Loading...
Crossroad Engineers/Engr bylifet,d0 03 63 10 03 Crossroad Engineers, P.C. 'Engineering Department 2010 S TO Appropriation 202 -401, 203 -R446 -220, 202 -401; P.O.21777, 21778 21779 FORM ay Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES "Agreement is hereby made and entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety (hereinafter "City and Crossroad Engineers, PC, (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 in 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. [Z:\E Bas\My Docmnuus\Profwslonal Stn.'s\ENGINEERING\2010 \CROSSROAD ENGINEERS Prof■sional 2/23/2010 12 :49 PM] Crossroad Engineers, P.C. Engineering Department 2010 Appropriation 202 -401, 203 -R446 -220, 202 -401; P.0.21777, 21778 21777 Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 SECTION 3. CITY'S RESPONSIBILITIES 3.1 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 202 -401 203 -R446 -220 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 4.1 Professional shall perform the Services pursuant to the terms of this Agreement and within any applicable time and cost 4.2 Professional shall coordinate with City its performance of the 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 Seventy Eight Thousand Eighty Three Dollars ($78,083.00) (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 Bass\My Docummts\Profo.slonal Scrviccs\ENGINEERING\2010 \CROSSROAD ENGINEERS Professional Savicrs.d2 2/23 /2010 12 :49 PM] Crossroad Engineers, P.C. Engineering Department 2010 Appropriation 202 -401, 203 -R446 -220, 202 -401; P.0.21777, 21778 21779 Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 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, 2010, 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 Party 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 Bass\My DncumaLLS ,onal Swicvs\ENGINEERING\20I0 \CROSSROAD ENGINEERS Prnfutisional Sa /23/2010 12 :49 PM] Crossroad Engineers, P.C. Engineering Department 2010 Appropriation 202 -401, 203 -R446 -220, 202 -401; P.O.21777, 21778 21779 Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 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 pay or 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 assignment 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 13ass\My Documcans\Prof sional Strvicns\ENGINEERMG\2010 \CROSSROAD ENGINEERS Professional Strvica,.d4:2 /23/2010 12 :49 PM] Crossroad Engineers, P.C. Engineering Department 2010 Appropriation 202 -401, 203 -R446 -220, 202 -401; P.0.21777, 21778 21777 Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 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: CTI'Y: City of Carmel Douglas C. Haney Department of Administration Carmel City Attorney One Civic Square One Civic Square Carmel, Indiana 46032 Carmel, Indiana 46032 ATTENTION: Michael McBride PROFESSIONAL: Crossroad Engineers, PC 3417 South Sherman Drive Beech Grove, Indiana 46107 ATTENTION: Chip Charles [Z:\E Bass\My Documcnls\Profession41 S, \CROSSROAD ENGINEERS Prole:.sional Si,vices.Op�:2 /23/2010 12 :49 PM] Crossroad Engineers, P.C. Engineering Department 2010 Appropriation 202 -401, 203 -R446 -220, 202 -401; P.0.21777, 21778 21779 Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 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 exercising or pursuing its rights and /or remedies hereunder or under law shall not operate to waive any such rights and /or remedies nor in any way affect the rights of such party to require such performance at any time thereafter. 7.16 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. [Z:\E Batis'My Documents\Profcssional SuvicaA ENGINEERING \2010 \CROSSROAD ENGINEERS Profssional Service;.de2 /23/2010 12 :49 PM) Crossroad Engineers, P.C. Engineering Department 2010 Appropriation 202 -401, 203 -R446 -220, 202 -401; P.0.21777, 21778 21775 Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 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 of Project Professional shall commence, carry on, 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 Bass My Doc umcals\Prole sio.al $wic .\ENGINEERING\ 2010 \CROSSROAD ENGINEERS Professional Saviut. :2/23 /2010 12:49 I'M] Crossroad Engineers, P.C. Engineering Department 2010 Appropriation 202 -401, 203 -R446 -220, 202 -401; P.O.21777, 21778 2177? Contract Not To Exceed $48,083.00, $10,000.00, and $20,000.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA CROSSROAD ENGINEERS, PC by and through its Board of Public Works and Safety BY: BY: r i J es Brainard Presiding fficer Au o zed Signature Date: j �d ,i+&1 F. C 4cc Printed Name: Mary Burke Meier Title: P r dP,fll Date: 3 -��33 I FID/TIN: l 3 Lori S. a en, em +er SSN if Sole Proprietor: Date: 3 Date: Z.Z. 3/ /0 ATTE1 dLs' i L Ai a a Cordray, IAMC, C; Treasurer it ate: (2.1E Badly DmunmtAPro(cauooal SRme�ENG1NEERING12010CROSSAOAD ENGINEERS RKewmal SavRes318 2/23f2010 12 :I9P 4 ATTACHMENT "A" February 15, 2010 l Mr. Michael McBride, P.E. City Engineer CR 0S ROAD City of Carmel tN6tVEN PC 1 Civic Square Carmel, IN 46032 Re: Hazel Dell Parkway Improvements 2010 Contract Task 1 Dear Mike: Utilizing American Recovery and Reinvestment Act funding for the Hazel Dell Improvement project is definitely beneficial for the City of Carmel. However, substantial additional efforts were required during Preliminary Engineering of the project as a result of this special Federal Funding. This of course was unanticipated when we prepared the original fee proposal in October of 2008. Therefore, we hereby request additional professional fees. Please find below descriptions of the additional work items required to complete the project. Preparation, submittal, and review of INDOT construction contract documents separate from the construction plans for locally funded project Revise both Local and ARRA construction plans to eliminate added travel lane north of Cherry Creek Boulevard Coordination with environmental scientists for required NEPA documentation Pavement Design and related INDOT coordination for approval Extra coordination with INDOT due to the special funding and schedule requirement CE document preparation and approval for north section of the project Right of Way services needed for the Cherry Creek Boulevard Roundabout We have revised the project fee summary table to include proposed supplemental fees to complete the aforementioned work items. That table is attached. We appreciate your consideration in approving the proposed fees. if you should have any questions or need any further information, please do not hesitate to call me. Sincerely, CrossRoad Engineers, PC Jay J. Vorisek, P. E. Attachment "EXHIBIT HAZEL DELL PARKWAY IMPROVEMENTS CrossRoad Engineers, PC REVISED FEE SUMMARY ACTIVITY ORIGINAL SUPPLEMENTAL FEE Survey (lump sum) 30,000 Road Design (lump sum) 146,000 Permit Applications (lump sum) 4,000 Bid Documents (lump sum) 6,000 Project Development for ARRA Funding (lump sum) 22,000 CE Document- north section of project 19,157* Right of Way Services (unit price) Plats Descriptions (2 $500) 1,000 Title Research (2 Parcels 363) 726 Appraising (1 Parcel 1,650) 1,650 Buying (1 Parcel 1,550) 1,550 Document Recordation (2 $50) 100 R/W Management (2 $650) 1,300 RIW Staking (2 $300) 600 Subtotals 186,000 48,083 PROJECT TOTAL 234,083 *The amount listed here is estimated. The actual amount invoiced will consist of the subconsultant's fees plus a 10% mark -up. "EXHIBIT February 16, 2010 =4'" Mr. Michael McBride P.E. CROSSROAD PC City Engineer City of Carmel 1 Civic Square Carmel, IN 46032 RE: Project 09 -05: Southwest Clay Annexation Area 106` Street Path Design 2010 Contract Task 2 Dear Mike: We have prepared this supplemental proposal to request funds for our efforts to provide final path design and bidding services along 106 Street from Ditch Road to Michigan Road for the City of Carmel. CrossRoad Engineers will provide these services as an extension of the City Engineer's staff on an hourly basis. In order to provide these services, we suggest issuing a Purchase Order in the amount of $10,000. These funds will allow us to complete all design and bidding services for this project. We appreciate the City's trust in our ability to provide these services and look forward to working closely with you, helping you keep the ever growing list of projects moving through your office. 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. Vice President "EXHIBIT z 11. HOURLY BILLING RATES PERSONNEL CLASSIFICATION HOURLY RATE CROSSROAD, DESIGN ENGINEERS, tE Principal $140.00 Director 125.00 Senior Project Manager 115.00 Project Manager 105.00 Project Engineer 85.00 Assistant Project Engineer 75.00 R/W Manager 85.00 CADD Manager 80.00 CADD Technician 70.00 INSPECTION Director 125.00 Resident Project Engineer 95.00 Assistant Resident Project Engineer 85.00 Project Inspector 75.00 Assistant Project Inspector 60.00 SURVEY Survey Manager 95.00 Crew Chief 80.00 Researcher 70.00 Survey Technician 70.00 Survey Crew 140.00 Field Man 60.00 Mileage $0.48 /mile Other Direct Costs at cost +15% CrossRoad Engineers PC 3417 Sherman Drive Beech Grove, Indiana 46107 Rates Effective through December, 2009 "15 IT February 19, 2010 Mr. Michael McBride, P.E. City Engineer [R055ROAD Y g ENGINfER5,, PC City of Carmel 1 Civic Square Cannel, IN 46032 RE: On -Call Consulting 2010 Contract- Task 3 Dear Mike: As we discussed, we have prepared this proposal to continue providing professional services for the City of Cannel. Crossroad Engineers, P.C. will provided these services as an extension of the City's Engineer's staff on an hourly basis. The specific services which we expect to provide include survey, design, inspection, and management services on various miscellaneous projects as your office requests. These services could include, but not limited to: preliminary work for conceptual projects, drainage issue investigations, drainage projects, minor sidewalk path connection projects, cost estimating, etc. All work tasks shall be completed at the direction of the City Engineer. Attached are our 2010 Hourly Billing Rates which we will be using for the remainder of this year for this work. Per our communication with your office, we would suggest establishing a $20,000 contract ceiling against which we would invoice. We value the City's confidence in our ability to provide engineering services and appreciate the opportunity to continue our involvement in the City's improvements. if you should have any questions or need further assistance, please do not hesitate to call me at 780 -1555 ext. 114. Sincerely, CrossRoad Engineers, PC Trent E. Newport, P. E., L. S. Vice President Mr. Michael McBride, P.E. City of Carmel February 19, 2010 Page 1 of 2 "EXHIBIT (1' �79 HOURLY BILLING RATES K PERSONNEL CLASSIFICATION HOURLY RATE CR055ROAD DESIGN ENGINEERS' PC Principal $140.00 Director 125.00 Senior Project Manager 115.00 Project Manager 105.00 Project Engineer 85.00 Assistant Project Engineer 75.00 R/W Manager 85.00 CADD Manager 80.00 CADD Technician 70.00 INSPECTION Director 125.00 Resident Project Engineer 95.00 Assistant Resident Project Engineer 85.00 Project Inspector 75.00 Assistant Project Inspector 60.00 SURVEY Survey Manager 95.00 Crew Chief 80.00 Researcher 70.00 Survey Technician 70.00 Survey Crew 140.00 Field Man 60.00 Mileage $0.48 /mile Other Direct Costs at cost +15% CrossRoad Engineers, PC 3417 Sherman Drive Beech Grove, Indiana 46107 Rates Effective through December, 2010 HII t IT A�