Loading...
Crawford Murphy & Tilly/Engr -1-\ Crav.ford Mu;phy & Tilly, Inc. Engineering Department - 2007 RAB @ I I I'" St. & College.Ave. Appropriation # 1205- 4462858; P.o. #16536 Contract Not To Exceed $121,815.00 C-ciltrD..C-t#: D5.01..07. 01 All'~ROVED~),o fORM BY:~ o O,,\G\N~\. AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSrONAL SERVICES ("Agreement") is hereby made and entered into by and between the City of Cannel, Indiana, acting by and through its Board of Public Works and Safety (hereinafter "City"), and Crawford, Murphy & Tilly, Inc., (hereinafter "Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and WHEREAS, from time to time, City needs professional assistance III fulfilling its foregoing responsibilities; and WHEREAS, Professional is experienced in providing and desires to provide to City the professional services ("Services") referenced herein; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City the' Services referenced herein; NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions set forth herein, City and Professional mutually agree as follows: SECTION 1. INCORPORATION OF RECITALS The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2. SCOPE OF SERVICES 2.1 City desires to engage Professional as an independent contractor for the Services set forth in attached Exhibit A, incorporated herein by this reference. 2.2 Professional understands and agrees that City may, from time to time, request Professional to provide additional or modified Services to City. When City desires additional Services from Professional, the City shall notify Professional of such additional Services desired, as well as the time frame in which same are to be provided. Only after City has approved Professional's time and cost estimate for the provision of such additional Services, has encumbered sufficient monies to pay for same, and has authorized Professional, in writing, to provide such additional Services, shall such Services be provided by Professional to City. A copy of the City's authorization documents for the purchase of additional Services shall be numbered and attached hereto in the.- order in which they are approved by City. 2.3 Time is of the essence of this Agreement. [>'::.'.10 Ba>sl.'\.:1y DocumcUI,\!>rofessional Sef\.;ces".ENGINEERIl\G'lOOTCr_",for<.l Murphey & Tilly_due:~!19.'2007 1{):24 ,\MJ} " , , CrawfJrd Murphy & Tilly, Inc. Engineering Department - 2007 RAB @ I J}" St. & College Ave. Appropriation # J 205- 4462858; P.D. #J 6536 Contract Not To Exceed $121,815.00 SECTION 3. CITY'S RESPONSIBILITIES 3.] City shall provide such information as is reasonably necessary for Professional to understand the Services requested. 3.2 City shall provide all data required for provision of Services. Professional may assume that all data so provided is correct and complete. 3.3. City shall arrange for Professional to enter upon public and private property as reasonably required for Professional to perform the Services. 3.4 City shall designate payment of the Services from City budget appropriation number 1205- 4462858 funds. 3.5 City shall designate the Mayor or his duly authorized representative to act on City's behalf on all matters regarding the Services. SECTION 4. PROFESSIONAL'S RESPONSIBILITIES 4. I Professional shall perform the Services pursuant to the terms of this Agreement and within any applicable time and cost estimate. 4.2 Professional shall coordinate with City its performance ofthe Services. 4.3 Professional shall provide the Services by following and applying at all times reasonable and lawful standards as accepted in the industry. SECTION 5. COMPENSATION 5.1 Professional estimates that the total price for the Services to be provided to City hereunder shall be no more than One Hundred Twenty-One Thousand Eight Hundred Fifteen Dollars ($121,815.00) (the "Estimate"). Professional shall submit an invoice to City no more than once every thirty (30) days for Services provided City during the time period encompassed by such invoice. Invoices shall be submitted on a form containing the same information as that contained on the Professional Services Invoice attached hereto as Exhibit B, incorporated herein by this reference. City shall pay Professional for all undisputed Services rendered and stated on such invoice within sixty (60) days from the date of City's receipt of same, or be subject to a late charge of one percent (1 %) of such unpaid and undisputed invoice amount for each month same remains unpaid. 5.2 Professional agrees not to provide any Services to City that would cause the total cost of same to exceed the Estimate, without City's prior written consent. [Z:\E BJSS'Mf Documcnt,I.Prorc,.,;;onal Scrvicc,\ENGI:-;EERj~G\2001'.Cr J" lOrd Murphey & Tilly.doc:4.'l ?:2007 10.24 AMQ / , , Crawford Murphy & Tilly, /ne. Engineering Department - 2007 RAB @ III"~ St. & College Ave. Appropriation # /205- 4462858; P.O. #/6536 Contract Not To Exceed $/2/,8/5.00 SECTION 6. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Section 7.1 hereinbelow, this Agreement shall be in effect from the Effective Date through December 31, 2007, and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. SECTION 7. MISCELLANEOUS 7.1 Termination. 7.1.1 The obligation to provide all or any portion of the Services under this Agreement may be terminated by City or Professional, without cause, upon thirty (30) days' notice. 7.1.2 The obligation to provide all or any portion of the Services under this Agreement may be terminated by City, for cause, immediately upon Professional's receipt of City's "Notice To Cease Services." 7.1.3 In the event of full or partial Agreement termination, and as full and complete compensation hereunder, Professional shall be paid for all such Services rendered and expenses incurred as of the date of termination that are not in dispute, except that such payment amount shall not exceed the Estimate. Disputed compensation amounts shall be resolved as allowed by law. 7.2 Binding Effect. City and Professional, and their respective officers, officials, agents, partners and successors in interest are bound to the other as to all Agreement terms, conditions and obligations. 7.3 No Third Partv Beneficiaries, Nothing contained herein shall be construed to give rights or benefits to anyone other than the parties hereto, 7.4 Relationship, The relationship of the parties hereto shall be as provided for in this Agreement, and neither Professional nor any of its agents, employees or contractors are City employees. Professional shall have the sole responsibility to pay to or for its agents, employees and contractors all statutory, contractual and other benefits and/or obligations as they become due. Professional hereby warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a result of any claim for wages, benefits or otherwise by any agent, employee or contractor of Professional regarding or related to the subject matter of this Agreement. This indemnification obligation shall survive the termination of this Agreement. [Z:'-E B"",\My DocurnCllts\Profcssiolla) Scrvicc,\EKGNEERING\2007\o""rord MurpllCY & Tilly ~oc:4.'19!2007 \O,N AM]) Crawford Murphy & Til!y, Inc. Engineering Department - 2007 RAE @ ///'h St. & College Ave. Appropriation # /205- 4462858; P.D. #/6536 Contract Not To Exceed $/2/,8/5.00 7.5 Insurance. Professional shall procure and maintain with an insurer licensed to do business in the State of Indiana such insurance as is necessary for the protection of City and Professional from all claims under workers' compensation, occupational disease and/or unemployment compensation acts, because of errors and omissions, because of bodily injury, including, but not limited to, the personal injury, sickness, disease, or death of any of Professional's employees, agents or contractors and/or because of any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth on attached Exhibit C. Such insurance policies shall not be canceled without thirty (30) days' prior written notice to City. 7.6 Liens. Professional shall not cause or permit the filing of any lien on any of City's property. In the event such a lien is filed and Professional fails to remove it within ten (10) days after the date of filing, City shall have the right to payor bond over such lien at Professional's sole cost and expense. 7.7 Default. In the event Professional: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Professional's warranties; (b) fails to perform the Services as specified; (c) fails to make progress so as to endanger timely and proper completion of the Services and does not correct such failure or breach within five (5) business days after receipt of notice from City specifying same; or (d) becomes insolvent, files, or has filed against it, a petition for receivership, makes a general assigrunent for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to terminate all or any part of this Agreement, without liability to Professional and to exercise any other rights or remedies available to it at law or in equity. 7.8 Government Compliance. Professional agrees to comply with all laws, executive orders, rules and regulations applicable to Professional's performance of its obligations under this Agreement, all relevant provisions of which being hereby incorporated herein by this reference, to keep all of Professionals' required professional licenses and certifications valid and current, and to indemnify and hold harmless City from any and all losses, damages, costs, liabilities, damages, costs and attorney fees resulting from any failure by Professional to do so. This indemnification obligation shall survive the termination of this Agreement. [Z:\E B.<s\My Ono;umcms\Profe,aiolldl Scn,kcs\D;G1N EERING\2007\Cr.wford .Murphey & Tiny.doc:4/19/2007 10:24 AMa Crawford Murphy & Tilly. Inc. Engineering Department - 2007 RAB @ ///" St. & College Ave. Appropriation # /205- 4462858; P.D. #/6536 Contract Not To Exceed $/2/.8/5. 00 7.9 Indemnification. Professional shall indemnify and hold harmless City and its officers, officials, employees and agents from all losses, liabilities, claims, judgments and liens, including, but not limited to, all damages, costs, expenses and attorney fees arising out of any intentional or negligent act or omission of Professional and/or any of its employees, agents or contractors in the performance of this Agreement. This indemnification obligation shall survive the termination of this Agreement. 7.10 Discrimination Prohibition. Professional represents and warrants that it and each of its employees, agents and contractors shall comply with all existing and future laws prohibiting discrimination against any employee, applicant for employment and/or other person in the subcontracting of work and/or in the performance of any Services contemplated by this Agreement with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, subcontracting or work performance hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. This indemnification obligation shall survive the termination of this Agreement. 7.11 Severability, If any provision of this Agreement is held to be invalid, illegal or unenforceable by a court of competent jurisdiction, that provision shall be stricken, and all other provisions of this Agreement that can operate independently of same shall continue in full force and effect. 7.12 Notice. Any notice, invoice, order or other correspondence required or allowed to be sent pursuant to this Agreement shall be written and either hand-delivered or sent by prepaid U.S. certified mail, return receipt requested, addressed to the parties as follows: CITY: City of Carmel Engineering Department One Civic Square Carmel, Indiana 46032 ATTENTION: Michael McBride, City Engineer Douglas C. Haney Carmel City Attorney One Civic Square Carmel, Indiana 46032 PROFESSIONAL: Crawford, Murphy & Tilly, Inc. 5652 West 73rd Street Indianapolis, IN 46278-1738 ATTENTION: [VI' Ba.,\My Doxunlouls\Profes,ion.1 SCr\'iccs\ENGINEERIl\G'100TCmwrord Murphey & Tilly.docAJIQ/2007 1024 AMb Crawford Murphy & Tilly, Inc. Engineering Department- 2007 RAS @ I I I'" St. & College Ave. Appropriation # 1205- 4462858: P.O. #16536 Contract Not To Exceed $121,815.00 Notwithstanding the above, City may orally provide to Professional any notice required or permitted by this Agreement, provided that such notice shall also then be sent as required by this paragraph within ten (10) business days from the date of such oral notice. 7.13 Effective Date. The effective date ("Effective Date") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.14 Governing Law: Lawsuits. This Agreement shall be governed by and construed in accordance with the laws of the State of Indiana, except for its conflict of laws provisions, as well as by all ordinances and codes of the City of Carmel, Indiana. The parties agree that, in the event a lawsuit is filed hereunder, they waive any right to a jury trial they may have, agree to file such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 7.15 Waiver. Any delay or inaction on the part of either party in exerclsmg or pursuing its rights and/or remedies hereunder or under law shall not operate to waive any such rights and/or remedies nor in any way affect the rights of such party to require such performance at any time thereafter. 7.16 Non-Assignment. Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City's prior written consent. 7.17 Entire Agreement. This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, written or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any provision contained in this Agreement conflicts with any provision contained in any exhibit attached hereto, the provision contained in this Agreement shall prevail. 7.18 Representation and Warranties. Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or the party which they represent, as the case may be. [VB Rass\.My Docuu'cl\ls'Pwfcss;onal S.rvicc:>\.ENGlKEERj~G\2007\CrJ....fOId Murphe~' & Tilly.doc:4,119!200110:2.J AM6 Crawford Murphy & Tilly, Inc. Engineering Department - 2007 RAB @ /llth St. & College Ave. Appropriation # /205- 4462858; P.D. #/6536 Contract Not To Exceed $12/,815.00 7.19 Headings. All headings and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 7.20 Advice of Counsel. The parties warrant that they have read this Agreement and fully understand it, have had an opportunity to obtain the advice and assistance of counsel throughout the negotiation of same, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 7.21 Copyright. City acknowledges that various materials which may be used and/or generated by Professional in performance of Services, including forms, job description formats, comprehensive position questionnaire, compensation and classification plan and reports are copyrighted. City agrees that all ownership rights and copyrights thereto lie with Professional, and City will use them solely for and on behalf of its own operations. City agrees that it will take appropriate action with its employees to satisfy its obligations with respect to use, copying, protection and security of Professional's property, 7.22 Personnel. Professional represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such personnel shall not be employees of or have any contractual relationship with City. All of the services required hereunder will be performed by Professional or under his supervision and all personnel engaged in the work shall be fully qualified to perform such services. 7.23 Records and Inspections Professional shall maintain full and accurate records with respect to all matters covered under this agreement for three (3) years after the expiration or early termination of this agreement. City shall have free access at all proper times to such records and the right to examine and audit the same and to make transcripts there from, and to inspect all program data, documents, proceedings and activities. 7.24 Accomplishment ofProiect Professional shall commence, carryon, and complete the project with all practicable dispatch, in a sound economical and efficient manner, in accordance with the provisions thereof and all applicable laws. In accomplishing the project, Professional shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on within City's organization. [Z:\E B4s:s'My Documcms'.Prores>iondl Scni,cs'.p.;G1NEERING\2007\CnWlord _\.lurphcy & Tilly.doc:4i19!2001 10:14 A'ofj7 Cra~1ord MUlphy & Tilly, Inc. Engineering Department - 2007 RAB @ J J ph Sf. & College Ave. Appropriation # 1205- 4462858; Fa. #/6536 Conn.act Not To Exceed $121,815.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety CRAWFORD, MURPHY & TILLY, INe. BY: L1fA~I/1'!d James Brai ., residing Officer Date: BY: Printed Name: Dennis M. Neidigh Title: Office Manager FID/TIN: 37-0844662 SSN if Sole Pjpp'rietor: Date: '7'72."1/07 AlA [2i\EBos.lMy Dorulm.,I.'J'rOr",<iOLl,l Scrvk",'.ENGINEEPJNG\2007'C,""ford Mu",hoy &. T;]l)',doc,4/19.'2Q07 10,24 A!\f8 ll~'\J.s:'0y{J::J ;-(:j~ ~1.!hJI f7litP: -:~ 01Inl-I~;~ f:-7r::. Consulting Engineers' March 27, 2007 Mr. Mike McBride, P.E. Carmel City Engineer One Civic Square . Carmel, IN 46032 Re: Roundabout at ll1th Street and College Avenue Modified Proposal Dear Mr. McBride: After further review of the scope of this project, CMT, Inc. is pleased to present a modified proposal to you to provide surveying, design, land acquisition services, and landscape architecture for the above intersection. A summary of fees is provided as Attachment A. As a part of our team, we propose to use Crossroad Engineers, PC for the survey and right of way services and Ratio Architects, !nc for all the landscape architecture services. They would work as subconsultants to us. We have worked closely with both of these firms in preparing this proposal and enjoy their professional approach to the services they provide. Following is a summary of the services to be provided by our team: Design: CMT will provide the design services with Adam J. Burns, P.E., MBA serving as the Project Manager and I will serve as the Project Principal. We will coordinate with you or your designee and both subconsultants. The cost estimate for these services is included as Attachment B. The schedule that was established in the February 12 meeting is as follows: i. Preliminary Plans 30% June 1,2007 ii. Preliminary Plans 60% Mid August 2007 iii. Pre-Final Plans 90-95% Mid October 2007 l!EXHIBIT If {(I D :2-1~62930.] 'J-CO 7" rt' " f? ~ I f:1 ,.: -...., J .t=a \ ~. MAI~ 2007 g; \;~ (;~~MEI. ;;: \ t._'~ 1-;1, J,"-n j, I: I (Q "v' d I~I\"tJj":r.:d ~ . :re} ,," <'9l9Li7L~I."!," Mr. Mike McBride Roundabout at 1II'h Street and College Avenue March 27,2007 Page 2 Topographic Survev: The approximate lengths of survey each direction from the intersection are as follows: 550 feet to the North, 650 feet to the East, 350 feet to the South, and 550 feet to the West. Crossroad will also coordinate the utility locations with local utilities and include their locations in the survey. The remaining topographic features will be included in the survey. We will be provided with digital and hard copy of the data. Crossroad's proposal is included as Attachment C. Right ofWav Services: These services include providing legal descriptions, exhibit drawings, and. the staking of right of way. The necessity for staking would be dependent upon the requirements of the future land acquisition agent. By estimating the number of parcels of the right of way or easements, we have extended the unit costs for the various activities to determine the estimate of total services. Obviously, we would only be reimbursed for the actual count of parcels. Crossroad's proposal is included as Attachment C. Landscape Architecture: Based upon prior experience, Ratio has prepared a proposal to provide these services for the project. They will provide plans in the following phases: Schematic Design, Plan Development and Construction Documents, Bidding and Negotiation, and Construction Administration. Ratio's proposal is included as Attachment D. We stand ready to discuss this proposal at your pleasure and will provide any additional information you request. Thank you for your confidence in CMT. Sincerely, CRAWFORD, MURPHY & TILLY, INC. ~~~l Dennis M. Neidigh, P.E., 1.S. Indianapolis Office Manager cc: Adam 1. Burns, P.E., MBA UEXHIBIT_U(D " City of Carmel Roundabout at H1th Street and College Avenue SUMMARY OF FEE PROPOSAL March 27, 2007 Responsible Proposed Element ~ Fee Remarks Design CMT,/nc. $70,3/5.00 . See Attachment B Topographic Survey Crossroad Engineers $9,500.00 LS See Attachment C Right of Way Services Crossroad Engineers .. See Attachment C Unit Cost X Parcels Provide Legal Descriptions $400 X 20 parcels $8,000.00 Estimated Parcels Provide Exhibit Drawings $350 X 20 parcels $7,000.00 Estimated Parcels Staking of Right of Way $400 X 20 parcels $8.000.00 Estimated Parcels Subtotal $23,000.00 Landscape Architecture Ratio Architects $18,000.00 LS See Attachment D Ratio Expense Est. $1,000.00 TOTAL $121,815.00 · Hourly not to Exceed .. Per Fee Schedule ATTACHMENT A "EXHIBIT 6~LW " I< ...I C),... 0,... :!:E:: Zo r-.. a..~ a~ d~ 0::::0 0:::,0 0. 0. COw ~w ~ ~ ~o 0.0 r:-- ~.i t:A l w !;( ~ ~ w w ti ~ o :j " 0 III " ~ 0 ~ ~ w .... III III ...I ~ :! ~ o ~ m z w !a u. III ~.JW ~ D.,WC w ,il!:; ~ <00- ura'T~ 1Lc(....W <l:O~~CI ~::>"Z _0,,1= UO::o...J ".... ..;j I-l-zO::(I) aZowz ~~;:~8 w" ii!::> . _ (JZ~ I- (1)1-- Z w(J~ W QW::::i ::& 1-""''''' ::t CJ~J: ~ ~CLoO 1= ~!i~ c( a.Uo.. .... 0: " ::> ~ ~ o 0 " u. ~ " ~~~VW8~18NO ~ ONNN....N....t-1O ,:,~.t .... %".j'~~ O~ 0 j!! ~ 'I'>' 4>0 SJ :g o .. ,.t ~0", -<';:r~ ,... <OJ .. ~ O.t "'~. /.v 0 "V ~ ",'<- ~ .. %/0. ,yQ ~ ~;/~<v'<- ~ ,:f'<-' ,,~ _~ ~ .., "It 0 :5 It) C? "It 0' 6'i-........ CON"1l) ,,0 <c) /,~ ,....... .... c.o N.... N W .. #0'<- ~<;<-~~~~ ~ .-t-.... . ("')::..,~Il).~ -<vv ~<v'<- .. ~f~~ ~~'<-:'<-0~~~~0 ~ ",'<-,,'" ;;; (f"0 &~ ~~ ~ ~ <Jl W ~ >-(1)(1) ~ <Jl <l: !=,,!!! " Z I< >ZO <l: o >- j::-:J u>z _ ...Jzutul- z< ~ ~octw(l) :5:!: Q 0i=~::;~<Jl<Jl0't'; u. ::CUwClwzz...Jv ~ ~~:E~~:5:5~a S ~O~Z",o.a.!:;I< '" ~~5~~~~~~ _ UJI-><z:'tHO_Q (/) >-<~~O ~i= ~ t-CloOj::: a::~ ~ i ~@g a.~ :J ll....J ~ '" 1i <l: v '" 1 v I' '" ;:~ "'" ~ .. o ",0 ~ .,<Jl w'" ~::> ~U) 0: 16>- :ow-, w>t- 0:0:::; ,,::> w<Jl ., Z w", ~21 ...::; u w 0: 08 oa:~ N...... :Jw ..,~ @:;: .. ~UJ~~~l=?~Ll)CO~ ....oWIl)M"Itco~;8.... ....LL.NNMO)reOl,..:c:n ~f.I9~~(il""_eI)tA W ..J<Jl <zNco~~~~~8 b~~~N""NN"''''' I-~ ~tA-l1tCA-MeA- I< wa. J:t:j b I< wo. J:X ....w o I< wa. J:[j\ b " Z ~ 0: a. oO'" <Jl;;!; ..Jg <lio ::;...1 ..JW ~~~1il~ Q::...J......4o't ....:E g ~g5b:'~1O~688:g~ CON. l-aJOIl)~N18VNCOO ~ O....<l~NNMai~ail.Oai ut .-:JUJututto'tutto'tto't~to't 'ON ~S\fl ...NM""'lilCOr-COC);:~~~:;!~ o 00 ","'. _0 N .. '" N "'~ '" . o ;;; Ii: o u. u. <JlW 1<1< ::>0 0'" J:S Zw ~<Jl ..Ja\ .,. 0-' ....., ~ ::> <Jl 6' w ::> Z ~ o 8 <Jl '" ~ MlillilM .......,.- ;;N~~ ~ w >'<Jl<Jl ::; I::"UJ UJ >za CI ~~~~ ~i -....::;.... 0..... t;zOZU'H/)::;IO ~~~~S~z~ -'~z~o.a.~~ 8..Jo::;...."l!- .,~~~g~~~ c3--o wt- !,1~i= I<~ ffioC) a.~ ~oo ~ a.O..J z :E ~ 8 ;;; . I, I' ~. ~ I 001;;1 ~.. ~I . ~ "I ~ Si ~ ~ i=!8 ~. 5 ;:iig ;;:! I;.: ! I. .. '" N OW::; ~~~ .."'::; <l:w 01< ". wo. I'" OW ::>!;(I< ...11<0 U .... zw", (f.l~~ ~Ii:~ Ww ....>::; 00.... u.w<Jl 0"'::> "~Sl '....w' <Jl>.... w"o ;;!;;E8 ....00 OOCo! ~...... CD .... z w :IE J: U S ~O o~ .0 ;;;N ~ o N "'''' ~8 ..N '" 0 1$""0 .888 ~N......: .. . I<~ <liw >-::; . >.... "'<Jl 0::> w~ f-:::'!:~>- (,)O:::..J(,) wo<:z ...,u.::>w offizCl g:ll.~ ~ ClUJ :3U.~;;E!z~~ <:OOMQO...J b Of-a: (,) ~<( ~Q::.::oClOb a:c::u. ~ c::~ woo::.<: ~~~~ ~~~~ ~wu.W ",,, <l:Z ~- wi ",>2 I<W ~:;: "'NM""'lilc.or-COO'l,~~~~:;!~ '" - '" ,,; " .. ~ ;! g ~ I;; :.i w w "- " z " w W Z (; Z W "- o .. w ,~I ~;. ~I, D ::: ICQ ~ w w w February 22, 2007 RE: Project Survey Fee Proposal 111 th & College Avenue Roundabout Carmel, Indiana Mr. Adam J. Bums, P.E., MBA Crawford, Mu~hy & Tilly, Inc. 5652 West 73' Street Indianapolis, IN 46278 Dear Mr. Bums: CrossRoad Engineers is pleased to present this fee proposal for the project survey of the above referenced project located in Carmel, Indiana. Per the information provided by you, we understand that the survey is to include the following scope: . The limits of the project survey is as shown on the attached exhibit provided by your office. The approximate lengths each direction from the intersection are as follows: 550 feet to the North, 650 feet to the East, 350 feet to the South, and 550 feet to the West. . Coordinate with owners of buried utilities to locate their facilities where they may exist so that they may be accurately shown on the drawings. . Survey shall locate all features which exist within the designated survey corridor including but not limited to: ~ Roadways and Paved Areas sidewalks and curb ramps, curb and gutters (back edge and front face), driveways and other similar features (also identify gravel/pavement edges or dissimilar pavement materials edges) ~ Embankments and slopes ~ Buildings or other permanent structures ~ Above and below ground utilities including culverts, sanitary lines, water mains, storm lines, telephone, electric, cable TV and other apparent utilities ~ Property lines and property comers and monumentation for all properties along the route ~ Trees, bushes, shrubs and other vegetation boundaries ~ Benches, lighting and other landscaping ~ Fence comers and fence lines ~ Ditches and drainage ways ~ Culvert head walls and end sections ~ Other miscellaneous point features ~ Manholes, catch basins, inlets (including rim and invert elevation and size information for each pipe entering/leaving the structure and a sketch of each structure's connections) ~ Control Points and benchmarks used for the survey including references to those points and a description of the points. . All points surveyed in the will have X, Y, and Z coordinates and a description of the point. CrossRoad Engineers will provide a tabulated printout of all survey points in an ASCII text format as well as a listing of abbreviations used for point descriptions. "1=)(1-11811 J/ 0//0. 41'?',4C'H M fA) T C " . Create a topographic map of the surveyed data at a scale agreeable to Crawford, Murphy & Tilly, Inc., connecting survey points into appropriate linear features. All drawing entities must be placed using the "Bylayer" setting for color and line style. The mapping work shall provide sufficient detail within the project boundaries to complete engineering analysis, development of construction drawings, and assure that contractor can accurately locate and place all improvements. . Provide mapping file in hardcopy (22" x 34") and digital format. Digital mapping to be provided in an AutoCAD (DWG) format or later and shall be contained in a single file for each submittal. . Provide research for the project in order to create existing right-of-way lines and apparent property lines throughout the project area. This line work and research information as well as addresses will be included in the deliverable drawings. The deliverable products will include the electronic files in AutoCad DWG format of all ground survey information. All points surveyed in the field should have attribute information (X, Y and Z coordinates and a description of the point) included in the electronic file. Benchmark locations will also be'included in the file. In addition, a hardcopy listing of all survey points including shot number, description, and X, Y,Z coordinates for the topographic survey work will be provided. Our fee for the project survey shall be $ 9,500. CrossRoad Engineers will provide legal descriptions and exhibit drawings for any right-of-way and/or easement parcels necessary for construction. These will be provided as requested by Crawford, Murphy & Tilly, Inc. The fee for the legal descriptions will be $400 each. The fee for the exhibit drawings will be $350 each. If necessary, CrossRoad Engineers can also provide proposed right-of-way and/or easement staking as requested by Crawford, Murphy & Tilly, Inc. This work would include adequate field staking to identify the proposed right-of-way and/or easements and the fee would be $400 per parcel. CrossRoad Engineers can also provide Right-of- Way Acquisition Services for this project. However, the fees will depend on the nature of the parcels. Therefore, once Right-of-Way needs are determined, we can provide proposal for these services to include RW Management, Title Work, Appraising, Buying, and Recording. We are ready to begin and appreciate your allowing CrossRoad Engineers to survey this project for you. We understand that the schedule of this project would include an anticipated start date later in 2007. If you have any questions, please call me. Please signify your acceptance by signing below: Sincerely, CrossRoad Engineers, PC -;;J{;~J Trent E. Newport, P. E., L. S. Vice-President Crawford, Murphy & Tilly, Inc. Date P~EXHIBIT A 0({D " William A. BrawneJr., AlA DavidJ. Reusch, AlA R. Tim Barrick, FSMP5 Rodney D. Reid, AlA Robert G. Proctor Jr., AlA Thomas A. Cheesman, AlA Jahn D. Jackson, ASLA WilliamP. DevIne, AlA N. Anthony Steinhordt, CPSM David A. Kroll, Assoc. AlA Donold J. Jerabek, AlA RATIO Architects, Inc. www.RATIOarchitects.com ~[JJ. [:~L.~ RATIO Architocture Preservation Interior Design LondscQpe Architecture Urban Planning March 26, 2007 Adam Burns, P.E. Crawford, Murphy and Tilly, Inc. 5652 W. 73" Street Indianapolis, IN 46278 Re: I I I'" and College Roundabout Dear Adam, Thank you for providing RA no with an opportunity to assist you with the design of the roundabout at III'" and College Avenue in Carmel. We are looking forward to building a relationship with CMT on this Project that perhaps can result in additional opportunities to team. As requested, we offer the following design proposal for your consideration: PROJECT SCOPE The Project involves planting design and irrigation design for a new roundabout at II Ith and College A venue in Carmel, Indiana. Some level of hardscape may be incorporated, depending on the budget. The City has stated their desire that the roundabout be unique, due to its proximity to the entry to Central Park. The roundabouts at 141" and Springmill Road and 96th and Westfield are of similar size and level of development. We do not believe that lighting design is within the scope of the Project. BUDGET We understand the project budget for this scope of work to be up to $175,000. This includes costs for plant material, soil modifications, subdrainage, hardscape and irrigation. DESIGN SERVICES Schematic Design RA no will meet with CMT and City of Carmel representatives to review the functional and aesthetic goals of the Project. We will also review the physical context of the Project site. We will then develop two to three schematic approaches to the planting and hardscape design for review by CMT and the City. From these approaches, we will develop the preferred concept to a more refined level of detail. We have assumed participation in up to three meetings during this phase. Design Develooment and Construction Documents RA TIO will take the preferred schematic approach through the design development and construction document phase. In these phases, we will finalize the plant material selections, determine quantities of plant material, suggest soil amendments, coordinate subdrainage, fine \07 South Pennsylvania Street, Suite 100 Indianapolis, Indiana 46204-3684 317.633.4040 f: 317,633.4153 J" :::JI Indianapolis, Indiana Champaign, Illinois C:\Carmellllth and College Round"~Hl8Itl2.dac rr-- /{ to A 77AC'/.J VlcN T D. " Mr. Adam Burns, P.E. Page 2 March 26, 2007 grade the areas within our scope, and direct the irrigation design (provided by a subconsultant to RATIO). We will develop a detailed opinion of probable cost. We have assumed a total of up to three meetings during this phase, and two review submittals. Upon final design approval from the City and CMT, we will finalize our drawings and specifications to a point that is suitable for bidding. . Bidding and Negotiation RA no will provide drawings and specifications suitable for bidding to CMT for inclusion in the larger bid set. We will issue Addenda and respond to bidder's questions as needed, and will participate in a pre-bid meeting. Construction Administration RA no will provide construction observation services, including field reports, attendance at up to three progress meetings, review of submittals, issuance of supplemental instructions and proposal requests, and review contractor's pay applications for our portion of the scope, if required. We have assumed site visits during construction up to every two weeks. RA no will provide tree-tagging services to nurseries within 3 hours of Indianapolis. Trees located farther away than that can be tagged as an additional service at our standard hourly rates for the staff assigned. Our CA services will conclude with a punch list. Assumotions We have made the following assumptions as we have developed our Scope and Fee: 1. The topographic and boundary survey will be provided by others. 2. Lighting design and electrical engineering is being provided by others. 3. The project will be bid in a single phase to a single prime contractor. PROJECT SCHEDULE Schematic Design .......................................................................... Mid to end of May 2007 Design Developmenl...................................................................... Early August 2007 Construction Documents................................................................ Mid October 2007 Bidding and Negotiation ................................................................ November 2007 Construction................................................................................... Spring 2008 COMPENSATION In consideration of the Budget, Scope and Schedule, we propose a lump sum fee of Eighteen Thousand Dollars ($18,000.00). This fee will be distributed as follows: Schematic Design: .... ................................ ......... ................ ........... $2,700.00 Design Development..................................................................... $3,600.00 Construction Documents............... ............... ...... ............. .............. $7,200.00 Bidding .................................................................................:.......... $900.00 Construction Administration......................................................... $3.600.00 Total: ..... .......... ........................ ................ ............................. ....... $18,000.00 E:\OOOO l-I\SAMPLE.LET ., Mr. Adam Bums, P.E. Page 3 March 26, 2007 REIMBURSABLE EXPENSES Expenses attributable to your project will be invoiced as a Reimbursable Expense at 1.10 times the items expense. Expenses may include: A. Drawing Reproduction/photographic Reproduction B. Copying C. Supplies D. Mailing/Express Mail E. Long Distance Communications F. Mileage G. Renderings H. Agency reviews 1. Geotechnical Testing during construction J. Other, approved, miscellaneous expense incurred in the interest of the project We estimate reimbursable expenses will not exceed One Thousand Dollars ($1,000.00). ADDITIONAL SERVICES Any additional services beyond the identified Design Services, which you may request, will be invoiced at the hourly rates of the personnel assigned to the task. The range of hourly rates listed below is the approximate rate at which billing will occur. The following firm position titles fall within each Technical Level: FIRM TITLES Project Role Description RANGE OF 2007 HOURLY RATES (Subject to annual adjustment) 1. 2. Principal 1 Principal 2 $205.00 $175.00 3. Associate Principal I Senior Associate $135.00 - $145.00 4. Associate Project Director Specification Writer Construction Observer $125.00 4. Senior Professional Project Director Architect / Landscape Architect / Planner / Interior Designer $115.00 5. Professional ArchitectlLandscape Architect/Planner/lnterior Designer Graphic Designer $95.00 6. Graduate Professional Graduate ArchitectlLandscape Architect/Planner/Interior Designer Technician $75.00 E:\OOOO 1-I\SAMPLE.LET "EXHIBIT If- ~fr () " '. Mr. Adam Burns, P,E, Page 4 March 26, 2007 CADD Operator/Technician 7. Intern Intern Architect/Landscape Architect/Planner/lnterior Designer Technical Intern $55.00 8. Administrative $55.00 Accounting Support Scheduling Support Clerical Assistant Word Processing Other Support Services as required PAYMENT SCHEDULE Our invoices will be sent monthly and will be in proportion to services performed. Amounts unpaid thirty_(30) days after receipt of payment will bear interest at one and one half percent (I-Y, %) per month annualized. ABANDONMENT If the project is abandoned, in part or in whole, payment on account of the services performed will be made upon presentation of a final accounting of services rendered and expenses incurred since the last paid invoice to date of such action. Adam, thank you again for the opportunity to become involved in this important project for the City ofCarme!. If you have any questions concerning this proposal, do not hesitate to contact me directly. If everything appears to be in order, please sign in the space provided, and return one copy to us for our files, We look forward to completing a successful project with you! Sincerely, ~~ John D. Jackson, ASLA Associate Principal Notice of Acceptance of this Design Services Proposal: Designated Representative of CMT Date E:\OOOOI-I\SAMPLE.LET "EXHIBIT A (D(r() " .; EXHIBIT B Invoice Date: Name of Company: Address & Zip: . Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name -.,'j> EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: $100,000 each employee $250,000 each accident $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: $500,000 $500,000 Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (anyone fire): Medical Expense Limit (anyone person): $500,000 $250,000 $250,000 $ 50,000 Comprehensive Auto Liability (owned, hired and non-owned) Bodily Single Limit: Injury and property damage: Policy Limit: $500,000 each accident $500,000 each accident $500,000 Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 $ 10,000 May 3, 2007 Mr. Dennis Neidigh CRAWFORD, MURPHY & TILLY,INe. 5652 West 73rd Street Indianapolis IN 46278 RE: Agreement for Purchase of Goods and Services City of Carmel, Engineering Department No. 05.02.07.01 Dear Mr. Neidigh: On May 3, 2007, the Board of Public Works and Safety approved the above-referenced Agreements to do business with your company. Enclosed is a fully executed copy for your records. Please review the enclosed sample invoice, Exhibit B of your contract. Although we do not require you to use this specific form, we do ask that you please submit the information requested on the sample invoice in a similar layout when submitting an invoice for services rendered. This format replaces any other form previously used by the City and is effective upon approval of your contract. If you have any questions or concerns, please do not hesitate to contact me at 3 I 7.571.2628. Thank you for your attention to the above-referenced matters. Sincerely, Sandra Johnson Deputy Clerk-Treasurer Enclosures