Loading...
CSO/CRC/22,700/Palladium Landscape ProjectCSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed S 22,700.00 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is hereby made and entered into by and between the Carmel Redevelopment Commission (hereinafter "CRC"), and CSO Architects (hereinafter "Professional"). RECITALS WHEREAS CRC owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and WHEREAS, from time to time, CRC needs professional assistance in fulfilling its foregoing responsibilities; and WHEREAS, Professional is experienced in providing and desires to provide to CRC the professional services ("Services") referenced herein; and WHEREAS, CRC 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, CRC 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 CRC 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 CRC may, from time to time, request Professional to provide additional or modified Services to CRC. When CRC desires additional Services from Professional, the CRC shall notify Professional of such additional Services desired, as well as the time frame in which same are to be provided. Only after CRC 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 CRC. A copy of the CRC's authorization documents for the purchase of additional Services shall be numbered and attached hereto in the order in which they are approved by CRC. 2.3 Time is of the essence of this Agreement. [CLI, ppDatatpcalt w,., is l::.vr. hind lilt mem Dud. 18VPMO W NC50 Aldi,w, CRC POL Co,4adJu_V21/_1 I5 3:14 3. CSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed $ 22,700.00 SECTION 3. CRC'S RESPONSIBILITIES 3.1 CRC shall provide such information as is reasonably necessary for Professional to understand the Services requested. 3.2 CRC shall provide all data required for provision of Services. Professional may assume that all data so provided is correct and complete. 3.3. CRC shall arrange for Professional to enter upon public and private property as reasonably required for Professional to perform the Services.. 3.4 CRC shall designate payment of the Services from City budget appropriation number 902-4460807 funds. 3.5 CRC shall designate the Executive Director or her duly authorized representative to act on CRC'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 estimate. 4.2 Professional shall coordinate with CRC 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 CRC hereunder shall be no more than Twenty Two Thousand Seven Hundred Dollars ($22, 700.00) (the "Estimate"). Professional shall submit an invoice to CRC no more than once every thirty (30) days for Services provided CRC 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. CRC shall pay Professional for all undisputed Services rendered and stated on such invoice within thirty five (35) days from the date of CRC receipt of same. 5.2 Professional agrees not to provide any Services to CRC that would cause the total cost of same to exceed the Estimate, without CRC's prior written consent. PCRUxvAppDAR! V0010, ran Iot,n'n }:]] \(nii LQ.013 .MOJlVl11CSO Nidal+ CRC Noic.mo ial5w ��Cno ��.,I, 5I'11211151, I.I PRI) 7 CSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed $ 22,700.00 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, 2015, 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 CRC 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 CRC, for cause, immediately upon Professional's receipt of CRC'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. CRC 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 CRC 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 CRC for and from any and all costs, fees, expenses and/or damages incurred by CRC 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. 1(1 Usti,' 4\I`PDa,a\LMal\Niarnanq\\C MI( an In\an I.wlFINTMOJW1.11C50A\d\i,ws CRC PrafsalunaIC LLr Cul tla11cJ?IYSVI53:14 PVI 3 CSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed $ 22,700.00 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 CRC 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 CRC. 7.6 Liens. Professional shall not cause or permit the filing of any lien on any of CRC'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, CRC 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 CRC 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, CRC 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 CRC 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. 7.9 Indemnification. Professional shall indemnify and hold harmless CRC 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. I4�U uein,.binnm Wm MliaomOgCl Iowa\laryxmp In una FI..d non Anlm1BP]IOIK UCSD Aiwit ac CRC Rofr, l Strvit,en„r ¢U,m /Jrzn,3lu Fn, 4 CSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed $ 22,700.00 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 E -Verify Pursuant to I.C. § 22-5-1.7 et seq., Professional shall enroll in and verify the work eligibility status of all of its newly -hired employees using the E -Verify program, if it has not already done so as of the date of this Agreement. Professional is further required to execute the attached Affidavit, herein referred to as Exhibit D, which is an Affidavit affirming that: (i) Professional is enrolled and is participating in the E -verify program, and (ii) Professional does not knowingly employ any unauthorized aliens. This Addendum incorporates by reference, and in its entirety, attached Exhibit D. In support of the Affidavit, Professional shall provide the City with documentation that it has enrolled and is participating in the E -Verify program. This Agreement shall not take effect until said Affidavit is signed by Professional and delivered to the CRC's authorized representative. Should Professional subcontract for the performance of any work under this Addendum, the Professional shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E -verify program. Professional shall maintain a copy of such certification for the duration of the term of any subcontract. Professional shall also deliver a copy of the certification to the CRC within seven (7) days of the effective date of the subcontract. If Professional, or any subcontractor of Professional, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Professional or subcontractor subsequently learns is an unauthorized alien, Professional shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ("Cure Period"). Should the Professional or any subcontractor of Professional fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E -Verify requirements of this Agreement will not apply, should the E -Verify program cease to exist. 7.12 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. ICAkmatml.AA DalLLm161iow.tl:M:.aI,: \T.mrywry Imam,l PtlolCnni,,,OuiloopBCP,IOIW LACSO ArcE:::,k CNC. flof¢riooal Svvlem CmnrkWrc5/11/1011 3:411] 5 CSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed $ 22.700.00 7.13 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: CRC: Carmel Redevelopment Commission 30 W. Main Street, Suite 220 Carmel, Indiana 46032 ATTENTION: Corrie Meyer PROFESSIONAL: CSO Architects 8831 Keystone Crossing Indianapolis, Indiana 46240 ATTENTION: Brandon Bogan, AIA, LEED A.P. Douglas C. Haney Carmel City Attorney One Civic Square Carmel, Indiana 46032 Notwithstanding the above, CRC 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. 7.14 Effective Date. The effective date ("Effective Date") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.15 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. 7.16 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. 7.17 Non -Assignment. Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without CRC's prior written consent. IC111.u.nl.t{AlrylOa,aW,:nit\tosoll\N'idnni\t oupora,-lultniu filo\ Conilori.OulloolAB\'P\IOIN' ICSO Aran., CRC P,, 6 I/2III 2.IJ 11.11 CSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed $ 22,700.00 7.18 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. 7.19 Representation and Warranties. Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or the party which they represent, as the case may be. 7.20 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. 7.21 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. 7.22 Copyright. CRC 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. CRC agrees that all ownership rights and copyrights thereto lie with Professional, and CRC will use them solely for and on behalf of its own operations. CRC 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. 7.23 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 CRC. 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. 7.24 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. CRC 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. [UAUnM1.vAPRDaAL/IVitnn:ROCnlnpToryvan'Rhine Pl3moil.Oml,nkIBVPMIOIWIJICSOA.4Jm, CRC Prolt,ionalS ,. ( inaraci doc.SRE1211, 14 PMI 7 CSO Architects CRC - 2015 Appropriation # 4460807; P.O. # 32951 Contract Not To Exceed S 22.700.00 7.25 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 CRC's organization. 7.26 IRAN CERTIFICATION. Pursuant to I.C. § 5-22-16.5, the Professional shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran, 7.27 ACCESS TO PUBLIC RECORDS ACT Professional understands and agrees that any "public record", as that term is defined in Indiana Code 5-14-3- 2(m), as amended, that is related to the subject matter of this Agreement, whether the same is in the possession or control of the Professional or the CRC, shall be subject to release under and pursuant to the provisions of Indiana's Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et seq., as amended. IC:U:a:au k0,AprDa IF IN14mw,fincli Imam (remainder of page intentionally left blank) Flu'Cnmo:I DLit P1,MO1W1.1( AmM1hap CRC {telt ul5avlcaG 8 1201£5:14 PAID CSO Architects CRC - 2015 Appropriation tt 4460807; P.O. ti 32951 Contract Not To Exceed S 22,700.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: Carmel Redevelopment Commission CSO Architects BY: BY: / Come Mr, Execptiv ctor Auth ed Signature Date: 29 !/ aZ Printed Name: ✓ri*'1¢S a. SGF}e. ,u4eIC.. Title: 14) 04194.. / Geo Williama mer,'' sident Date: _5`-�`--��~ FID/TIN: Last Four of SSN 1 So Proprietor. Date: r l ai IS tC.•y,erawuw taeciatlowl,wmlw,ITepe.s San ElloCaltaillalatMEIVFMCIPANCE0 ANIeu cu to io,,il ssviv conracutarsmots 2:N nq 9 CSO Architects March 18, 2015 Mrs. Corrie Meyer Executive Directors Carmel Redevelopment Commission 30 West Main Street, Suite 220 Carmel, Indiana 46032 RE: Palladium Landscaping Dear Mrs. Meyer, CSO Architects is very pleased to have been given the opportunity to provide this proposal to assist you with services relating to the completion of the landscaping at the Palladium. We truly enjoyed the experience of partnering together on the Palladium with the Carmel Redevelopment Commission and look forward to the opportunity of completing the final piece of this work. The following is an outline of our understanding of the current scope and our proposed services for the project. 1. PROJECT SCOPE: 1.1 The project will entail the completion of the landscaping, hardscaping and associated lighting around the existing Palladium at the Center for the Performing Arts as initially envisioned by David M. Schwarz Architects and Kiku Obata Associates. 1.2 Portions of the project were previously bid as Bid Packages 13, 14, and 15 (re -bid as package 16 and No. 17) by Redevelopment Commission; however the only package actually awarded/completed was Bid Package 13 which included the fabrication of the limestone utilized for the stone planters within the landscape. The scope of this project will include the review and re -compilation of all the documentation into one cohesive set which can be bid to complete the following scopes of work: 1.2.1 Installation of limestone (previously purchased as part of Bid Package No. 13) for planter walls and piers 1.2.2 Landscaping around the Palladium 1.2.3 Low voltage lighting and electrical infrastructure throughout the landscaping 1.2.4 Irrigation throughout landscaping 1.3 The landscape plant materials as previously developed will need to be re-evaluated with the City of Carmel and Carmel Redevelopment Commission staff to ensure selections align with appropriate design vision and maintenance standards. 1.4 The proposed electrical infrastructure will need to be re evaluated with the existing conditions to ensure proper lighting levels are being achieved and fixtures as selected are still available. 1.5 The limestone materials as procured as part of Bid Package no. 13 have been in storage for the last few years. With this, they will need to be unbundled and assessed for conditions. It is anticipated that damaged pieces will need to be assessed on an individual piece by piece basis to determine if they can be used in less visible areas. 1.6 It is anticipated that Shiel Sexton Company will be serving as the Construction Manager coordinating the bid efforts for the project. ARCHITECTURE • INTERIOR DESIGN 8831 Keystone Crossing Indianapolis, IN 46240 • Main 317.848.7800 Fax 317.574.0957 • csoinc.nct (9) CSO Architects 2 PROFESSIONAL SERVICES: 2.1 Based on the scope of work in article 1, we have organized our design services to accomplish the design of the project in the following phases: 2.1.1 Construction Documents 2.1.2 Bidding 2.1.3 Construction Administration 2.2 It is anticipated that an AIA contract between the Carmel Redevelopment Commission and Architect will be executed for the work. CSO Architects will serve as the Architect of Record and perform the work as noted in articles 3 through 5. 3 CONSTRUCTION DOCUMENTS 3.1 CSO Architects will hold team meetings with the project team. CSO will prepare agendas and distribute meeting minutes. 3.2 CSO Architects will meet with appropriate City of Carmel and Carmel Redevelopment Commission staff members as required to review the design and selected plant materials to verify the intent. Any recommended modifications to the existing plants lists and design will be incorporated into the documents. 3.3 CSO Architects will complete a thorough field investigation to document all existing conditions and understand any potential impacts of the existing infrastructure on the proposed work. 3.4 CSO Architects will prepare one cohesive set of construction documents and detailed specifications for the project, including the following disciplines: 3.4.1 Landscape 3.4.2 Hardscape 3.4.3 Irrigation 3.4.4 Electrical Engineering 3.5 CSO Architects will coordinate with the Construction Manager to develop the front end documentation to be included as part of the bid of package for the work. 3.6 CSO Architects will assist the Construction Manager as necessary to prepare a project cost estimate detailing the anticipated cost for the project. 3.7 CSO Architects will submit the project to the Indiana Department of Homeland Security for Plan Review, and other required regulatory agencies. Upon approval of the design and budget by the owner, the project will move into the Bidding phase with the incorporation of any authorized changes. CSO Architects 4 BIDDING 4.1 CSO Architects will assist the Construction Manager with the coordination of the bidding process. This will include electronic distribution through a local print shop of the Construction Manager and owner's choice. 4.2 CSO Architects will receive and respond to all bidder inquiries via issuance of addenda and other clarifications. 4.3 CSO Architects will assist the Construction Manager and owner with the review of all bids and selection of contractors for the project. 5 CONSTRUCTION ADMINISTRATION 5.1 CSO Architects will provide the architecture, landscape and engineering services necessary to complete the construction administration phase of the project. Specifically, the CSO Team will perform the following duties during the construction administration phase: 5.1.1 CSO will assist the Construction Manager in securing the necessary permits and releases to begin construction. 5.1.2 CSO will participate in a pre -construction conference between the owner and the selected contractors. 5.1.3 CSO will prepare written documentation regarding clarifications, supplemental instructions and modifications of work as construction progresses. 5.1.4 CSO will review shop drawings and other submittals for general conformance with the information contained in the contract documents. 5.1.5 CSO will attend bi-weekly Owner/Architect/Contractor construction progress meetings. 5.1.6 CSO will make site visits at approximately bi-weekly intervals, but at appropriate times to verify that, in general, the work is in conformance with the contract documents. These site visits will be set up to coincide with the construction progress meetings. 5.1.7 CSO will make one site visit to determine that the work is "Substantially Complete". 5.1.8 CSO will make one site visit to determine if the work is "Complete". 6 CONSULTANT SERVICES 6.1 The following consultants will be placed under the master AIA contract with CSO. It is anticipated that each consultant will enter into a Standard AIA agreement between Architect and Consultant. 6.1.1 Landscape Design Context 6.1.2 Irrigation Design To Be Determined 6.1.3 Electrical and Plumbing Engineering Ross & Baruzzini* *Note, Ross & Baruzzini has been selected for the project based upon the fact that several members of the Ross & Baruzzini team worked on the previous iterations of the design with former employers. CSO Architects 7 SCHEDULE 7.1 It is understood that the schedule is not locked in; however it will be important to have the entire project complete prior to December 1, 2015. Based upon this it is believed that the project will move rapidly through the design phases to allow for a bidding of the project by late -summer. 8 COMPENSATION: 8.1 CSO Architects proposes to provide the services listed in articles 2 through 5 for a lump sum fee of twenty three thousand seven hundred dollars plus reimbursable expenses as listed below: Breakdown by phase (Architectural, Landscape, Irrigation, and Engineering) Construction Documents $ 12,760.00 55% Bidding Services $ 2,320.00 10% Construction Administration Services $ 8,120.00 35% $ 22,700.00 100% 8.2 Reimbursable expenses that would be chargeable would include but are not limited to: printing, travel, code variances and agency filing fees. These expenses will be billed per the attached rate chart (Exhibit A) with a not to exceed amount of $1,000.00. 9 ADDITIONAL SERVICES: 9.1 The following items are considered additional services over and above the basic services presented in Articles 1 through 8. 9.1.1 Filing for and fees related to governmental approvals unless noted above. 9.1.2 Computer generated modeling of the building or individual portions thereof by outside consultants 9.1.3 Boundary or Topographic Survey Services 9.2 Additional services will be required if there is a major change in the scope of the project subsequent to the approval of this proposal and the execution of the project contract. CSO would propose to negotiate an additional lump sum fixed fee or could provide these services on an hourly rate basis. If additional services are required as a result of a change in the scope of the project, CSO will seek the Owner's approval prior to proceeding with same. If any portion of this proposal is inconsistent with your intent, please contact me at your earliest convenience so that I can address your concerns and amend this proposal accordingly. On behalf of CSO Architects, I would like to express our gratitude for the opportunity to provide this proposal to Carmel Redevelopment Commission with the hopes of continuing our successful relationship. Sinc- ely Brandon Boga Principal ED A.P. Encl: Exhibit A — Hourly Rates and Reimbursable Chart cc: Jim Schellinger, Patty Adams, Laura Schellinger and file EXHIBIT A CSO Architects Hourly Rates Per Hour Principal Senior Professional I Senior Professional II Senior Professional III Professional I Professional II Professional III Technician I Technician II Administrative Coordinator Reimbursables Each Unit Black & White Copies or Scans $ 195.00 $ 165.00 $ 135.00 $ 125.00 $ 115.00 $ 105.00 $ 95.00 $ 85.00 $ 75.00 $ 70.00 11x17 Color Copies or Scans 8.5x11 11x17 Large Format Black & White Prints or Scans ($.14/sf) 18x24 24x36 30x42 Large Format Color Prints or Scans ($3.25/sf) 18x24 24x36 30x42 Presentation Boards 24x36 30x42 Consultant Fees, Travel Expenses, Parking Fees, Long Distance Telephone Charges, Miscellaneous Print Items, Shipping and Courier Service $9.75 $19.50 $28.44 Ci of Carmel ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35-60000972 PAGE PURCHASE ORDER NUMBER 32.151 THIS NUMBER MUST APPEAR ON INVOICES, NP VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE. PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION VENDOR (So Architect' 8851 Keystone Cro55i19 SHIP L (1( To 30 w' /1& ff, SUl fe 2Z0 1 ndldnd-1°176, 1/V It VD1U 1-41 rncl,l/r -rout CONFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT OUANTITY 1 UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION I Send Invoice To CR( 30 4J Nr\ 5+., 5N.1}e 22o (trFM\,I/r 144032 (on$frudion ddlhi4i5{'rt1ion &nd Confuafiby serv- ces -for PPileditlm 1WS( spiny PLEASE INVOICE IN DUPLICATE 22,700.o0 DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT 902 'i'-kb0td7 SHIPPING INSTRUCTIONS • SHIP REPAID. • C.O.D. SHIPMENTS CANNOT BE ACCEPTED. • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. • THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. DOCUMENT CONTROL NO. 3 29 51 ORDERED BY TITLE CLERK -TREASURER VENDOR COPY PAYMENT • MP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. czecksiyudo-ozgAa