Loading...
Sudio M. Architecture & Planning/Admin/19,000/Budget, Programming and Conceptual Design Services for Various ProjectsStudio M Architecture & Planning Administration Department - 2016 Appropriation #43509; P.O. #33151 Contract Not To Exceed $19,000.00 e AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Studio M Architecture & Planning an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 4350900 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. Vendor 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 Vender shall perform only those Services specifically detailed in the Notice. If the Vender desires clarification of the scope of any Notice to Proceed, the Vendor 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. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Nineteen Thousand Dollars ($19,000.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and`Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that.contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. [X:\ContmctsTrof.Sscs & Goods SvcslMayoes Ofrce12016\Studio M Arohitectoro & Planning Goods & Services FORM - WfrH E -Verify Language.doc:4/272016 12:00 PMj Studio M Architecture & Planning Administration Department - 2016 Appropriation #43509; P.O. 933151 Contract Not To Exceed $19,000.00 5. TIME AND PERFORMANCE: This Agreement shall become effective .as of the last date on which a party hereto executes same ("Effective Date"); and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision.of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into 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 (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for 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 in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. . Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. JxAconttnctsTroUva & Goods StrsVNayoes OQce12016\Studio M Architecture & Phming Goods & Smices FORM - WrrH E -Verify language.doc:4/27/2016 12:00 PM] 2 Studio M Architecture & Planning Administration Department - 2016 Appropriation #43509; P.O. #33151 Contract Not To Exceed $19,000.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E -VERIFY Pursuant to I.C. § 22-5-1.7 et seq., .as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E -Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City.with documentation indicating that it has enrolled and is participating in the E -Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E - Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver .of any succeeding breach of the same or any other provision hereof. 14. NON -ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without' City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement [X:1ConuactsTro[Svcs & Goods Si aWayoes ORw12016&udio M Am1dtect= & Rming Goods & Senices FORM - WrfH ENcrify Languagc.doc:4/272016 12:00 PM[ Studio M Architecture & Planning Administration Department - 2016 Appropriation #43509; P.O. #33151 Contract Not To Exceed $19,000.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any 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. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, One Civic Square Corporation Counsel Carmel, Indiana 46032 Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Studio M Architecture & Planning 2 West Main Street Carmel, Indiana 46032 ATTENTION: Dan Moriarity Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 . City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. JXAConUacls\ProESvcs @. Goods Svcs\Mayoes Ot1ice120161Studio M AmWtect= & Nanning Goods & Senims FORM - WITH E.Vcdfy IzngwSc.doc:4/272016 12:00 PM] 4 Studio M Architecture & Planning Administration Department - 2016 Appropriation #43509; P.O. #33151 Contract Not To Exceed $19,000.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22, TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, 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. 23. HEADINGS All heading 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. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or_ in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. [X:1ContmctslProESvcs & Goods Sves\Mayor's 011ice120161Studio M Arcidim me & Planning Goods & Senices FORM - WITH E -Verify Language.doc:4/27!2016 12:00 PM[ Studio M Architecture & Planning Administration Department - 2016 Appropriation. tT55()1; P.O. #33151 Contract Not To Exceed $19,000.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By. / James Brainard, Presiding Date: F' / 4 e Mary ArA Burke, Member / ( Date: � — 7 Lori S. Watso , tuber Date: S ATTE Christine S. Pau Date: / reasurer Studio M Architecture & Planning Authorized Signature. bA Q Printed Name f'10,1#61 PA.(� Title FID/TIN: ko - to 0 9 Last Four of SSN if Sole Proprietor: Date: L �!. tar t 2IV 11p [SACon1rn 1AProCSv s & Goals Svcs\M.,yoes Of1im12016\Studio M Architmturc & Pl: ing Goods & Scrvims FORM - W1TH ENcrlfy 4 nguag-1-4252016 2:32 PMI Fl STUD1® Iii ARCHITECTURE & PLANNING April 23, 2016 Mr. Steve Engelking Director of Administration City Hall One Civic Square Third Floor Carmel, IN 46032 Re: Budget, Programming and Conceptual Design for Brookshire Clubhouse, Fire Storage Building, Police Window Replacement and Energy Center Capacity Coordination Dear Mr. Engelking: Studio M is pleased to present this proposal to provide budget, programming and conceptual design services for a series of projects that may be included in a planned bond issue for review by the Mayor and City Council. Based on our meeting Friday, my understanding of the scope of work is as follows: The primary deliverable is a Total Project Budget for each potential improvement that includes the following: • Construction Cost with Contingency • Any offsite parking, utility or associated requirements • Furniture, Fixtures and Equipment needed for operation • Architectural and Engineering Fees • Audio Visual Equipment allowances • Owner testing costs • Owner contingency It is understood that these numbers, after review by the Mayor and City Council, may be used to assemble a bond issue for City financing purposes so a high degree of accuracy should be targeted. In order to prepare a budget of reasonable accuracy we will complete a basic program of needed spaces, as well as a conceptual design that tests the program for functionality. Renderings of the Clubhouse and Storage Facility will be produced for review by the Mayor and presentation to the City Council to support the bond issue proceedings. The potential projects include the following. A new clubhouse and cart storage facility for Brookshire Golf Course —: o We will interview Bob Higgins to determine the required list of spaces with sizes and adjacencies. o The Mayor has tentatively identified 10,000 SF as a target, but this number will be validated through discussions with Bob. o The pool is currently operated by the adjacent neighborhood association. Future disposition of the pool will need to be determined. o Dining and banquet facility scale and operational targets will be discussed. o Cart storage will be located below the clubhouse. o Staging and continuance of operation during construction will need to be determined. A new storage facility adjacent to the fire station headquarters o We will speak with Fire Chief Dave Haboush and Dave Huffman to determine required space and adjacencies. o The facility will incorporate the functions in the existing adjacent Street Department garage. EXHIBIT 2 West Main Street, Carmel, IN 46032 317.810.1502 www.studiomarchitecture.net /0- f �ru i ARCHITECTURE & PLANNING o The building facade should be of an appropriate Georgian character to fit within the Government Center. Replacement windows for the existing police station o We will meet with Chief Tim Green to advise him of the intended scope and plan for budgeting. o The existing windows are of a residential quality and will be updated to be of a commensurate quality to the new police addition. Energy Center Capacity o We will meet with John Duffy to understand his upgrade plans currently in discussion with Leach and Russell. o Based on John's plan, we will determine if the planned police and courts addition can be served by the Energy Center. o If it cannot, we will create a budget for proposed upgrades to increase capacity. The fee for the scope of work described above can be fixed at $19,000. Included within each project budget will be full engineering and architectural fees for the anticipated program. If and when the City chooses to proceed with any or all of the projects, our contract can be updated to include the approved scope and full service fees if our performance is satisfactory. The work produced from our study will be the property of the City, so if you choose to hire other professional firms to complete the work, you may do so with no entanglements. If this proposal is acceptable, we can sign the professional services contract used by the City that lays out responsibilities of the City and Architect more clearly. As noted previously, it is an honor to be part of this wonderful project! I hope this adequately summarizes our next steps and we look forward to our next visit! Regards, Dan Moriarity, Principal Accepted By: EXHIBIT -A 2 West Main Street, Carmel, IN 46032 317.810.1502 www.studiomarchitecture.net 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 Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each. employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by. Accident/Disease: $500,000 policy limit Property damage, contractual liability, products -completed operations: General Aggregatelimit (other than Products/Completed Operations): $500,000 Products/Completed Operations:. $500,000 Personal & Advertising Injury 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 VAV '�' 1 T , 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: 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 cy rw 0 to M & FC44 t T8C W 12 E 4 (the "Employer") in the position of FK NCI PA . ra. 1 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. Documentation of this enrollment and participation is attached and incorporated herein. 5. The Employer does not knowingly employ any unauthorized aliens. 6. To the best of my information and belief, the.Employer does not currently employ any unauthorized aliens. 7. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 'Z& tkday of Ar F61 L , 201 L! Printed: DA zJ 12.1 I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. I _. -� Pubiia Printed: 1�1► I�i M11 SEAL State of Indiana E ssion Expitos JIM" 6;';022 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35-60000972 ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PAGE ) �� 1 PURCHASE ORDER NUMBER 33 )S,1 THIS NUMBER MUST APPEAR ON INVOICES, A/F VOUCHER, DELIVERY MEMO, PACKING SLIPS SHIPPING LABELS AND ANY CORRESPONDENCE URCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION Zs % VENDOR , Cgtn� SHIP To v C_ s2,- Co, 1' 1) -::rTl CONFIRMATION I BLANKET CONTRACT PAYMENTTERMS I FREIGHT QUANTITY UNIT OF MEASURE DESCRIPTION I UNIT PRICE I EXTENSION R, )OA- wl I 03 Send Invoice To:1(t } 1� PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT I PROJECTACCOUNT AMOUNT ) 2-5 '�3 Sail O<D PAYMENT 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 -33151 ORDERED BY TITLE CLERK -TREASURER VENDOR COPY • A/P 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 qfRTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APP 1,ADOM SUFFICIENT TO FOR THE ABOVE ORDER. STUDIO ARCHITECTURE & PLANNING o The building fagade should be of an appropriate Georgian character to fit within the Government Center. Replacement windows for the existing police station o We will meet with Chief Tim Green to advise him of the intended scope and plan for budgeting. o The existing windows are of a residential quality and will be updated to be of a commensurate quality to the new police addition. Energy Center Capacity o We will meet with John Duffy to understand his upgrade plans currently in discussion with Leach and Russell. o Based on John's plan, we will determine if the planned police and courts addition can be served by the Energy Center. o If it cannot, we will create a budget for proposed upgrades to increase capacity. The fee for the scope of work described above can be fixed at $19,000. Included within each project budget will be full engineering and architectural fees for the anticipated program. If and when the City chooses to proceed with any or all of the projects, our contract can be updated to include the approved scope and full service fees if our performance is satisfactory. The work produced from our study will be the property of the City, so if you choose to hire other professional firms to complete the work, you may do so with no entanglements. If this proposal is acceptable, we can sign the professional services contract used by the City that lays out responsibilities of the City and Architect more clearly. As noted previously, it is an honor to be part of this wonderful project! I hope this adequately summarizes our next steps and we look forward to our next visit! Regards, Dan Moriarity, Principal Accepted By: 2 West Main Street, Carmel, IN 46032 317.810.1502 www.studiomarchitecture.net -�P-r / STUDIO M ARCHITECTURE & PLANNING April 23, 2016 Mr. Steve Engelking Director of Administration City Hall One Civic Square Third Floor Carmel, IN 46032 Re: Budget, Programming and Conceptual Design for Brookshire Clubhouse, Fire Storage Building, Police Window Replacement and Energy Center Capacity Coordination Dear Mr. Engelking: Studio M is pleased to present this proposal to provide budget, programming and conceptual design services for a series of projects that may be included ina planned bond issue for review by the Mayor and City Council. Based on our meeting Friday, my understanding of the scope of work is as follows: The primary deliverable is a Total Project Budget for each potential improvement that includes the following: • Construction Cost with Contingency • Any offsite parking, utility or associated requirements • Furniture, Fixtures and Equipment needed for operation • Architectural and Engineering Fees • Audio Visual Equipment allowances • Owner testing costs • Owner contingency It is understood that these numbers, after review by the Mayor and City Council, may be used to assemble a bond issue for City financing purposes so a high degree of accuracy should be targeted. In order to prepare a budget of reasonable accuracy we will complete a basic program of needed spaces, as well as a conceptual design that tests the program for functionality. Renderings of the Clubhouse and Storage Facility will be produced for review by the Mayor and presentation to the City Council to support the bond issue proceedings. The potential projects include the following. A new clubhouse and cart storage facility for Brookshire Golf Course — o We will interview Bob Higgins to determine the required list of spaces with sizes and adjacencies. o The Mayor has tentatively identified 10,000 SF as a target, but this number will be validated through discussions with Bob. o The pool is currently operated by the adjacent neighborhood association. Future disposition of the pool will need to be determined. o Dining and banquet facility scale and operational targets will be discussed. o Cart storage will be located below the clubhouse. o Staging and continuance of operation during construction will need to be determined. A new storage facility adjacent to the fire station headquarters o We will speak with Fire Chief Dave Haboush and Dave Huffman to determine required space and adjacencies. o The facility will incorporate the functions in the existing adjacent Street Department garage. 2 West Main Street, Carmel, IN 46032 317.810.1502 www.studiomarchitecture.net Company ID Number: 596159 Client Company ID Number: 966490 Information Required for the E -Verify Program Information relating to your Company: Company Name Studio M Architecture & Planning LLC Company Facility Address 2 West Main Carmel, IN 46032 Company Alternate Address County or Parish HAMILTON Employer Identification Number 463813609 North American Industry Classification Systems Code 541 Parent Company Number of Employees 10 to 19 Number of Sites Verified for 1 Page 16 of 19 E -Verify MOU for Employers Using an E -Verify Employer Agent I Revision Date 06/01/13 k., tm-Ver'r , ,r Company ID Number: 596159 Client Company ID Number: 966490 If you have any questions, contact E -Verify at 1-888-464-4218. Approved by: Employer Studio M Architecture & Planning LLC Name (Please Type or Print) Title � �'tJ tuts l� l � � 1 '�' p (� ► � C � � �. L, Signature Date Lto E -Verify Employer Agent Axiom Human Resource Solutions Name (Please Type or Print) Title Brooke Benesh Signature Date Electronically Signed 04/26/2016 Department of Homeland Security — Verification Division Name (Please Type or Print) Title Signature Date Page 15 of 19 E -Verify MOU for Employers Using an E -Verify Employer Agent I Revision Date 06/01/13 -ve i r .... IV YR . Company ID Number: 596159 Client Company ID Number: 966490 Page intentionally left blank Page 19 of 19 E -Verify MOU for Employers Using an E -Verify Employer Agent I Revision Date 06/01/13 vernmy- «., ,.a..°�... Company ID Number: 596159 Client Company ID Number: 966490 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Daniel Moriarity Phone Number (317) 496 - 0486 Fax Number Email Address dtm@edmondsinternationalusa.com Page 18 of 19 E -Verify MOU for Employers Using an E -Verify Employer Agent I Revision Date 06/01/13 i;llM1 rV Company ID Number: 596159 Client Company ID Number: 966490 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: INDIANA 1 site(s) Page 17 of 19 E -Verify MOU for Employers Using an E -Verify Employer Agent I Revision Date 06/01/13