 (Construction not yet started) Attachment "E" Your time estimates are included with the Attaclmaents, and will be in accordance with criteria established within the original contract. Per our contract procedural requirements, I hereby approve these "Additional Professional Services" estimates, and grant you the Notice to Proceed on providing these services, with the following exception. Construction Inspection services for the Pennsylvania Project shall not commence prior to the Notice to Proceed being given to the contractor awarded the project. ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 Please be advised that work on the original and these Additional Services contracts should be billed on separate invoices. 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 Boy e, .E. ~ City Engineer Mayor James Brainard Doug Haney, City Attomey Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services February 24, 1998 Ms. Kate Boyle, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 P~e~ Old Town Infrastructure Improvements Supplemental Agreement for R/W Plats & Descriptions and Additional Cross Streets Dear Kate: As we discussed, there will be a need for right-of-way parcels during the course of construction of the Old Town Improvements. We proposed to prepare the plats and descriptions on a lump sum per parcel basis for the right-of-way that will be required. Our proposed fee is $350.00 per parcel. Also, based on previous discussions, we have prepared estimates to add two more sections of cross streets to the design plans that we are currently preparing for the City of Carmel. The streets that will be added, with their estimated construction costs are: 3rd St. NE from 1st Ave. NE to 3rd Ave. NE 620' mill & overlay with sidewalk on the south Estimated Construction Cost = $115,000 , 5th St. NE from 1 st Ave. NE to 2nd Ave. NE 380' total reconstruction with sidewalks on both sides Estimated Construction Cost = $85,000 Our proposed fee for these two additional street segments is shown on the attached page. We plan to merely add the extra plan and profile sheets to the set of plans we are currently preparing, thereby eliminating any separate fee for "Bidding Documents". We arc pleased the City decided to iz:clude these segments in this overall project. Doing so "fills in the gaps", allowing the public more continuity when walking and driving through their neighborhood. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, C~L~d~~EnS~~rs, PC Chip Char '.s, P ~~ President k, 1615MainStreet · Beech Grove, IN46107 · Tel 317-780.1555 · Fax 317.780-6525 A-r'r'~r~M~Nr CITY OF CARMEL OLD TOWN INFRASTRUCTURE IMPROVEMENTS PROPOSED SUPPLEMENTAL FEES ADDITIONAL CROSS STREETS ACTIVITY PROPOSED FEE Field Survey $ 1,500 Preliminary Plans 8,500 Final Plans 4,300 Bidding Documents 0 TOTAL FEE $ 14,300 July 23, 1998 Ms. Kate Boyle, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 CROSSROAD ENGINEERS,PC Main Street & North Rangeline Road Streetscape Renovation 4th Avenue and Main Street Intersection Improvements Value Engineering and Plan Review Dear Kate: We appreciate being asked to provide some assistance with respect to the above two projects. It is our understanding that we will be reviewing the existing plans with an eye toward constructability of the proposed improvements and correctness of quantities. We will also identity what modifications to the plans could be implemented that should result in lower construction costs yet would not compromise the integrity of the project. We propose that this work be completed on an hourly basis. We estimate our total fee for providing these services on both projects to be approximately $1,600. We would recommend this work be performed under our original contract dated March 19, 1998. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L. S. Project Manager ....... 1615MainStreet · Beech Grove, IN46107 · Tel 317.780.1555 · Fax 317.780.6525 ' 'T'AcHM NT July 9, 1998 Ms. Kate Boyle, City Engineer City of Carreel 1 Civic Square Carmel, IN 46032 II C, It CROSSROAD ENGINEERS,PC Intersection Improvements (Project #98-04) 4th Avenue and Main Street Fee Proposal for Construction Inspection Dear Kate: As we discussed last week, we have prepared a fee proposal to provide part-time construction observation services relative to the above referenced project. It is our understanding that the critical milestone dates for this project are: July 22, 1998 July 29, 1998 September 18, 1998 November 20, 1998 December 4, 1998 Bid Letting Start Construction Substantial Completion Final Completion Submit Final Record The listing of individuals we will be using on these projects is as follows: Trent E. Newport Greg Ilko Todd Bennett Project Manager Project Representative (as needed) Project Inspector (part time) Based on our conversations, we have budgeted 30 hours per week during the planned construction duration for the Project Inspector, 5 hours per week for the Project Representative, and 5 hours per week for the Project Manager. These budgeted hours yield the following total estimated hours to complete the part-time construction observation services for this project. ACTIVITY PROJ MGR PROJ REP PROJ INSP Pre-Construction Activities 2 2 4 Construction (9 weeks) 45 45 270 Complete Final Record 4 8 TOTAL HOURS 51 47 282 1615 Main Street · Beech Grove, IN 46107 · Tel 317,7B0,1555 · Fax 317,780,6525 - - ATrA C, Ms. Kate Boyle, City Engineer City of Carmel July 9, 1998 Page Two The proposed fee for these estimated man-hours is as follows: DIRECT LABOR COSTS -- Personnel Class. Billing Rate Total HOurs Project Manager $ 65.00/hr 51 hours Project Representative $ 55.00/hr 47 hours Direct Labor Costs $ 3,315.00 $ 2,585.00 Project Inspector $ 50.00/hr 282 hours $14,100.00 TOTAL DIRECT LABOR COSTS $ 20,000.00 DIRECT NON-LABOR COSTS -- Mileage (250 miles/week for 9 weeks @ 31 C/mile) TOTAL DIRECT NON-LABOR COSTS $ 697.50 TOTAL DIRECT COSTS USE FOR ESTIMATED NOT-TO-EXCEED CEILING $ 697.50 $ 20,697.50 $ 20~700,.00 Again, we would like to thank you and the City of Carreel for allowing us this opportunity to continue our involvement in the Old Town Section. If we are selected for this project, you can be assured that our service to you and the City will remain first-rate. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L. S. Project Manager A'nACt~M~hiT "C" HOURLY BILLING RATES PERSONNEL CLASSIFICATION HOURLY RATE DESIGN Principal/Director $100.00 Project Manager 80.00 Project Engineer 63.00 CADD Manager 50.00 CADD Technician 40.00 INSPECTION Project Manager Resident Project Engineer Project Inspector Assistant Project Inspector 65.00 55.00 50.00 30.00 SURVEY Surveyor 2 Man Survey Crew Field Man 65.00 95.00 30.00 Mileage Other Direct Costs $0.31/mile at cost +15% CROSSROAD ENGINEERS, PC I6l 5 MAIN STREET BEECH GROVE, INDIANA 46107 Rates Effective through December, 1998 ATTAc,MENT' July 9, 1998 Ms. Kate Boyle, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 I CROSSROAD ENGINEERS,PC Re: Main Street & Noah Rangeline Road Streetscape Renovation Fee Proposal for Construction Inspection Dear Kate: As we discussed last week, we have prepared a fee proposal to provide full-time construction inspection services relative to the above referenced project. It is our understanding that the critical milestone dates for this project are: July 22, 1998 July 30, 1998 December 30, 1998 January 20, 1998 Bid Letting Start Construction Final Completion Submit Final Record The listing of individuals we will be using on these projects is as follows: Trent E. Newport Lance Stahley Todd Bennett Project Manager Project Inspector Project Inspector (as needed) Based on our conversations, we have budgeted 45 hours per week during the planned construction duration for the Project Inspector and 10 hours per week for the Project Manager. These budgeted hours yield the following total estimated hours to complete the construction inspection services for this project. ACTIVITY PROJ MGR PROJ INSP Pre~Construction Activities 4 4 Construction (22 weeks) 220 990 Complete Final Record 16 80 TOTAL HOURS 240 1,074 ............................ 1615 Main Street · Beech Grove, IN46107 · Tel 317.780.1555 · Fax 317.780,6525 ....... Ms. Kate Boyle, City Engineer City of Carmel July 9, 1998 Page Two The proposed fee for these estimated man-hours is as follows: DIRECT LABOR COSTS-- Personnel Class. Billinl~ Rate Total Hours Direct Labor Costs Project Manager $ 65.00/hr 240 hours $15,600.00 Project Inspector $ 50.00/hr 1,074 hours $ 53,700.00 TOTAL DIRECT LABOR COSTS $ 69,300.00 DIRECT NON-LABOR COSTS -- Mileage ( 150 miles/week for 22 weeks @ 31 C/mile) -- Project Manager Mileage (250 miles/week for 22 weeks @ 31 C/mile) -- Project Inspector $ 1,023.00 $ 1,705.00 TOTAL DIRECT NON-LABOR COSTS $ 2,728.00 TOTAL DIRECT COSTS $ 72,028.00 USE FOR ESTIMATED NOT-TO-EXCEED CEILING $ 72,000.00 Again, we would like to thank you and the City of Carmel for allowing us this opportunity to continue our involvement in the Old Town Section. If we are selected for this project, you can be assured that our service to you and the City will remain first-rate. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Project Manager A~ACHMENT' .Do HOURLY BILLING RATES PERSONNEL CLASSIFICATION HOURLY RATE DESIGN Principal/Director $100.00 Project Manager 80.00 Project Engineer 63.00 CADD Manager 50.00 CADD Technician 40.00 INSPECTION Project Manager Resident Project Engineer Project Inspector Assistant Project Inspector 65.00 55.00 50.00 30.00 SURVEY Surveyor 2 Man Survey Crew Field Man 65.00 95.00 30.00 Mileage Other Direct Costs $0.31/mile at cost +15% CROSSROAD ENGINEERS, PC 1615 MAIN STREET BEECH GROVE, INDIANA 46107 Rates Effective through December, 1998 August 10, 1998 Ms. Kate Boyle, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 ~- CROSSROAD ENGINEERS,PC Fee Proposal for Construction Inspection Pennsylvania Street Improvements Dear Kate: We are pleased to present you with an estimated fee for the project supervision and field inspection for the upcoming infi'astructure improvements to the above referenced project. The information on the following page is only an estimate of the total cost since we will be performing this work on an hourly basis and the length of actual construction is unknown at this time. Just as on our past inspection projects, our time on the project will be based on the time that the contractor spends on the project on a daily basis, the type of work being performed by the contractor, and the time necessary for project supervision and/or coordination. At this time, we would also like to address the issue of material testing Ibr the project. As stated in TS 52 QUALITY CONTROL SAMPLING AND TESTING of the Project Manual, the "bituminous mixture acceptance will be tested by the ENGINEER in accordance with INDOT quality assurance procedures tbr bituminous sampling and testing." Since the bituminous items are called out as HMA items in the itemized proposal, the bituminous testing necessary consists of plate sampling, extraction testing, and gradation testing for every 1000 tons per day of base and binder and for every 625 tons per day of surface. Since the total amount of tests depends solely on the number of days that bituminous mixture is laid and the amount of bituminous mixture laid each day, we can only estimate the total cost of this testing at this time. This amount will most likely be between $14,000 and $17,000. This work is not included in the inspection proposal on the following page since it involves laboratory testing and will be performed by an independent testing agency acting as a subconsultant to us. Again, we would like to extend our gratitude you and the City of Carmel for allowing CrossRoad Engineers to continue our involvement in your efforts to improve Carmel's infrastructure. You can be assured that our service to you and the City will remain first-rate. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, Cr~ad E~g~ eers, PCt~ Chip , s, P.E. t President .. IG15 MainStreet · Beech Grove, IN46107 · Tel 317-780,1555 · Fax 317,780,6525 INSPECTION PROPOSAL CITY OF CARMEL PENNSYLVANIA STREET IMPROVEMENTS PROJECT # 97-04 Assume 52 weeks of actual construction Assume preconstruction meeting and final inspection included Assume 2 weeks for final records and as-builts after construction complete Hour!y rates based on 1999 construction Estimated construction costs of $3,457,745 (as per Base Bid) LABOR ESTIMATES : I PERSONNEL RATE HOURS Principal Engineer $100/hr 2 x 52 wks Project Manager $ 68/hr 16 x 54 wks Resident Project Engineer $ 55/hr 45 x 54 wks Project Inspector $ 50/hr 40 x 54 wks Assistant Project Inspector $ 32/hr 40 x 12 wks TOTAL LABOR ESTIMATES TOTALS $ 10,400 $ 58,752 $133,650 $108,000 $ 15,360 $ 326,162 MILEAGE ESTIMATES Principal Engineer Project Manager Resident Project Engineer Project Inspector Assistant Project Inspector 50 miles/wk x 52 wks @ 31 cents/mile 100 miles/wk x 52 wks @ 31 cents/mile 250 miles/wk x 52 wks @ 31 cents/mile 250 miles/wk x 52 wks @ 31 cents/mile 250 miles/wk x 12 wks @ 31 cents/mile TOTAL MILEAGE ESTIMATES TOTAL ESTIMATED COST $ 806 $ 1,612 $ 4,030 $ 4,030 $ 930 $ 11,408 $ 337,570 USE $338,000 II C arme_ ~6~""~z~ "' DEPARTMENT OF ENGINEERING Jam, ary 28, 1999 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #10 Per Contract #0319297.02 Dear Chip: As we discussed, ~,l'~c Ci,'.y of Carreel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #03 19.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #10: Construction Inspection for Old Town Miscellaneous Streets Fee $111,000 Attachment "A" I understand that your time estimate for these services is to follow the construction of this project. Per our contract procedural requirements, 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, this and other Additional Services contracts should be billed on separate invoices, and be referenced to the appropriate Additional Services #. 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, City Engineer CCi Mayor James Brainard Doug Haney, City Attorney Diana Cordray, Clerk Treasurer Steve Engelking, Department of Community Services ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 ATFA H B T December 10, 1998 Ms. Kate Boyle-Weese, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 CROSSROAD ENGINEERS,pC Old Town Infrastructure Improvements Fee Proposal for Construction Inspection Miscellaneous Side Streets Dear Kate: We are pleased to present you with an estimated fee for the project supervision and field inspection for the upcoming infrastructure improvements to the above-referenced "side streets" located in Carmel's Old Town Section. The information on the following page is only an estimate of the total cost since we will be performing this work on an hourly basis and the length of actual construction is unknown at this time. Just as on our past inspection projects, our time on the project will be based on the time that the contractor spends on the project on a daily basis, the type of work being performed by the contractor, and the time necessary for project supervision and/or coordination. Again, we would like to extend our gratitude you and the City of Carreel for allowing CrossRoad Engineers to continue our involvement in the Old Town Section. You can be assured that our service to you and the City will remain first-rate. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, Cross_ oad Engir.e s, PC ,P.E. 1615MainStreet · BeechGrove, IN46107 · Tel 317,780,1555 · Fax 317-780-6525 INSPECTION PROPOSAL CITY OF CARMEL MISCELLANEOUS SIDE STREETS ROADWAY IMPROVEMENTS Assume 26 weeks of actual construction Assume preconstruction meeting and final inspection included Assrune 2 weeks for final records and as-builts Hourly rates based on 1999 construction Estimated construction costs of $1,100,000 LABOR ESTIMATES PERSONNEL Principal Engineer Project Manager Project Inspector Assistant Project Inspector RATE HOURS $100/hr 2 x 26 wks $ 68/hr 12 x 28 wks $ 50/hr 45 x 28 wks $ 32/hr 40 x 12 wks TOTAL LABOR ESTIMATES TOTALS $ 5,200 $ 22,848 $ 63,000 $ 15,360 $106,408 MILEAGE ESTIMATES Principal Engineer Project Manager Project Inspector Assistant Project Inspector 50 miles/wk x 26 wks @ 31 cents/mile 100 miles/wk x 26 wks @ 31 cents/mile 250 miles/wk x 26 wks @ 31 cents/mile 250 miles/wk x 12 wks @ 31 cents/mile TOTAL MILEAGE ESTIMATES TOTAL ESTIMATED COST $ 403 $ 806 $ 2,015 $ 930 $ 4,154 $ 110,562 USE $111,000 irlteroffice 1TleIIlO Date: To: From: CC: RE: 03/01/99 Diana Cordray Kate Boyle Douglas Haney Additional Service - Crossroad Engineers - Contract #03 19.97.02 .i:i:!:i:i:i:i:i:i:i:i:!:i:!:i:!:!:!:!:i:!:i:i:i:i: :!:i:i:i:i:~:!:!:!:!:~:~:i:~:i:!:!:!:!:!:i:~:!:i:i =============================================== i~::t.:.t::,aChed you will find copies of the letter to Crossroad Engineers and the referenced Attachment discussing their time and cost estimates for Additional Services #11. This service is being addcd pursuant Io paragraph 2.4 of the above mentioned contract which discusses additional scrviccs. The additional service #11 is being added for Additional Design of Old Town Miscellaneous Streets, Attachnmnt "A" . Please include this addition to your records. If you have any questions please let me know. l'hank you. LM/Im Attachments :.,,! Ckyo']Carme'_ ~ ~5}i~f DEPARTMENT OF ENGINEERING March 1, 1999 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services # 11 Per Contract #03 19.97.02 Dear Chip: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #03 19.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #11: Additional Design of Old Town Miscellaneous Streets Attachment "A" Tasks: 1. Field Survey 2. Preliminary Plans 3. Final Design Plan 4. Bidding Documents Total Fee $17,100.00 $22,800.00 $14,300.00 $ 2,800.00 $57,000.00 I understand that your time estimate for these services is to begin the survey work immediately. Please submit a time estimate for Tasks 2-4. Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for Tasks 1 and 2 only of the above services. At such a time as the City is ready to fmalize the preliminary plans, you will receive a separate Notice to Proceed to complete Tasks 3 and 4. Please be advised that work on the original, this and other Additional Services contracts should be billed on separate invoices, and be referenced to the appropriate Additional Services #. 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, ~.~. City Engineer CC: Mayor James Brainard Doug Haney, City Attorney Diana Cordray, Clerk Treasurer Joe Staehler, Department of Administration Steve Engelking, Department of Community Services ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 January 27, 1999 Mrs. Kate Boyle-Weese, City Engineer City of Carmel 1 Civic Square Carmel, ~ 46032 Old Town Infrastructure Improvements Additional Side Streets CROSSROAD ENGINEERS,PC Dear Kate: Based on our meeting with you and the Mayor last week and several site visits, we have prepared preliminary construction cost estimates and survey/design fees for your review. Please note that these estimates are very preliminary and they are based on the lineal foot costs that we have encountered for the 2nd/2nd and the l st/lst projects. Please also note that our estimates do not include any amounts for replacing the water lines within the selected streets. As you will notice, we have not only included the sections of Old Town which were discussed last week, but also two other sections. These sections are 1 st Avenue SW and 2nd Avenue SW. These were included for your review since they are blocks in between Main Street which is to be completed this spring and 1st Street SW which is included in this proposal. It is our opinion that these two street sections without lights, walks, and new pavement would create a very visible gap in between two streets which are totally renovated. We would also like to note that even though we have estimated which streets should be totally reconstructed versus milled and overlayed and where the sidewalks would most likely be constructed, these are only preliminary design suggestions. There may be factors discovered during the field surveys which alter these design scopes. Immediately following the field work and the production of preliminary plans, the design scopes for each particular block will be solidified and more accurate preliminary cost estimates will be submitted. The following information has been prepared and is included herein: A. Project Description, including Preliminary Estimated Construction Costs B. Scope of Professional Services C. Proposed Fees for Survey and Design, including preparation of Bidding Documents The proposed fees include fees for preparing the Bidding Documents. However, if these documents are not necessary due to all of the sections being included in Project #99-01, Miscellaneous Side Streets which is to be constructed this season, then the applicable fees shall not be invoiced. 1615 Main Street · Beech Grove, IN46107 · Tel 317.780.1555 · Fax 317.780.6525 January 27, 1999 Mrs. Kate Boyle-Weese Page Two We would like to thank you for this opportunity to continue our involvement in enhancing the Old Town section of Carmel through these projects. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L.S. Project Manager OLD TOWN INFRASTRUCTURE IMPROVEMENTS ADDITIONAL SIDE STREETS CrossRoad Engineers, PC A. PROJECT DESCRIPTION Northwest Quadrant 1sT St. NW from 2~ Ave. NW to 3ra Ave. NW 350' total reconstruction with sidewalk on the north Estimated Construction Cost = $75,000 3rd Ave. NW from West Main to 1st St. NW 300' total reconstruction with sidewalk on the west Estimated Construction Cost = $65,000 TOTAL ESTIMATED CONSTRUCTION COST (NW Quadrant) = $140,000 Southeast Quadrant 6th St. SE from Range Line Road to lst Ave. SE 300' mill & overlay with sidewalk on the south Estimated Construction Cost = $50,000 TOTAL ESTIMATED CONSTRUCTION COST (SE Quadrant) = $50,000 Southwest Quadrant 1st St. SW from 4th Ave. SW to Range Line Road 1400' total reconstruction with sidewalk on the north for full length & on the south from 2nd Ave. SW to Range Line Road Estimated Construction Cost - $300,000 4th Ave. SW from 1 st St. SW to West Main 300' total reconstruction with sidewalk on the west Estimated Construction Cost = $65,000 3rd Ave. SW from lst St. SW to West Main 300' total reconstruction with sidewalk on the west Estimated Construction Cost = $65,000 2nd Ave. SW from 1 st St. SW to West Main 300' mill & overlay with sidewalk on the east Estimated Construction Cost = $50,000 lst Ave. SW from lst St. SW to West Main 300' mill & overlay with sidewalk on one side Estimated Construction Cost = $50,000 TOTAL ESTIMATED CONSTRUCTION COST (SW Quadrant)= $530,000 SUMMARY OF ESTIMATED CONSTRUCTION COSTS: NWQuadrant $ 140,000 SE Quadrant 50,000 SW Quadrant 530,000 TOTAL $ 720,000 B. SCOPE OF PROFESSIONAL SERVICES The proposed work will be completed such that each street has a separate set of plan sheets. Further, every street included will have quantities calculated separately in order to provide the City the maximum flexibility possible in determining which, if any, streets should be included in Project #99-01, Miscellaneous Side Streets after contractors' bids are received. The professional services will include the following: 1. Field Survey The Field Survey for each street will include the collection of property owners' identification, location of property lines and section lines only where necessary. Property addresses and public right-of-way will be identified. Topography and cross-section coverage will be to approximately 15 feet beyond the right-of-way line on both sides. However, coverage will extend to the front corners of the residences and will include the drainage areas that may be correctable by the proposed work, as well as all utility locations. Cross-sections will be at 50 foot intervals, plus "breaks" in the ground line. Range profiles will be obtained at public road approaches, driveways, drainage ways, etc. Range profiles at all public road approaches will extend 50 feet from the centerline. Inverts on all storm and sanitary sewers and on all culverts. 2. Design and Preparation of Bidding Documents Preliminary design plans will be prepared in accordance with the City of Carmel's standards, guidelines and directions, and using INDOT standards where applicable. CrossRoad Engineers will submit the plans for review by the City, conduct a field check meeting, and attend a public information meeting, if required. Final plans will be prepared, including project specifications and final engineer's estimate. Bidding documents will be prepared using "from end" information and documents provided by the City. CrossRoad Engineers will also attend the pre-construction meeting. CO PROPOSED FEES ACTIVITY Field Survey Preliminary Plans Final Plans Bidding Documents TOTAL FEE PROPOSED FEE $ 17,100 22,800 14,300 2,800 $ 57,000 May 28, 1999 Cky Carme'_ DEPARTMENT OF ENGINEERING Chip Charles, P.E., President Trent E. Newport, P.E., L.S., Vice President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #12 Per Contract #0319.97.02 Dear Chip and Trent: As we discussed, the City of Cannel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #0319.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #12: Additional Survey/Engineering on Laser's Edge Property Proposed RW Plat & Description Existing Site Plan Preliminary/Final Site Plan Total Fee Attachment "A" $ 480.00 $1,600.00 $1,900.00 $3,980.00 I understand that your time estimate for these services is to begin the survey work immediately. Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for these services. Please be advised that work on the original, this and other Additional Services contracts should be billed on separate invoices, and be referenced to the appropriate Additional Services #. 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. Kat; , ' City Engineer cc: Mayor James Brainard Douglas Haney, City Attorney Diana Cordray, Clerk Treasurer ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 May 20, 1999 A'T TA c FCJ'T I(.- }/ Mrs. Kate Boyle-Weese, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 CROSSROAD ENGINEERS,PC RE: Laser's Edge Property Fee Proposal Dear Kate: Based on our meetings, site visits, and phone conversations, we have prepared this proposal information for your review and approval. For billing purposes we have separated the work into the following components: Proposed Right-of-Way Plat & Description This work shall include all necessary research and other work in order to prepare a Certified Plat and Description for the proposed right-of-way taking by the City of Carreel. The deliverables shall include 3 copies of the plat and description and a copy of the original deed of record for the property. The fee for this work shall be a lump sum of $480. Existing Site Plan This work shall include all necessary field survey and drafting work in order to prepare an Existing Site Plan for the Laser' s Edge property. The survey will include the location of all site improvements, utilities, and topographic items. The Existing Site Plan shall include these features as well as existing contours at one fbot intervals. The fee for this work shall be a lump sum of $1,600. Preliminary Site Plan(s) and Final Site Plan This work shall include all necessary work to prepare a maximum of two Preliminary Site Plans to rearrange the parking configuration within the site. Once these plans are reviewed and one layout is selected, we shall make any necessary adjustments as requested by the City of Carmel or by Laser' s Edge and prepare a Final Site Plan with all necessary construction details. The fee for this work shall be a lump sum of $1,900. 1615MainStreet · Beech Grove, IN46107 · Tel 317.780.1555 · Fax 317.780.6525 ,4 rr -cz4 M_ F, m7 A Mrs. Kate Boyle-Weese May 20, 1999 Page Two Hopefully, from our conversations I have correctly understood the services which you are requesting and the manner in which you would like them separated for billing purposes. If this is not the case, or if you have other questions concerning these work items please feel free to call me at 780-6524. We do understand that you may wish to proceed with only one or two of these items. Sincerely, CrossRoad Engineers, P.C. Trent E. Newport, P.E., L.S. Vice-President June 11, 1999 Cky o'5 Carme'_ DEPARTMENT OF ENGINEERING Chip Charles, P.E., President Trent E. Ne~vport, P.E., L.S., Vice President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services # 13 Per Contract #0319.97.02 Dear Chip and Trent: As we discussed, the City of Camel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #0319.97.02, dated March 19% 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: A d d it ion al Sen, ices# 13: Additional Construction Inspection of 4th & Main Total Fee $4,000.00 Attachment "A" Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for these services. As these services are an extension of the original inspection services, please continue to submit invoices in the same manner as previously done so. Where possible, please indicate the invoiced services as part of this Additional Services # 13. (Indicate when the original contract mount has been exceeded.) 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. 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 CC: Mayor James Brainard Douglas Haney, City Attorney Diana Cordray, Clerk Treasurer ONE CIVIC SQUARE CAP, MEL, INI)IANA 46032 317/571-2441 April 23, 1999 Ms. Kate Boyle, City Engineer City of Carmel 1 Civic Square Carreel, IN 46032 CROSSROAD ENGINEERS, P Re: Intersection Improvements (Project #98-04) 4th Avenue and Main Street Request for Increase in Fee Ceiling for Construction Inspection Dear Kate: As we discussed earlier this week, we will be exceeding the fee ceiling that we proposed in our letter to you dated July 9, 1998. At that time, construction was to begin on July 29, 1998, be substantially complete by September 18, 1998, and have final completion by November 20, 1998. We based our estimated fee ceiling on the scheduled 7 weeks for substantial completion and 9 weeks for final completion. As we know, the project was delayed and the notice to proceed to the contractor was issued on September 4, 1998. The contractor did not shut down for the winter until December 24, 1998 -- a total of 16 weeks. He then restarted in late March and is expected to finish by April 30, 1999 -- four additional weeks. These four additional weeks are going to cause us to exceed our ceiling by an estimated $4,000. Therefore, we are requesting our ceiling be increased from the original amount of $20,700 to $24,700. We regret needing to ask for this increase (it's our first one), but we just 'couldn't stretch the originally estimated hours over the extra four weeks. We tried; if you will note, at the man-hour rate per week that we used to arrive at the ceiling in our original proposal, four weeks would be an additional $8,400. We don't need that much -- we are confident we can finish our v;ork with an increase of $4,000. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L~ S. Project Manager 1615Main Street · Beech Grove, IN46107 · Tel 317.780,1555 · Fax 317,780,6525 i 'Ci:yo'SCarme' ,~ *i DEPARTMENT OF ENGINEERING June 18th, 1999 Chip Charles, P.E., President Trent E. Newport, P.E., L.S., Vice President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #14 Per Contract #0319.97.02 F~ECENF-D Dear Chip and Trent: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #0319.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #14: John Kirk Parcel - RW Staking, Site Plan, Proposed Site Plan 6th Street NW Parcel - Plat Description Total Fee Attachment "A" $ 4,050.00 $ 375.00 $ 4,425.00 Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for these services. Please be advised that work on the original, this and other Additional Services contracts should be billed on separate invoices, and be referenced to the ai~pronriate Additional Services #. 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. If you should have any questions, please give me a call. 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. Kate Boyl~e-We~se, P~~ City Engineer CC: Mayor James Brainard Douglas Haney, City Attomey Diana Cordray, Clerk Treasurer ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 June 11, 1999 Mrs. Kate Boyle-Weese, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 RE: John Kirk Propert3-~ .'~':,~ .~, Fee Proposal ~ li'~' '~l Dear Kate: lgO~,~2 CROSSROAD ENGINEERS,PC Based on our meeting and a site visit, we have prepared this proposal information for your review and approval. For billing purposes we have separated the work into the following components: Proposed Right-of-Way Staking This work shall include all necessary office and field work to complete proposed right-of- way staking at the John Kirk property on the east side of the intersection as well as the John Kirk property at the southwest corner of the intersection. The proposed right-of-way shall be staked as per the construction drawings for the Pennsylvania Street Project. The fee for this work shall be a lump sum of $950 and is based on the assumption that control points and proposed right-of-way break points with station and offset references shall be supplied by the design engineer. Existing Site Plan This work shall include all necessary field survey and drafting work in order to prepare an Existing Site Plan for the western portion of the John Kirk property which lies in the eastern quadrant of the intersection of Pennsylvania Street and Old Meridian Street. The survey will include the location of all site improvements, utilities, and topographic items. The Existing Site Plan shall include these features as well as existing right-of-way for Pennsylvania Street and Old Meridian Street. The fee for this work shall be a lump sum of $1,900. Preliminary Site Plan(s) and Final Site Plan This work shall include all necessary work to prepare a maximum of two Preliminary Site Plans to rearrange the driveway configuration within the site. Once these plans are reviewed and one layout is selected, we shall make any necessary adjustments as requested by the City of Carmel or by Mr. Kirk and prepare a Final Site Plan with all necessary construction details. The fee for this work shall be a lump sum of $1,200. 1615Main Street · Beech Grove, IN46107 · Tel 317-780.1555 · Fax 317.780.6525 Mrs. Kate Boyle-Weese June 11, 1999 Page Two Plat and Description for Proposed Right-of-Way @ 6th Street Northwest This work shall include all necessary field work and office work to prepare a legal plat and description for the proposed right-of-way at 610 N. Rangeline Road in Carmel. This proposed right-of-way shall be as depicted on the construction plans for the Miscellaneous Side Streets Projects and is located along the north side of 6th Street Northwest. The fee for this work shall be $375. Hopefully, from our conversations I have correctly understood the services which you are requesting and the manner in which you would like them separated for billing purposes. If this is not the case, or if you have other questions concerning these work items please feel free to call me at 780-6524. If necessary at the conclusion of this work, we can provide a fee proposal to prepare plats and descriptions for any "land swaping" or right-of-way purchasing which may be necessary in order to accommodate the needs of Mr. Kirk. Sincerely, CrossRoad Engineers, P.C. Trent E. Newport, P.E., L.S. Vice-President Cky of Carme: DEPARTMENT OF ENGINEERING November 24, 1999 Board of Public Works and Safety One Civic Square Carmel, IN 46032 Dear Board Members: I am hereby requesting the Board approve the (first) change order for the Pennsylvania Street Project. This change order includes an increase of $492,622.56 to the original bid price of $3,460,774.49 for a new total project cost of $3,953,397.05. This Change Order # 1 is necessary due to significant design changes that were implemented when it was discovered that there were numerous conflicts with existing Ameritech lines. These lines are in Ameritech easements and the City would be responsible for the cost of relocating them. The estimate provided to us from Ameritech for this relocation work was in excess of $900,000. Therefore, the design engineer (Cosmopolitan Engineers) was asked to modify our design to avoid these conflicts. The basic element of this design change was to raise most of the profile grade of the road, thereby allowing the existing lines to remain in place. This caused additional borrow material and modifications to the storm sewers. A table illustrating the cost changes and new material items is included for your review. If you have any questions, I would be happy to answer them during or prior to the meeting. I ask that the Board members approve this change order at this time. B 1W PE M. Kate oy e- eese, . . City Engineer ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 CrossRoad Engineers Fax:317-780-6525 Nov 24 '99 14:35 P. O1 November 24, 1999 Mrs. Kate W eese, P. E. City of Carmel One Civic Square Cannel, IN 46032 Pennsylvania Street Improvements Project # 97-04 Change Order No. 1 Dear Kate: This Change Order for the above referenced project is necessary to compensate for design changes which were completed in order to avoid costly utility conflicts. These design changes affected existin item quantities and added new items such as borrow and drainage structures. In addition, since ~ere has been a delay due to the rcdesi n process and subsequent utility relocations, this change order includes existing item unit price a~ustments. These adjustments are necessary due to labor and material cost changes since the time of the original bid, Please find herein a new project item list which includes the new items which were generated (followed by *) as well as the existing items with the adjusted quantities and unit prices and their total price extensions. You will also find all of the supporting documentation for these changes. These changes result in a new contract mount of $ 3,953,397.05, a net increase of $ 495,652.57 to the original contract. Please feel free to call me at 780-6524 should you have any questions or need further information on this matter. Sincerely, CrossRoad Engineers, P.C. Trent E. Newport, P.E., L.S. Project Manage 1615 Meln ll:reot s !eech Brove. IN46107 · Tel 317.780.155'; · Fax 317,7BOeE":15 ........................ NOU 24 1999 15:01 317 780 6525 PAGE.01 CrossRoad Engineers Fax:317-780-6525 Nov 24 '99 14:35 P. 02 TO: CITY OF CARMEL CONTRACT CHANGE ORDER NO.: DATE: PROJECT NAME: CITY REQ. NO.: C~TY PO NO.: ~ '~-~ 4- .._ CITY PO DATE: You ~re directed to make the following changes in this Contract: ('BriefDescription) ~6'g ~Tf~:ffrJ~ SCHEDULED AD.rUSTMENT ITEM AMOU~,,'E (+) OR (-) DAY. S It. The following referenced Documents further describe the changes outlined in Paragraph I, and are to be considered a pm of this Change Order: R.F.P.: W.D.C. No.: __ q ll $,,lto-'b'.'.. d~,e,,,~c.~'t'cb',,~ 4Zt~ C,.&,-..e-4'.- ~n4 ned The changes result in the ?oilowing adjustment of Contract Price and Conix/act Time: Contract Price prior to this Change Order Contract Price will beCt~crease~decreased by this Change Order New Contract Price including this Ch~ge Order Contract Time Prior to this Change Order ~ (~ ~' Days Completion Date Net increascd~dccreased resulting from this Change Order O Days Current Contract Time including this Change Order ~& e~ Days Completion Date This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred a~ any time resulting from the performance of the changed work. The Above Changes Are The Above Changes Are Recommended Aceelated: ENGINEER ' ' CONTRACTOR //4~ ~7^.L~ . ~'~ ~e,~_~. ~. ~4.4b ~r. Address 8_eel4 6.,,,. I,' 46107 City/State/Zip By:~ Phone: Address City/State/Zip ph~~ne:'n~4..~ Date: Approved: '~ k eni r be ... ATTEST: "D~sna Cordray, Clef TD~eTeurer/~ / NOU 24 1999 15:81 780 6525 P~GE.02 o c) coc)oeqo c5coc5(5~c5 oooooo oooocoe,,I uq co co >F- c0u. J Z~ ZO UJn" Q..n ~d ZZ Z z O0 d OZi--I_ ZN - k'Ooo t"~d o rOF---,,,uj N -Z Z uJOFF ~0 -- F-'ujOO LU D OFn,'n- dr, fiN ,,, On'On.n_ .LU~ > UJ · --Z n rY F_. F_ O~3Z - ._1 Or'r'nUjLU ~C) O r,.fi rY F- <"'FJ--~ < - w 0 z 0~ LL! F-- I ,,  uJ < OO rYI--n,,ZZ Dn,'> ZujO uJ< Z rOuJ "On -- _ I-- :E:S nrnv ' 'ZC3 "0 0 09 I--FuJDFY'D<cO<cO " DrY F- D D 05CLC3OCDrnr.r,'rrr.yQC) <Z~ QOo_ 4: "~ O < ' ' ' -- LU Z Of Of'/"'~LUOOOLdU'rLU:S~ Uj~n N n F. OOOOOafLLLLLLZZZ~Z~n' Z < --J >-> z~ Z.nfmn'n'DLULULU-~-qD:~m _ <0 ~FO --0 c) ~ZELUD ZOZF-.-F'F'F'FI'F'F'ZZZo UJ UJu_. o3~ > ',n-Ore ~OZ~ O00n'uJww ujZ~:rrujO ,Znf F-Q , uJ F"'n/rYn"~:~:~F- wC) rYZ n,' D ZQrO o3 0 .~;(_~ EFZ~cnr, ncO~cOOrOr, DZ~Z~Z~<LnFZOEujujO uJ ~ - F--Lu2~ · F r,D~ ZZ Tm~_ rYCDrOrO zoD _~ oLucJ F. <OZm~uFc6~ tu o2f LU o UJUJLUUJO<<< LULU~OOFrYD ~0 z ~ -- _-->:2fQ2f>-->->->-LLC::]i:DE] :~,O<.090Zr, D~C) CgrY09LU>OLLI LLI On'LUU'):~OO<COafcr'rY'cr'~LULuLu - - -n/ D Z DD--JuJ u') Ilc0" F-OF<uJ:2F_~'~.<<<< F--F--F-wwuJ 2~Z',-' ao ~ uj Z < a..ZWrnOW<O<ryC~ryor, OrOrOOcn~LUrr, OW~O OF--rY O >--oZ ry~ryZE<ry>ry>OOOOry<<<<<KF-DZ~K<rO<ryZXaZNLu rYrO _ - uJ~uJ ZEz C) OOLL <Cry<a-CLnnrYnnC:LmrnrnZCn:Srn~:~Cdml-- F<'i~ujI- CO~ZF-rYLL[O C):~;:~O~i~<C<C<f<C<fDn'u3LUrY~ZDOrY~ DtLl~LLI Lu O<DEL 0 _ _x XU3LULULL]rnOOO~;[~;[FDC]C3DDU3F-U3D-ODO[E<fa- Qr, DC3C) U3nLL!rnLUF-F-F--F-rnr, Dr, DOT'!3::II~(.D~OOOmO~~F~ ' ' "In'ZD'~ Z ~fzZZOzD~- , _ ~O000~On'On' (DOOOOOOOOn'noO~ nCgXZW_~ ZZZZ>ZLou3<~ n n/n"~i~n"r~r~OwWww~'wn"l- F - ~~~u~W~u~w uj uJ w u~uj o 0 o w uj z Z ~ Z < 00~ r ~ Z Oz ZZ ~0< ~- i03~ <~ Z3 - wO ~dw z ~m~~ FOZ~ZZz n,,ryrr--J LU Z '¢:<<LU 0 O00F- -- C3 >>>Z Z arn -- LU uDLOuDLU D F-I__~' ,-,-c'4rr 0 ZD!-- rYmrYz ~P I- uJ CL ' I-- Z ZZZC3 030 UJZ0 O00Z <0 C) <C _ ._j_j_j_j -¢ ~---_jW>- C) cqW 0000 ~""'bm'c~ww2~3 o_a,n_o_d bb< -Jzcj4:_n ,j.Jj_jc,q LON:O00 <<<<~u.f~u.Z<PF-n,P<'r ZZZZ j _jn"ZOWLLrnO O000COmmmmWOWCOOZCn C) O00C)< wOJ OOOOr~En~n-a~Ow[3,~<[P>C) wwwwwwwwwO<OF'OO -I-: U_U_U_u <<<<~~~uj-r,,,~ ,,,,,,~ ry~ryn,,O0000~o_~ WO-CL ' ' Ci:y o2: Carme'_ DEPARTMENT OF ENGINEERING December 17, 1999 Trent E. Newport, P.E., L.S., Vice President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #15 Per Contract #0319.97.02 Dear Trent: As we discussed, the City of Carreel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #0319.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #15: Attachment "A" Design of sidewalk improvements at the following locations: · Along the west side of Gray Road, from 116th Street to approximately 1000' north of 116th Street (approx. 1000') · Along the south side of 126th Street, in front of 5311 and 5313 E. 126th Street (approx. 300 ') · Along the west side of 4th Avenue SE, in fi'ont of 80 4th Avenue SE (approx. 250') · Along the west side of Gray Road, in front of 14210 Gray Road (approx. 120 ') Design costs shall be broken down as follows: · Property research and Field survey · Preparation of construction plans and bid documents · Preparation of certified plats and descriptions Total not to exceed $2,750 Lump sum $4,800 Lump sum $1,200 Lump sum $8,750 Per out' contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for these services. Please be advised that work on the oripinaL this and other Additional Services contracts should be billed on senarate invoices. and be referenced to the apnropriate Additional Services number. Thank you for your continued assistance in providing the City of Carmcl with your professional, quality services. If you should have any qucstions, please give mc or Craig Parks a call at 571-2441. Sincerely, City Engineer CC: Mayor James Brainard Douglas Haney, City Attorney Diana Cordray, Clerk Treasurer ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 CrossRoad Engineers Fax:31?-?80-6525 ~ec ir '~ December 17, 1999 .L~4 .DO Mr. Craig Parks City of Cannel 1 Civic Square Carreel, IN 46032 Carreel Sidewalk Improvements Fee Proposal Dear Craig: CrossRoad Engineers is pleased to present this proposal to provide surveying and engineering services for the construction of sidewalks at four locations in the Carmel area. 'These locations are: Along the west side of Gray Road from 116'th Street to approximately 1000 feet north of 116~h Street Along the south side of 126tn Street across from the Clay Junior High School (approx. 300 Along the west side of Gray Road .just south of 146'~ Street and Oakbrook Subdivision (approx. 120 ft) Along the west side of 4'h Avenue Southeast across from the new library (approx. 250 ft) All of the boundaries for these individual projects are represented by streets, property lines, or existing sidewalks which will be tied to the new sidewalk. This work will include all research, surveying, and office work necessary to prepare a set of construction plans (1 lxl 7 in size) and bid documents for this project to be let for construction. In addition, this work will include all work necessary to prepare certified plats and descriptions (4 in all) for easements or fight-of-way necessary for the construction of this project. We 'are prepared to perform this work for a lump sum of $ 8,750. This lump sum is broken down into the following elements: Property Research and Field Survey - $ 2,750 Preparation of Construction Plans &: Bid Documents - $ 4,800 Preparation of Certified Plats & Descriptions (4 in all) - $1,200 ................ 1r-15Melnitreet m Bench iirovn. IN45107 · Tnl 317.71tl).1-~;5 m Fax 317.790.G~Z5 DEC 17 1999 15:20 317 ?80.6525 PAGE.02 CrossRoad En9 ineers Fax :317-780-6525 Dec 1 r Mr. Craig Parks December 17, 1 ~99 Page Two We are excited about this opportunity to work with the City of Cannel once again. Please feel free to call me at 780-6524 with any questions. Sincerely, CrossRoad Engineers, P.C, Trent E. Newport, P.E., L.S. Vice-President DEC 17 1999 15:21 317 780 6525 PAGE.03 Ckyo'/Carme'_ DEPARTMENT OF ENGINEERING March 28, 2000 Trent E. Newport, P.E., L.S., Vice President CrossRoad Engineers 3417 South Sherman Drive Beech Grove, Indiana 46107 RE: Additional Services #16 Per Contract #0319.97.02 Dear Trent: As we discussed, the City of Cannel has a need for additional professional services and pursuant to our cun'ent contract with CrossRoad Engineers, Contract #0319.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #16: Attachment "A' Design of bituminous multi-use path at the following location: · Along the north side of 116th Street, from the northwest coruer of Gray Road west approximately 1500 feet to the existing concrete sidewalk. Design costs shall be broken down as follows: · Field survey · Preparation of construction plans and bid documents Total not to exceed $1,000 Lump sum $2.100 Lump sum $3,100 Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for these services. Please be advised that work on the oripinal, this and other Additional Services contracts should be billed on senarate invoices. and be referenced to the anpronriate Additional Services number. 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 or Craig Parks a call at 571-2441. Sincerely, M. Kate Weese, P.E. City Engineer Mayor James Brainard Douglas Haney, City Attorney Diana Cordray, Clerk Treasurer ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571o2441 CrossRoad Engineers Fax:S17-780-6525 Mar 27 '00 8:4S P. 02 March 27, 2000 Mr, Craig Parks City of Cannel 1 Civic Square Carmel. IN 46032 Carreel Sidewalk Improvements No. 2 Fee Proposal Dear Craig: CrossRoad Engineers is pleasM to present this proposal to provide surveying and engineering services for the construction of a bituminous sidewalk along the north side of 116'" Street from the northwest corner of Crr~y Road west approximately 1500 feet to the existing end of a concrete sidewalk. This work will include all research, surveying, and office work necessary to prepare a set of construction plans (1 lx17 in size) and bid documents for this project to be let for construction. Included in these plans shall be details for either a retaining wall or slope construction for the area west of Gray Road which will require one or the other. This work will not include the preparation of certified plats and descriptions based on the assumption that no easements or right-of-way shall be necessary for the construction of this project. We are prepared to perform this work for a lump sum of $ 3,100. This lump sum is broken down into the following elements: Field Survey - $1,000 Preparation of Construction Plans & Bid Documents - $ 2, 100 We are excited about this opportunity to work with the City of Carreel once again. Please feel free to call me at 780-6524 with any questions. Sincerely, CrossRoad Engineers, P.C. Trent$. Newport, P.E., L.S. Vice-President 3417 iauth Ghelr~tell Dr. · Bemgh 6rave~ IN 46t 07 · Tel 317 g7BD · 155~I · FiX 117mTlOmESg5 Ci:y o( Carme' April 7, 2000 Chip Charles, P.E., President DEPARTMENT OF ENGINEERING Trent E. Newport, P.E., L.S., Vice President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #17 Per Contract #0319.97.02 Dear Chip and Trent: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #0319.97.02, dated March 19th, 1997, I have requested and received front you the proposed scope of services and fee estimates for the following work task: Additional Sen'ices #17: Additional Construction Inspection of Misc. Side Streets Total Fee $30,000.00 Attachment "A" Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for these services. Please be advised that all invoices for work on our original and this additional service 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. If you should have any questions, please give me a call. Thank you for your continued assistance in providing the City of Carrnel with yore' 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 Douglas Haney, City Attorney Diana Cordray, Clerk Treasurer ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 March 29, 2000 Ms. Kate Weese, City Engineer City of Carmel 1 Civic Square Carreel, IN 46032 L| ~ El CROSSROAD ENGINEERS,PC Old Town Infrastructure Improvements Request for Supplemental Fee for Construction Inspection Miscellaneous Side Streets Dear Kate: As we discussed last week, we are requesting an increase in our fee ceiling. When we prepared our original proposal in 1998, we had estimated 26 weeks of construction. However, the project was bid later in the 1999 construction season than was anticipated. The contractor didn't start until July 1, 1999, worked until the middle of December, began again after the first part of March and has until May 31, 2000 to complete his work- a total of 35 weeks. We are requesting a ceiling increase to allow us to continue our inspection services during these additional weeks. Since our original proposal used hourly billing rates based upon 1999 construction, we still propose to use.those same rates to finish this project. Using these conditions, we are requesting an increase in our ceiling from $111,000 to $141,000, an increase of $30,000. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrBs~'oa~d;n~~nlers, PC~ Vice Presiddnt ! 3417 South Sherman Dr. · Beech Grove, IN 46107 · Tel 317a7BO n1555 · Fax 317a780m6525 Ci:y of Carme'_ DEPARTMENT OF ENGINEERING June 13, 2000 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #18 Per Contract #0319.97.02 Dear Chip: As we discussed, the City of Camel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #03 19.97.02, dated March 19% 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #18: Additional Design of Old Town Miscellaneous Streets Attachment "A" Tasks: 1. Field Survey $ N/A (previously approved with Add. Services #11) 2. Preliminary Plans $ N/A (previously approved with Add. Services # 11) 3. Final Design Plan $14,300.00 4. Bidding Documents $ 2,800.00 Total Fee $17,100.00 Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for Tasks 3 and 4 of the above services. Please be advised that work on the original, this and other Additional Services contracts should be billed on separate invoices, and be referenced to the appropriate Additional Services #. 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, City Engineer Mayor James Brainard Doug Haney, Department of Law Diana Cordray, Clerk Treasurer Joe Staehler, Department of Administration Steve Engelking, Department of Community Services ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 January 27, 1999 iVIrs, Kate Boyle-~Veese, City City of Carreel 1 Civic Square Carmel, ~ 46032 Old Town Infrastructure Improvements Additional Side Streets Dear Kate: Based on our meeting with you and the Mayor last week and several site visits, we have prepared prelimir~ary construction cost estimates and survey/design fees for your review. Please note that these estimates are very preliminary and they are based on the lineal foot costs that we have encountered for the 2nd/2nd and the ] st/1 st projects. Please also note that our estimates do not include any amounts for replacing the water lines within the selected streets. As you will notice, we have not only included the sections of Old Town which were discussed last week, but also two other sections. These sections are 1" Avenue SW and 2"a Avenue SW. These were included for your review since they are blocks in between Main Street which is to be completed this spring and 1't Street SW which is included in tiffs proposal. It is our opinion that these two street sections without lights, walks, and new pavement would create a very visible gap in between two streets which are totally renovated. We would also like to note that even though we have estimated which streets should be totally reconstructed versus milled and overlayed and where the sidewalks would most likely be constructed, these are only preliminary design suggestions. There may be factors discovered during the field surveys which alter these design scopes. Immediately following the field work and the production of preliminary plans, the design scopes for each particular block will be solidified and more accurate preliminary cost estimates will be submitted. The following information has been prepared and is included herein: A. Project Description, including Preliminary Estimated Construction Costs B. Scope of Professional Services C. Proposed Fees for Survey and Design, including preparation of Bidding Documents The proposed fees include fees for preparing the Bidding Documents. However, if these documents are not necessary due to all of the sections being included in Project #99-01, Miscellaneous Side Streets which is to be constructed this season, then the applicable fees shall not be invoiced. .......................... 1615MainStreet · Beech Grove, IN46107 ~ Tel 317.780.1555 · Fax 317.780,6525 ................ January 27, 1999 Mrs. Kate Boyle-Weese Page Two We would like to thank you for this opportunity to continue our involvement in enhancing the Old Town section of Carreel through these projects. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L.S. Project Manager OLD TOWN INFRASTRUCTURE IMPROVEMENTS ADDITIONAL SIDE STREETS CrossRoad Engineers, PC A. PROJECT DESCRIPTION Northwest Quadrant 1 sT St. NW from 2~'~ Ave. NW to 3ra Ave. NW 350' total reconstruction with sidewalk on the north Estimated Construction Cost = $75,000 3rd AVe. NW from West Main to 1" St. NW 300' total reconstruction with sidewalk on the west Estimated Construction Cost = $65,000 TOTAL ESTIMATED CONSTRUCTION COST (NW Quadrant) = $1.40,000 Southeast Quadrant 6th St. SE from Range Line Road to 1't Ave. SE 300' mill & overlay with sidewalk on the south Estimated Construction Cost = $50,000 TOTAL ESTIMATED CONSTRUCTION COST (SE Quadrant)= $50,000 Southwest Quadrant ]st St. SW from 4th Ave. SW to Range Line Road 1400' total reconstruction with sidewalk on the north for full length & on the south from 2nd Ave. SW to Range Line Road Esti~nated Construction Cost = $300,000 4'h Ave. SW from 1s' St. SW to West Main 300' total reconstruction with sidewalk on the west Estimated Construction Cost = $65,000 3rd Ave. SW from ]st St. SW to West Main 300' total reconstruction with sidewalk on the ~vest Estimated Construction Cost = $65,000 2nd Ave. SW from 1s' St. SW to West Main 300' mill & overlay with sidewalk on the east Estimated Construction Cost = $50,000 1"' Ave. SW from 1't St. SW to West Main 300' mill & overlay with sidewalk on one side Estimated Construction Cost = $50,000 TOTAL ESTIMATED CONSTRUCTION COST (SW Quadrant)= $530,000 SUMMARY OF ESTIMATED CONSTRUCTION COSTS: NW Quadrant $ 140,000 SE Quadrant 50,000 SW Quadrant 530,000 TOTAL $ 720,000 B$ .. I! SCOPE OF PROFESSIONAL SERVICES The proposed work will be completed such that each street has a separate set of plan sheets. Further, every street included will have quantities calculated separately in order to provide the City the maximum flexibility possible in determining which, if any, streets should be included in Project//99-01, Miscellaneous Side Streets after contractors' bids are received. The professional services will include the following: 1. Field Survey The Field Survey for each street will include the collection of property owners' identification, location of property lines and section lines only where necessary. Property addresses and public right-of-way will be identified. Topography and cross-section coverage will be to approximately 15 feet beyond the right-of-way line on both sides. However, coverage will extend to the front corners of the residences and will include the drainage areas that may be correctable by the proposed work, as well as all utility locations. Cross-sections will be at 50 foot intervals, plus "breaks" in the ground line. Kange profiles will be obtained at public road approaches, driveways, drainage ways, etc. Range profiles at all public road approaches will extend 50 feet from' the centerline. Inverts on all storm and sanitary sewers and on all culverts. -2. Design and Preparation of Bidding Documents Preliminary design plans will be prepared in accordance with the City of Carmers standards, guidelines and directions, and using INDOT standards where applicable. CrossRoad Engineers will submit the plans for review by the City, conduct a field check meeting, and attend a public information meeting, if required. Final plans ~vill be prepared, including project specifications and final engineer's estimate. Bidding documents will be prepared using "front end" information and documents provided by the City. CrossRoad Engineers will also attend the pre-construction meeting. PROPOSED FEES ACTIVITY Field Survey Preliminary Plans Final Plans Bidding Documents TOTAL FEE PROPOSED FEE $ 17,100 22,800 14,300 2,800 $ 57,000 Cky o'25 Carme'_ DEPARTMENT OF ENGINEERING June 13, 2000 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services//19 Per Contract//03 19.97.02 Dear Chip: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract//0319.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #19: Additional Inspection Services Old Town Miscellaneous Streets Attachment "A" Proposed Fee: $19, 100.00 Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and grant you the Notice to Proceed for the above services. Please be advised that work on the original, this and other Additional Services contracts should be billed on separate invoices, and be referenced to the appropriate Additional Services #. 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 Doug Haney, Department of Law Diana Cordray, Clerk Treasurer Joe Staehler, Department of Administration Steve Engelking, Department of Community Services ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 May 31, 2000 Ms. Kate Weese, City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 CROSSROAD ENGINEERS,PC Re: Old Town Infrastructure Improvements Request for Supplemental Fee for Construction Inspection Miscellaneous Side Streets Dear Kate: After we prepared our request for a supplemental fee increase on this project, the contractor requested a 30 day extension. In our letter to you on March 29, we requested a fee increase to cover us through the then anticipated completion date of May 31. We now don't anticipate a completion until sometime during the last week of June. Therefore we have to ask for an increase in our fee ceiling to allow us to adequately staff the project until that time. We are proposing to continue using our 1999 hourly billing rates to finish this project. To cover us through the anticipated end of construction, an additional four weeks, we are requesting an increase in our ceiling from $141,000 to $160,100, an increase of $19,100. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossKoa Engf ne s, PCA E ! President ~ 3417 South Sherman Dr. · Beech Grove, IN 46107 · Tel 317.780 ~1555 · Fax 317~780.6525 INSPECTION PROPOSAL CITY OF CARMEL MISCELLANEOUS SIDE STREETS ROADWAY IMPROVEMENTS Assume 35 39 weeks of actual construction Assume preconstruction meeting and final inspection included Assume 2 weeks for final records and as-builts Hourly rates baseci on 1999 construction Estimated construction costs of $1,200,000 LABOR ESTIMATES PERSONNEL Principal Engineer Project Manager Project Inspector Assistant Project Inspector RATE HOURS $100/hr 2 x 35 39 wks $ 68/hr 12 x 3-? 41 wks $ 50/hr 45 x 3-~ 41 wks $ 32/hr 40 x -1-2 16 wks TOTAL LABOR ESTIMATES TOTALS 7,000 $ 7,800 30,192 $ 33,456 83,250 $ 92,250 15,360 $ 20,480 ~$135,802 $153,986 MILEAGE ESTIMATES Principal Engineer Project Manager Project Inspector Assistant Project Inspector 50 miles/wk x 35 39 wks @ 31 cents/mile $ 100 miles/wk x 35 39 wks @ 31 cents/mile $ 250 miles/wk x 35 39 wks @ 31 cents/mile $ 250 miles/wk x -1-2 16 wks @ 31 cents/mile $ TOTAL MILEAGE ESTIMATES TOTAL ESTIMATED COST 543 $ 605 1,085 $ 1,209 2,713 $ 3,023 930 $ 1,240 $ 5,271 $ 6,077 $ 141,073 $160,063 USE $141,000 $160,100 Ci:y of Carme'_ DEPARTMENT OF ENGINEERING June 13, 2000 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #20 Per Contract #0319.97.02 Dear Chip: As we discussed, the City of Carmel has a need for additional professional services and pursuant to our current contract with CrossRoad Engineers, Contract #03 19.97.02, dated March 19th, 1997, I have requested and received from you the proposed scope of services and fee estimates for the following work task: Additional Services #20: Inspection Services Carmel Drive Streetscape Project Attachment "A" Proposed Fee: $218,200.00 Per our contract procedural requirements, I hereby approve this "Additional Professional Services" estimate, and gram you the Notice to Proceed for the above services. Please be advised that work on the original, this and other Additional Services contracts should be billed on separate invoices, and be referenced to the appropriate Additional Services #. Thank you for your continued assistance in providing the City of Carreel with >,our professional, quality services. If you should have any questions, please give me a call. Sincerely, M. Kate Weese, P.E. City Engineer co: Mayor James Brainard Doug Haney, Department of Law Diana Cordray, Clerk Treasurer Joe Staehler, Department of Administration Steve Engelking, Department of Community Services ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 April 13, 2000 Mrs. Kate Weese, City Engineer City of Carreel 1 Civic Square Carreel, IN 46032 Carreel Drive Streetscape Project Fee Proposal for Construction Inspection CROSSROAD ENGINEERS,PC Dear Kate: As we discussed last week, we have prepared a fee proposal to provide full-time construction inspection services relative to the above referenced project. It is our understanding that the current milestone dates for this project are: June 2000 July 2000 May 2001 June 2001 Bid Letting Start Construction Final Completion Submit Final Record We also understand that these dates are estimated at this time and may be subject to change due to right-of-way acquisition. The listing of individuals we will be using on these projects is as follows: Trent E. Newport Lance Stahley Mark Beck To Be Named Project Manager Resident Project Representative Project Inspector Assistant Project Inspector Based on our conversations, we have budgeted 45 hours per week during the planned construction duration for the Resident Project Representative, 45 hours per week for the Project Inspector, 20 hours per week for the Assistant Project Inspector, and 12 hours per week for the Project Manager. These budgeted hours yield the following total estimated hours to complete the construction inspection services for this project. ACTIVITY Proj Mgr Pre-Construction Activities 4 Construction (32 weeks) 384 Complete Final Record 16 TOTAL HOURS 404 Res Proj Rep Proj Insp Assist Proj Insp 4 1,440 1,440 640 80 40 40 1,524 1,480 680 3417 South Sherman Dr. [] Beech Grove. IN 46107 [] Tel 317,780,1555 [] Fax 317,780.6525 Mrs. Kate Weese, City Engineer City of Carreel April 13, 2000 Page Two The proposed fee for these estimated man-hours is as follows: DIRECT LABOR COSTS ~- Personnel Class. Project Manager Resident Project Rep. Project Inspector Assist. Proj. Inspector Billing Rate Total Hours $ 72.00/hr 404 hours $ 58.00/q~r 1,524 hours $ 48.00/hr 1,480 hours $ 32.00/hr 680 hours TOTAL DIRECT LABOR COSTS DIRECT NON-LABOR COSTS -- Mileage (150 miles/week for 32 weeks @ 31 C/mile)- Project Manager Mileage (250 miles/week for 32 weeks @ 31 C/mile) -- Resident Project Rep. Mileage (250 miles/week for 32 weeks @ 31 C/mile) -- Project Inspector Mileage ( 150 miles/week for 32 weeks @ 31 C/mile) -- Assist. Proj. Inspector Direct Labor Costs $ 29,088.00 $ 88,392.00 $ 71,040.00 $ 21,760.00 $ 210,280.00 $ 1,488.00 $ 2,480.00 $ 2,480.00 $ 1,488.00 TOTAL DIRECT NON-LABOR COSTS $ 7,936.00 TOTAL DIRECT COSTS $ 218,216.00 USE FOR ESTIMATED NOT-TO-EXCEED CEILING $ 218,200.00 Again, we would like to thank you and the City of Carmel for allowing us this opportunity to continue our involvement in the Old Town Section. You can be assured that our service to you and the City will remain first-rate. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, Trent E. Newport, P. E., L. S. Project Manager April 18, 2000 Mr. John Duffy, Manager Water and Wastewater Utilities City of Carmel 1 Civic Square Carmel, IN 46032 Re: Water Main Replacement Old Town Infrastructure Improvements Revised Fee Proposal Dear John: Based upon our meeting with Paul Pace of your office on April 18, 2000 and subsequent site visits, we have prepared the following information for your review and approval: Appendix A A. Project Description, including Preliminary Estimated Construction Costs B. Scope of Professional Services C. Proposed Fees for Survey and Design, including preparation of Bidding Documents We would like to thank you for allowing CrossRoad Engineers to continue our involvement in the rehabilitation of Carmel's Old Town through this project. We are excited about the opportunity to ensure that this project is completed in a timely manner and look forward to continuing our role in a project which will improve the infrastructure in this section of Old Town Carmel. If the following proposal meets with your approval, please sign and return it to us. If you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Trent E. New?ort, P. E., L.S. Project Manager 3417 South Sherman Dr. · Beech Grove, IN 4GlO7 · Tel 317a780=1555 · Fax 317=780~6525 APPENDIX A SERVICES FOR: WATER MAIN REPLACEMENTS (SOUTHWEST QUADRANT) CrossRoad Engineers, PC PROJECT DESCRIPTION Several of the existing water mains, hydrants, service connections, etc. will be replaced within the Southwest Quadrant of Old Town. The segments that are included are: 2. 3. 4. Along 2nd Avenue SW from 1st Street SW to 3rd Street SW Along 3rd Avenue SW from Main Street to 1st Street SW Along lst Street SW from 4th Avenue to the east side of Range Line Road Along 2na Street SW from 3rd Avenue SW to the West side of the Monon Trail This construction will consist of approximately 2,650 lft of DIP Water Main ranging in size from 6" diameter to 10" diameter. The specific line sizes will be determined by the City. The preliminary estimated construction cost is $260,000. Of the above segments, only #2 and #3 will have street reconstruction performed. We are basing our cost estimate on construction being completed by Fall 2000. SCOPE OF PROFESSIONAL SERVICES a. Field Survey Since we have already surveyed the two roadway segments that are scheduled to be reconstructed, we will only need to supplement the existing survey data as needed in these areas. The remaining two segments receiving water main improvements will need to be surveyed. The existing service connection locations throughout this project area will be incorporated into the survey data after they are field located by City personnel. be Design and Preparation of Bidding Documents As we have done in the past, we will start with the plan sheets that we have already prepared for the roadway improvements and supplement them to reflect the proposed water line improvements. For the two segments that do not already have roadway plans, we will prepare plan sheets "from scratch". Preliminary design plans will be prepared in accordance with the City of Carmel's standards, guidelines and directions. CrossRoad Engineers will submit the plans for review by the City and make any necessary revisions. Final plans will be prepared, including project specifications and final engineer's estimate. Bidding documents will be prepared using "front end" information and documents provided by the City. CrossRoad Engineers will also attend the pre-construction meeting. PROPOSED FEES We proposed to provide the above services on a lump sum basis in accordance with the following schedule: ACTIVITY Field Survey Preliminary Plans Final Plans & Bidding Documents TOTAL LUMP SUM FEE TOTAL FEE $ 2,450 9,800 5,600 $17,850 Please signify your acceptance by signing below: ~J~ DJ~~o~rfYme1 City of Carmel DEPARTMENT OF ENGINEERING Janua~'23,2001 Chip Charles, P.E., President CrossRoad Engineers 1615 Main Street Beech Grove, Indiana 46107 RE: Additional Services #21 Per Contract #0319.97.02 P.O. #5152 Dear Chip: As xxc discussed, the Cikv of Carreel has anccd lbr additional professional scrx iccs and pursuant to our current contract xxith CrossRoad Engineers, Contract #0319.97 02. datcd March 19~t'. 1997. I I~ave requested and reccivcd from yon thc prdposcd scope ofscrviccs and fcc estimates Ibr the Ibllox~ing x~ork task: Additional Services/~21' Pcnns31x ania Strcct Roundabout P, cdcsign Attachment "A" Proposcd Fcc: $9.t)00.00 Per our coutract procedural recluircnlcnts. I hcreb2, approxc this "Additioual Professional Scrviccs" estimate, aud grant you the Noticc to Proceed lix the abox c services PLEASENOTE: Be adx iscd that "Additional Scrviccs" performed ou city contracts must be billed separately from the original contract and other additional services. More importantly. the invoice must reference hth~ap4Eo4~riate A~t~ and include the P,O. # shown above. Invoices submittcd ~xithout this information will be returned to 3'our office. Thank you for your continucd assistaucc in providing the Cit5 of Carmcl xvifi~ your professional, qualit}' services. lfvou should have any questions, please give me a call. Sincerely, M. Kate Wccsc, P.E. City Engineer cc: Mavor James Brainard Doug Hanc> Diana Cordray Joe Stachlcr ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 CrossRoad Engineers Fax:317-?80-6525 5an 9 '01 ATI"ACHMD IT A 9:41 P. 02 January 9, 2001 Mrs. Kate Weese, City Engineer City of Cannel 1 Civic Square Carreel, IN 46032 Pennsylvania Street Improvements Round-a-bout Design Dear As you laxow, the consmxction plans for the above referenced project, which js currently under constn~ction, include the proposed improvements for the new roared-a-bout at the intersection of Pcunsylvania Street and Old Meridian S~reet. However, the plans created by Cosmopolitan Consulting Engineers are leckin~ all necessary details in order to construct the round-a-bout. There appears to bc no profiles Cproposed or existing), typical sections, spot elevations, cross sections, cross slopes, de-in elevations, or pavement markings for this area of the project. In addition, there is no drainage design completed for this area. Therefore, it will be necessary to perform some additional survey and design for this north~n end of the project. It should also be noted that the north-end of this intersection has undergone many changes since the time of original design of P~nnsylvanla Street. As you know, that section of Permsylvania Slreet from Old Meridian Street to 126~ Street was reconstructed during the development of the Duke property. The additional surv~ and design shalf lncortx>rate these changes. The design shall also be cooperative with the proposed changes to Old Meridian Street which are currently being designed by Butler, Fairman, & Soufort Consulting Engineers. In order to allow the Pennsylvania Street Contractor to construct the round-a-bout improvements, CrossKoadEn~neerswillcompletcasctofsupplementalplansheetsforthisarea. These sheets may include typical s~ctions, plan and profiles, details, and cross ~ction sheets. These plans shall also be made available to Buffer, Fairman, & Scufcrt for their final design of Old Meridian Street. This work shall be completed this winter in order that the Pennsylvania Street Contractor can construct the round-a-bout per these plans in the spring of 2001. After the completion of the survey and preliminary design, CrossP, oad Engineers will meet with the City of Cannel to discuss any necessaxy changes to the size or nature of the proposed round-a-bout. CrossRoad Engineers Fax:317-780-6525 3an 9 '01 9:42 P. 03 Mrs. Kate Weese, City Engineer City of Cannel January 5, 2001 Page 2 Our fees for this work shall be as follows: ACTIVITY PROPOSED FEE FieldSurv~ $3,000 ~jminaryandFinalPlans 6,000 TOTALFEE $9~00 , We would like to thank you for this opportunity to continue our involvement in the Pennsylvania Street Improvements Project. If you should have any questions or need any further information, please do not hesitate to call me. Sinoer~ly, CrossRoad Enginecrs, PC Trent E. Newport, P. E., L.S. Project Manager