Loading...
DLZ Indiana/Eng/840,500/Gray Road Roundabout Design at 126th Street, Main Street at 136thStreet/Smokey Row, Multi-Use Path Gray RoadDLZ Indiana; LLC Engineering - 2016 Appropriation # 2016 COIT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 01:��� 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 DLZ Indiana, LLC (hereinafter "Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and and WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing responsibilities; . 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. Professional will not perform any of the Services detailed in Exhibit A, prior to obtaining a written Notice to Proceed from the City. Upon receiving a Notice to Proceed, the Professional shall perform only those Services specifically detailed in the Notice. If the Professional desires clarification of the scope of any Notice to Proceed, the Professional shall obtain such clarification from the City in writing, prior to performing the service set forth in the Notice to Proceed. Any services performed without the City's prior express written authorization will not be compensated. 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 [S:1ComraclsTrof.S� & Goods Svcs\Enginttring@016U'rofcssional Smi— DLZ Indiana, LLCC.d-482016 12:32 PM[ _ DLZ Indiana, LLC Engineering - 2016 Appropriation # 2016 COTT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 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. 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 2016 COIT Bond 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 estimate. 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 Eight Hundred Forty Thousand Five Hundred Dollars ($840,500.00) (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 thirty five (35) days from the date of City's receipt of same. 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. [S:\CW,ads\NKS— & Gdods Svcs\EnginccringU016XProfcmional S—i= DLZ Indian, LLC.doca:4P/2016 12:32 PMS 2 DLZ Indiana, LLC Engineering - 2016 Appropriation # 2016 COIT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 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, 2016, 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 Bindinq 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. [S:\ContractsTrof.SY & Goods Svcs\Enginccriog\2016\Professional Services DLZ Indiana, LLC.docx:4R2016 12:32 PM] DLZ Indiana, LLC Engineering - 2016 Appropriation # 2016 COLT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 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. 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. [SACOnI—iAP.f.S— & Goals S,cs\Enginctting\2016\Profcxxionnl S—i— DLZ Indian., LLC.d..:4n2016 12:32 PM] 4 DLZ Indiana, LLC Engineering - 2016 Appropriation # 2016 COIT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 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 City'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 City 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. [SAContrncts\Prof.Ss & Goods SvcstEnginrering@0161Profcmionnl Services DLZ Indium, LLC.doex:4n2016 12:32 Ph1[ DLZ Indiana, LLC Engineering - 2016 Appropriation # 2016 COIT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 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: CITY: City of Carmel Department of Engineering One Civic Square Carmel, Indiana 46032 ATTENTION: Jeremy Kashman PROFESSIONAL: DLZ Indiana, LLC 157 East Maryland Street Indianapolis, IN 46204 ATTENTION: Gary K. Fisk, P.E. Douglas C. Haney Corporation Counsel One Civic Square Carmel, Indiana 46032 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. 7.14 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. IS:1ConIrnc1s\PrOLSv s & Goods SwsTnginmring\20161Profc ionnl S­i­ DLZ huliona, LLC.d..:4n2016 12:32 PMI DLZ Indiana, LLC Engineering - 2016 Appropriation # 2016 COIT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 7.17 Non -Assignment. Professional shall not assign or pledge.this Agreement nor delegate its obligations hereunder without City's prior written consent. 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. 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. 7.23 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 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. 1SACOn1­t,\P.f.S_ & Goals Svcs\Enginccring\2016\Nofcssional Savicm DLZ Indi:ma, LLCA—AM2016 12:32 PMI DLZ Indiana, LLC Engineering - 2016 Appropriation # 2016 COIT Bond; P.O. # 33688 Contract Not To Exceed $840,500.00 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. 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. 7.25 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 City'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 City, 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 sec., as amended. (remainder of page intentionally left blank) [SAC.wn(sTd.Svcs & G -J, SvcslEnginccring\2016\Profcssionnl Scrviccs DLZ Indiana, LLCA-4n2016 12:32 PM] DLZ Indiana. LLC Engineering - 2016 Appropriation # 2016 COIT Bond; P.O. # 33688 Contract Not To Exceed $840,500:00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA DLZ Indiana, LLC by and through its Board of Public Works and Safety dames Brainard, P es' ing Offic A*C tKrized f ignature Date: '0 Printed Name: GARY K. FISK, P.E. Title: VICE PRESIDENT MaryAnn urke, Me er Date: y2n /�� FID/TIN: 31-1741713 Lori S.at , M tuber Date: ao Last Four of SSN if SoleProprietor Date: APRIL 13, 2016 IS•!Lmi1.0"Prvrs—'&S­i­ UV'.Iwhi , LLCAV.,.4A2o16123: PDq 9 EXHIBIT A SERVICES TO BE FURNISHED BY THE CONSULTANT Gray Road Roundabouts at 126th Street, Main Street and 136th Street/Smokev Row Road AND Multiuse Path design along Gray Road from 116th Street to 136th Street/Smokev Row Road DLZ Indiana, LLC (CONSULTANT) shall prepare Design Plans and Bid Documents for the following, thereby constituting the "Project": 1. Dual Lane Roundabout Design at the intersections of Gray Road at 126th Street, Main Street and 136th Street. 2. Multiuse path on the west side of Gray Road from north of 116th Street (north of the Bridge over Cool Creek) to 136th Street/Smokey Row Road. This scope of services entails detailed design of the Project. Design plans will be in accordance with INDOT Design Manuals for the reconstruction (311 Non -Freeway) of an urban arterial street in effect at time of notice to proceed of the design contract. INDOT geometric design table 55-3F will be used. The CONSULTANT will verify that dimensions, lane widths, tapers, intersection radii, and other design requirements shall meet INDOT requirements and shall also be in accordance with American Association of State Highway and Transportation Officials (AASHTO) A Policy on Geometric Design of Highways and Streets, 2011; NCHRP Report 672, Roundabouts: An informational Guide, Second Edition; Indiana Manual on Uniform Traffic Control Devices (IMUTCD) 2011; AASHTO Guide for the Development of Bicycle Facilities; and other design criteria as specified by the CITY (such as CITY's standards and specifications) in effect at time of notice to proceed of the design contract. The specifications for this project shall conform to the latest version of the INDOT Standard Specifications, Supplemental Specifications, Reoccurring Special Provisions, Standard Drawings and updates. The design will consist of asphalt pavement for Roundabouts and Trail. The project is 100% locally funded. A. PROJECT MANAGEMENT The CONSULTANT shall provide Project Management services including the following: 1. The CONSULTANT shall manage the activities described in this Scope of Work among the project team members. The CONSULTANT's project manager (PM) will be in charge of overall project management in addition to being the CITY's direct link to the design team for issues concerning administration and technical execution. The PM will be responsible for coordinating the activities of all SUBCONSULTANTS and acting as liaison between professional and any outside agencies and/or groups. The PM will also be responsible for maintaining schedule and budget. 2. The CONSULTANT shall coordinate and attend meetings with the CITY, as required, to facilitate the management of the project design elements. Meetings will be held to discuss technical issues requiring action by the CITY and other third parties. Meetings will be held with the CITY on an as - needed basis. The CONSULTANT will prepare minutes of all such meetings and distribute them to all participants. This scope of work includes a maximum of six (6) project progress meetings. ya .,A I,Of I B. ROUNDABOUT DESIGN AND PLANS The CONSULTANT will prepare a roundabout concept prior to starting the detailed design of the roundabout. The concept will be prepared utilizing the most recent traffic data collected by the CONSULTANT as a part of this scope of services. Morning (AM) and Evening (PM) peak hour intersection turning movement counts will be collected by the CONSULTANT for the subject intersection. A linear traffic growth rate of 2% per year will be utilized and traffic projections for the 20 -year design horizon (year 2037) will be made accordingly. The CONSULTANT shall utilize RODEL roundabout capacity analysis software for evaluating the design year roundabout capacity and for determining the lane requirements. CONSULTANT will present the concept with the design year lane requirements to the CITY and upon approval will proceed with the detailed design. If required and as requested by the CITY, the CONSULTANT will perform roundabout metering analyses utilizing VISSIM software. The proposed roundabouts will be designed with sidewalks and/or multi -use paths, as specified by the CITY. Crosswalks and ADA compliant ramps will be designed for each leg (at entry and exit locations). The design shall feature concrete curbs with an enclosed storm sewer network to provide drainage from the pavement areas. The CONSULTANT will analyze the existing contours and flow patterns to determine the appropriate outlets for the storm sewer system. It is assumed that the intersection will be closed during construction and the CONSULTANT shall prepare a detour route sheet for each of the three proposed roundabout intersections. Drainage: Based upon the evaluation of the existing conditions, the following drainage design is included for this project: 126th Street and Gray Road: The proposed drainage design will follow the existing drainage patterns. Existing drainage on this intersection flows towards east to a dry detention drainage basin located approximately 800' east of the intersection and on the north Side of 126th street. The proposed drainage will outfall to the existing roadside ditch located on the north side of 126th Street. This existing ditch connects to the dry basin through pipe culverts. Since the proposed project will increase the impervious drainage area, in-line detention may be required before the storm water can outlet into the existing ditch. The CONSULTANT shall evaluate in-line pipe detention requirements. Upsizing or expansion of the existing dry drainage basin is not included in scope of work for this Project. Main Street and Gray Road. The existing drainage from the Project site flows towards the two wet drainage basins located on the Northeast and Northwest of the intersection. Since the proposed project will increase the impervious drainage area, in-line pipe detention may be required before the storm water can outlet into the existing drainage basins. The CONSULTANT shall evaluate in-line pipe detention requirements. Upsizing or expansion of the drainage basins is not included in scope of work for this project. 136th Street/Smoker Row Road and Gray Road: The proposed drainage will outlet to the downstream end of the stream crossing located approximately 450' south of the intersection. Existing pipe culvert under Gray road will be replaced with a new culvert and headwall on the east side of Gray Road will be removed. EX I H In addition, the design shall utilize Best Management Practices (BMP) and include water quality units, as approved by the Hamilton County Soil and Water District. C. MULTIUSE PATH DESIGN The typical multiuse path section will consist of minimum of 8 foot or 10 foot (as Per CITY's direction) in width, with a 2 foot shoulder. The trail will replace the existing sidewalk, where present. Offset of the multiuse path from the existing roadway will depend on various factors, such as Right of Way constraints, embankment slopes, utility conflicts and presence of curb and gutter section along Gray Road. The following design options will be considered: 1. 8 foot or 10 foot multiuse path with 10 foot buffer from the existing edge of the travel lane. Since speed limit on Gray Road is less than 45 mph, a minimum of 10 feet of separation from the existing edge of the travel lane can be provided, as per the IDM Design Figure 51-7D. This option will be utilized at locations where existing right of way (r/w) limits are wide enough to accommodate minimum 10 feet of separation. 2. At locations where existing r/w is limited or existing curb and gutter exists, multiuse path with 5 foot buffer can be provided as per IDM Figure 51-7F. If needed, new curb and gutter section along the existing edge of the travel lane can be implemented. A 2 foot wide pavement patch will be placed in front of the proposed concrete curb and gutter section. It is the CITY's intent to minimize and avoid r/w impacts as much possible. 3. Maintenance of traffic during construction will be included, as needed, and as per the INDOT standard Drawings and specifications. 4. Drainage design shall perpetuate existing drainage and utilizing existing yard drains where feasible. D. DESIGN SUBMITTALS The CONSULTANT will submit the design plans to the CITY for review at the following stages: 1. Conceptual layouts for approval (Roundabouts Only). 2. Preliminary Plans Submittal (Approx. 60% plans). 3. Final Plans Plan Submittal (Approx. 95% plans). 4. Final Tracings Submittal. E. PAVEMENT DESIGN The pavement design for the Roundabouts will be performed using AASHTOWare Pavement ME software. Pavement design will need to be performed for HMA Pavement only. There will be no pavement design conducted for the Trail. The pavement section for the trail will be in accordance with INDOT's Standard Drawing E 604-NVUF-01. F. UTILITY COORDINATION The CONSULTANT shall perform the utility coordination as follows: Distribute plans, after design approval, with tentative project schedule to utility company requesting submittal of relocation plans with estimated relocation schedule. Arrange for and attend One (1) Utility coordination meeting at the CITY's office. 3�f�l 3. Coordinate with the utilities, as necessary, to obtain reimbursable utility agreements where applicable. 4. Process Work Plans and review relocation plans to verify that all conflicts are resolved. Written documentation is required for all utilities whether relocations are required or not. 5. Distribute written "notice to proceed" with approved utility relocation plans to the appropriate district office. 6. Prepare the Utility Coordination Certification. The Utility Coordination Certificate shall state the included relocation plans address the relocation of all facilities known to be in conflict with the project. G. ROUNDABOUT LIGHTING DESIGN The CONSULTANT will perform the lighting design calculations to cover the crosswalk areas. This task does not include any landscape lighting. The following constitutes the scope of lighting services: 1. Perform lighting design calculations for one type of lighting fixture. The light fixture specification, types and standard to be provided by the CITY. 2. The CONSULTANT will develop a set of lighting plans for the Roundabouts included in the Project. The lighting plans shall include lighting general notes, quantity sheets, plan sheets, details and circuit diagrams. 3. Perform lighting design and voltage drop calculations. 4. Coordinate with the electric company to determine proposed power service location(s). H. GEOTECHNICAL INVESTIGATION The purpose of our services will be to provide an evaluation of the subsurface conditions and assess the impacts of these conditions on the proposed construction. Based on our review of publicly -available geologic information and experience in the area, the subsurface conditions within the depth of interest are anticipated to consist of moderate -plasticity clay overlying glacial till (i.e., low -plasticity cohesive -type soil) with seams and layers of granular soil. For the anticipated improvements, the scope of our services will include: 1. Performing five to six exploratory test borings at each intersection to a depth of up to 15 ft each. The actual location, depth, and number of borings will be dependent on the soil conditions encountered and forthcoming plans. Standard Penetration Test (SPT) sampling will be performed in the borings at 2% -ft intervals. We anticipate that access to the boring locations can be accomplished with truck- or ATV -mounted equipment with traffic control (as needed), and the borings will be backfilled at completion of the field work with bentonite chips (per the CITY requirements) and a concrete patch at the surface, where necessary. EEI will locate the test borings using measurements from existing site features shown on plans to be provided. In addition, hand auger soundings will be performed as deemed necessary. We will also contact Indiana 811 and the CITY to arrange an underground utility line location check and obtain a permit, respectively; 2. Performing appropriate laboratory tests including visual soil classification, hand penetrometer readings, moisture content, grain size analysis, Atterberg limit determinations, and unconfined compression; and 3. Preparing a technical report which will include a summary of our findings and recommendations for geotechnical considerations regarding: 9 Y o-� EXH- g, � Yui a. Subgrade preparation and improvement, as necessary, for support of sewers, embankment fill and pavement; b. Pavement design parameters; c. Embankment fill placement; d. Placement and compaction of backfill for sewers; and e. Potential construction problems due to the subsurface conditions encountered (e.g., soft subgrade difficulties, dewatering, etc.). I. EROSION CONTROL PLAN & RULE 5 PERMIT This Project will disturb more than one (1) acre of land, therefore a Rule 5 Permit will be required. The CONSULTANT will follow the guidelines and processes of Stormwater Pollution Prevention Planning and Rule 5 (327 -IAC 15-5). The CONSULTANT is now required to analyze additional elements pertaining to storm water and impacts to Municipal Separate Storm Sewer Systems (MS4's). The CONSULTANT will analyze the pre -construction of stormwater pollution prevention for the project, and then assess both the construction component of stormwater pollution prevention and the post -construction component. In the past, erosion and sediment control was prepared at the time of final plans. Now, the National Pollutant Discharge Elimination System (NPDES) requirements have become a much more prominent part of the design and plan preparation process. The CONSULTANT will address the storm water pollution prevention process earlier in the design and incorporate Stormwater Quality Units, more commonly known as 'best management practices' (BMP's), into our design. The goal is to make water quality planning a common and integrated part of this design and construction process, and not a result of a design. Therefore, the erosion control plans are initiated earlier in the design process and review meetings are scheduled throughout the design with the reviewing agency to discuss the projects particulars. J. NATIONWIDE PERMIT (IDEM and ACOE) This Permit will be required since the stream south of Gray Road and 136th Street/Smokey Row Road will be impacted due to the Project construction. The CONSULTANT shall prepare the application and required back-up documentation for this permit and will submit to the IDEM and ACOE for approval. Any mitigation or Individual permits are excluded from this task. K. WATERS OF THE US DETERMINATION REPORT Waters of the US Determination Report services for surface waters and wetlands will be provided for the Project. Only one report will be prepared covering the entire Project. The Waters of the US Determination will be based on the CONSULTANT's best judgment and the guidelines set forth by the US Army Corps of Engineers (USACE) for determining the jurisdictional status of surface waters and wetlands. If wetlands are identified, a routine wetland delineation will be performed. The final determination of jurisdictional waters is ultimately made by the USACE. The services required for the Waters of the US Determination Report shall include: • Gather available secondary source data including, but not limited to, topographic and/or USGS quadrangle maps, National Wetland Inventory Maps, NRCS soil surveys, aerial photographs, and FEMA flood maps and various documents and maps that may be available from State, county or local public agencies. • Perform an on-site reconnaissance to collect supplemental information about the general characteristics of identified drainage features and wetlands including vegetation, soils and site hydrology. Review the collected data and determine whether the vegetation, soils and hydrology characteristics indicate the presence of jurisdictional wetland(s). • Conduct field flagging of the ordinary high water mark (OHWM) of any potentially jurisdictional the ditch/surface waters for survey pick-up during the topographical survey. • Prepare a brief report of the Waters of the US Determination findings including a location map and study boundary shown on a site drawing or aerial photograph. • Complete a Preliminary Jurisdictional Determination Form covering the project for inclusion in the report. If wetlands are identified during the preparation of the Waters of the US Determination Report, the CONSULTANT will commence with Routine Wetland Delineation, as follows: ROUTINE WETLAND DELINEATION (IF REQUIRED) If wetlands are identified during the preparation of the Waters of the US Determination Report, the CONSULTANT shall perform Routine Wetland Delineation services for the above referenced project. All routine wetland delineation services shall be performed in accordance with the Corps of Engineers 1987 Wetland Delineation Manual (Department of the Army Technical Report Y-87-1). The results of the wetland delineation will be incorporated into the Waters of the US Determination Report described above. Routine Wetland Delineation services include: • Establish observation points for each representative aquatic and upland community by either the site traverse or transect techniques and collect vegetation, hydrology and soil data from each observation point for use in determining jurisdictional wetland locations and for delineating the wetland/upland boundaries. Paired data sheets will be prepared for each wetland identified describing typical wetland and upland conditions. • Delineate wetland/upland boundaries and mark boundaries in the field by survey flagging tapes. The CONSULTANT will notify the CITY when completed and will not be responsible for maintenance of the temporary flagging. • Survey the delineated wetland/upland boundary and observation points using Differential Global Positioning System (DGPS) technology. If the tree canopy is too dense to perform DGPS then the observation points will be obtained using conventional ground-based survey as an Additional Service. • Incorporate the delineation results and findings as well as a wetland delineation drawing/map showing the surveyed boundary into the Waters of the US Determination Report. An appendix containing data sheets and photographs of the wetland areas will also be included. • Review the findings with the CITY. • Conduct on-site delineation verification meeting with the USACE if needed. SCHEDULE Wetland Determination services require making observations of vegetation and soil characteristics that cannot be performed when the ground is snow covered, frozen, or flooded. The scope of services will be completed within 60 days from Notice to Proceed, as long as conditions are appropriate for this type of work. Additionally, the USACE reserves the right to reject wetland field work conducted outside the 600 growing season. Therefore, the proposed services herein are recommended to start after April 15. If the above schedule cannot be met due to unsuitable site conditions, the outlined tasks will be completed within 60 days of the conditions being appropriate for this type of work. L. RIGHT OF WAY ENGINEERING AND SERVICES The following Right -of -Way Engineering services will be provided to secure the permanent and temporary right-of-way needed for this Project. A parcel take will be defined as any temporary or permanent right-of-way being acquired from a single existing property. This means a single existing property could have several parcel takes based on its configuration. The CONSULTANT shall: 1. Determine the owners of properties located adjacent to and in the immediate area of the project alignment, along with the record deed description of those properties (Preliminary Abstracting). Preliminary Abstracting will include a title search, including a search for all mortgages, easements, liens, contract sales, judgments, other encumbrances and the current legal owner. 2. Provide legal descriptions for all parcel takings. The descriptions will be prepared and certified by an Indiana registered land surveyor. 3. Provide a plat reflecting take(s) for each affected property, for permanent takings. Each plat will include the following: a. Total area before taking. b. Existing Right -of -Way. c. Area(s) of taking. d. Area(s) of residue. e. Existing Right -of -Way to be reacquired. f. Sketch of the parcel take(s), drawn to scale, with the above data indicted thereon. Provide a one-time field stake -out marking the new Right -of -Way line for the various takings. The stake -out will be made using wooden hubs located at appropriate property lines and at other changes in bearing. The CONSULTANT shall be available for assistance in interpretation of the Right -of -Way documents. The number of effected parcels (permanent or temporary) is unknown at this time. As the design progresses, the CONSULTANT shall identify the impacted parcels for R/W Engineering. R/W Engineering fees presented in this Agreement are an estimate only. R/W fees may be revised after the construction limits are established and the number of impacted parcels is identified. M. BIDDING PHASE SERVICES The CONSULTANT shall attend a pre-bid meeting at the CITY's office. The CONSULTANT will assemble the Bid Package including all specification, quantities and pay items for the Bid Documents. The CITY shall provide all upfront specification to be included in the Bid Document. If required, the CONSULTANT shall also prepare One (1) Addenda and distribute to the known potential bidders. N. PRE -CONSTRUCTION MEETING Following the award of the project by the CITY, the CONSULTANT shall attend a Pre -Construction Meeting, as arranged by the CITY or the Resident Project Engineer. O. CONSTRUCTION PHASE SERVICES The CONSULTANT will meet at the project site with the CITY or Resident Project Engineer, as required and as directed by the CITY, to assist in matters that may arise during the construction of the project for the duration of construction. The CONSULTANT will make his services available to the CITY during the construction of the work for the interpretation of the plans where disagreement may arise, utility coordination during construction and for consultation during construction in the event unforeseen or unusual conditions arise. Additionally, the CONSULTANT shall review or take other appropriate action upon the Contractor's submittals such as Working (shop) Drawings, Product Data and Samples, (up to 100 hours) but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The CONSULTANT's action shall be taken with such reasonable promptness as to cause no delay in the Work or in the activities of the CITY, Contractor or separate contractors, while allowing sufficient time in the CONSULTANT's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the Contractor as required by the Contract. The CONSULTANT's review shall not constitute approval of safety precautions or, of any construction means, methods, techniques, sequences or procedures. The CONSULTANT's approval of a specific item shall not indicate approval of an assembly of which the item is a component. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, the CONSULTANT shall specify appropriate performance and design criteria that such services must satisfy. Shop Drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor shall bear such professional's written approval when submitted to the CONSULTANT. The CONSULTANT shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. The construction phase services stated above shall be compensated at an hourly rate schedule in accordance with the rates presented in Attachment A. P. ADDITIONAL SERVICES OF THE CONSULTANT If authorized in writing by the CITY through an executed supplemental agreement, CONSULTANT shall furnish, or obtain from others, Additional Services of the types listed in the following paragraphs. These Additional Services will be paid for by the CITY for a mutually agreed additional fee at a later date, as requested by the CITY or as necessitated by the project. The additional services that may be performed are included, but not limited to, the following: U! i 1. Topographic Survey and Location Control Route Survey Plat 2. Landscaping and Irrigation design. 3. Drainage detention and/or expansion of existing detention basins or off-site drainage design. 4. As -built drawings. 5. Any utility relocation design (including water and sanitary) and subsurface utility engineering. 6. Attendance or preparation for any public meeting or presentations. 7. Any bridge and retaining wall design. 8. Maintenance of Traffic plan/scheme other than a detour during construction for Roundabout intersections. 9. All activities and items associated with Right -of -Way Acquisition including but not limited to, appraising, review appraising, right-of-way acquisition coordination and management services. 10. Roundabout renderings. 11. Environmental Studies. 12. Preparation for or presentation at any Public Meeting. 13. Pre -application permit scoping with the USACE 14. Stream Mitigation, Wetland permitting and Wetland mitigation design plans 15. Annual mitigation monitoring, if required as a permit condition 16. Floristic quality assessment 17. Threatened and endangered species surveys 18. Any Section 106 (Historic Property) consultation or investigations that may be requested by the Corps of Engineers during the permit process 19. Other site investigations that may be required as a permit condition 20. QHEI or HHEI stream assessments. 21. Construction Inspection and/or observation. Q. INFORMATION AND SERVICES TO BE FURNISHED BY THE CITY The CITY shall furnish the CONSULTANT with the following: 1. Topographic Survey in Civil 3D/AutoCad format, including information on structure inverts, pipe networks and existing R/W and property owner information. 2. Location Control Route Survey Plat. 3. Additional criteria for design and details for signs, roundabout, highway and structures such as grades, curves, sight distances, clearance, design loading, etc. 4. CITY specifications and standard drawings applicable to the project. S. The light fixture type and standards to be used for lighting design. 6. City's utility line depths (water and Sanitary), as requested by the CONSULTANT to aid in performing the services stated in this scope of services. 7. Guarantee access to enter upon public and private lands as required for the CONSULTANT to perform work under this scope of services. 8. Right of Way certifications, as needed. 9. CITY's upfront specifications for the contact document/bid book. R. FEE FOR SERVICES In consideration for the above, the CONSULTANT will be compensated a Not to Exceed total fee of $840,500.00, including expenses. A breakdown of fee is presented on the following page: aye SUMMARY OF DESIGN FEES Intersection Counts $1,500 $1,500 $1,500 Not Included Design $136,000 $146,000 $124,000 $65,000 Signing & Pavement Marking Design $4,500 $4,500 $4,500 Not Included Erosion Control & Rule 5 Permit $5,000 $6,500 $5,000 $9,500 Pavement Design (asphalt pavement only) $4,000 $5,000 $4,000 $0 Utility Coordination $8,500 $11,500 $8,500 $12,000 Lighting Design $7,500 $7,500 $6,500 Not Included Evaluation of the two existing Detention Basin Capacities (Study provided by the CITY) Not Included $5,000 Not Included Not Included Roundabout Metering Analysis (If Required) $8,000 $8,000 $8,000 Not Included Geotechnical Investigation $6,0001 $6,0001 $6,0001 Not Included Waters Report (1 Report covering all Projects) $0 $0 $6,500 $0 Wetlands Delineation (If Required; covering all Projects)) $0 $0 $3,500 $0 Nationwide Permit (ALOE & IDEM) Not Included Not Included $6,000 Not Included Bid Phase, including Pre -Bid Meeting and one Addenda $5,000 $5,000 Included under 126th Street $5,000 Pre -Construction Meeting $1,500 - $1,500 Included under 126th Street $1,500 CN Phase (Hourly, as needed) $10,000 $7,000 Included under 126th Street $10,000 SUBTOTAL PROPOSED FEE: $197,500 $215,0001 $184,0001 $103,000 SUBTOTAL LUMP SUM FEE $699,500 RIGHT OF WAY ENGINEERING - Assumed Fee; actual to billed in accordance with the per parcel rates, as shown below DESCRIPTION .. PROPOSED FEE T & E Reports; (Commercial - $550/parcel; Residential - $400/parcel; Temp - $125/parcel) $8,000 $8,000 $8,000 $12,000 R/W Engineering - Permanent Parcels include Plats, Description And R/W Calcs.; $1,950/parcel Temporary Parcels include Description And R/W Calcs.; $1,350/parcel $15,000 $15,000 $15,000 $35,000 R/W Staking -$500/parcel(One time Staking) $5,000 $5,000 $5,000 $10,000 SUBTOTAL $28,000 �. � .x' $28,000 ,' = _ $28,000 $57,000 TOTAL FEE $840,500.00 E"VFfln'TA 161# DLZ INDIANA, LLC - HOURLY RATES ENGINEERING/ARCHITECTURAL Crew Classification Ernployee.Clm�fflcatf h 'Hourly Rz.ate R ' e.,,, 1 Principal $220.00 49/49D Division Manager/Director $200.00 50 Department Manager $175.00 55/4 Registered Land Surveyor/Survey Coordinator $130.00 80/217 Senior Project Manager/ Project Manager 11 $180.00 21/216 Project Manager 1 $160.00 341/340/556/557 Electrical/Mechanical/Structural Engineer VI $165.00_ 555/565/214 Engineer V/Architect V/Landscape Architect V/Planner V/Scientist V/Geologist V Surveyor V $155.00 554/564 Engineer IV/Architect IV/Landscape Architect IV/Planner IV/Scientist IV/Geologist IV $150.00 53/58 Engineer III/Architect III/Landscape Architect III/Planner III/Scientist III/Geologist 111 $130.00 52/57 Engineer II/Architect II/Landscape Architect II/Planner [I/Scientist II/Geologist 11 $120.00 51/56 Engineer I/Architect I/Landscape Architect I/Planner I/Scientist I/Geologist 1 $95.00 28 Designer 1 $90.00 472 Designer 11 $110.00 473 Designer 111 $125.00 29 Technician $70.00 147 Construction Observer Manager /Administrator $120.00 152 Construction Observer $95.00 43 Clerical 6 Intern $50.00 IT L) / /6.0 Crew Classification Hourly hate: 142/99 142/99 2 - person Topographic Survey Crew (straight time) 2 — person Topographic Survey Crew (over time) $190.00 $250.00 63 1— person Field Crew $120.00 63 1— person Field Crew (over time) $160.00 GPS 1— person GPS/RTK Field Crew $160.00 SCAN HDS Laser Scanning Crew $260.00 13/94 Field Survey Technician / Survey -Mapping Assistant $75.00 IT L) / /6.0 EXHIBIT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit (any one person): $ 50,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Single Limit: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000 EXHIBIT D AFFIDAVIT GARY K. FISK, P.E. , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have -been employed by DLZ INDIANA, LLC (the "Employer") in the position of VICE PRESIDENT 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of -the Employer., 4. The Employer is enrolled and participates in the federal E -Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETII NOT. EXECUTED on the 13TH day of APRIL , 2016 . Printed: LAZY k. Flsk, /0.6, I certify under the penalties for per jury'under the laws of the United States of America and the State of Indiana that the foregoing factual statements and repro tations are true and correct. Printed: GA P-1 K. F l S K , p, b' . EmployerWizard Home Company Information ViewlEdit My Cases i- View/Edif New Case - - - - • - - - -• # -- e ; Company Name: DlZ Indi: View Cases Search Cases - My Proale - --- Company ID Number: 434957 Edit Profile _ Doing Business As (DBA) _.......... ..._ ...._,. Name: Change Password ( ] DUNS Number. Change Security Questions My Company �. Physical Location: Edd Company Profile _ di Address 1: 2211 Ea: Add New User..._of_•........M_.. .I ? Address 2: ; View E)dsttng Users " _South Be Close Company Account—, State: IN My Reports ... Zip Code: 46615 View Reports E County: ST JOSE My Resources View Essential Resources t Additional Information: ..... ........ .:.:..:., .. Take Tutorial i .. Employer Identification Number: 31174171 ,,View user Manual ..,.. ._. _:, + Total Number of Employees: 100 to 49 Contact Us _ ...... ;.._........... __....; Parent Organization: DLZ Corp I Administrator. OLZ Corp Organization Designation: Employer Category: Federal C p Federal Contractor Category: None of 0 Employees being verified: Entire woi } company) i NAICS Code: 541- PROFESSIO ' S It Total Hiring Sites: 5 p33 > i l Total Points of Contact: 2 s U.S. Depadmonl of HomNand Secunty-wmvw.dhs.gw US, CIUzenship and Page 1 of 1 welcams uew ID Lest Login Amey Hildebrand AHIL1425 11:22 AM - 01/27/2014 Log Out I t, LLC View l Edit Mailing Address: Boulevard Address 1:6121 Huntley Road Address 2: State: OH Zip Code: 43229 lctor with FAR E -Verify Clause categories apply :e (ail new hires and all existing employees throughout the entire AL, SCIENTIFIC, AND TECHNICAL SERVICES (. p ViewlEdit i- View/Edif >Vlew/ EdCf View MOU AccessbUt Dotaotoad Vkwon https://e-verify.uscis.gov/cmp/EmployerWizard.aspx j 2/10/2014 User Summary List U.S. Depanmont of Homeland Sorority • www.dhs,gov U.S. Citixonship and immigration Page 1 of 1 Home ' User Summary List My Cases Amey Ht;debrand, New Case _ w_..,.., First � Last Login Previous Next Mew Cases , Search Cases _w arc a User ID Company User Rale My Pronto AHIL1425 DLZ Program i Edit Profile i Indiana, Administrator 0924 AM LLC Change Password .._.,. ..............�.._,._.... --., Change Security Questions T... _._ ...... s ;OMCM1398 PLZ Program Indiana, Administrator MyCompdny LLC Edit Company Profile j Add New User Previous Next View Eldsting Users P Close Company Account My Reports_.__.,,.. _..... View Reports My Resources View Essential Resources Take Tutorial View User Manuel Contact Us W U.S. Depanmont of Homeland Sorority • www.dhs,gov U.S. Citixonship and immigration Page 1 of 1 y &e ''ate' ._,.�?Ypfgp••(. W.E-.. War0 Leat Login Amey Ht;debrand, AHIL1425 11;22 AM - 01212014 Log Out First � Last Login .. ,. ..._ Logged .,..� Name Date Status Locked On 3 Amey 02/102014 Current N Y 10;19 AM Dawn 02/042014 Current N Y EQelete t 0924 AM y &e A3dx'Bsn�y LIDS@ Accossib1ty Davmlaad Viswam https://e-verify.uscis.gov/emp/UserSearch.aspx 1 2/10/2014 0 INDIANA RETAIL TAX EXEMPT City®f CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 35-6000972 CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 Page 1 of 1 PURCHASE ORDER NUMBER 33686 THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 3/31/2016 y&�}"1� L 061515 Project 16 -ENG -16 D L Z VENDOR 157 EAST MARYLAND ST INDIANAPOLIS, IN 46204 - Engineering SHIP 1 Civic Square TO Carmel, IN 46032 - Kate Lustig CONFIRMATION BLANKET CONTRACT PAYMENTTERMS FREIGHT QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 COIT Bond Fund 1 Each Gray Road Roundabouts at 126th St., Main St., and 136th $840,500.00 $840,500.00 St./Smokey Row and MultiUse Path Gray Rd. Sub Total $840,500.00 Send Invoice To: Skip Tennancour 8425 Wicklow Way Brownsburg, IN 46112 b 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT 0 ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $840,500.00 SHIPPING INSTRUCTIONS ' A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A ,,:al`s 4 X AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN y&�}"1� L rrC• 4 ty 9 b 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT 0 ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $840,500.00 SHIPPING INSTRUCTIONS ' A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A 'SHIP PREPAID. 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 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL `THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY� TITLE CONTROL NO. 33688 CLERK -TREASURER CITY-, f�� EI, JAMES BRAINARD, MAYOR LETTER OF TRANSMITTAL Date: March 31, 2016 To: Doug Haney Department of Law From: Jeremy Kashman-J�AW Department of Engineering RE: DLZ Indiana, LLC Contract A Professional Services contract is needed for DLZ Indiana, LLC for the April 201h BPW meeting, please. Attached please find DLZ Indiana LLC's scope of work and purchase order. ,,. Note::Contract is subject to the availability of funds'from 4he 2016 COIT Bontl: Contract Information: Project Name Gray'Road Roundabouts at 126th Street, Main Street, 136th Street/Smokey Row Road and Multi -Use Path Design along Gray Road from 116th Street to 136th Street/Smokey Row Road Vendor: DLZ Indiana, LLC Amount: $840,500.00 Appropriation: P.O. 33688; 2016 COIT Bond Signature: Gary K. Fisk, P.E. Address: 157 East Maryland Street Indianapolis, IN 46204 Phone: 317/633-4120 Email: gfisk(ab-diz.com -DEPARTMENT of ENGINEERING ONE CIVIC SQUARE, CARMEL, IN 46032 OFFICE 317.571.2441 FAX 317.571.2439 EMAIL engineering@carmel.in.gov