Loading...
Butler, Fairman and Seufert/Eng/516,965/96th Street Trail – Spring Mill Road to Shelborne Road - Design Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract Not To Exceed$516,965.00Q �� a'1 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 Butler, Fairman, & Seufert, Inc. (hereinafter"Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing responsibilities; and WHEREAS, Professional is experienced in providing and desires to provide to City the professional services ("Services") referenced herein; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City the Services referenced herein; NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions set forth herein, City and Professional mutually agree as follows: SECTION 1. INCORPORATION OF RECITALS The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2. SCOPE OF SERVICES 2.1 City desires to engage Professional as an independent contractor for the Services set forth in attached Exhibit A, incorporated herein by this reference. 2.2 Professional understands and agrees that City may, from time to time, request Professional to provide additional or modified Services to City. When City desires additional Services from Professional, the City shall notify Professional of such additional Services desired, as well as the time frame in which same are to be provided. Only after City has approved Professional's time and cost estimate for the provision of such additional Services, has encumbered sufficient monies to pay for same, and has authorized Professional, in writing, to provide such additional Services, shall such Services be provided by Professional to City. A copy of the City's authorization documents for the purchase of additional Services shall be numbered and attached hereto in the order in which they are approved by City. 2.3 Time is of the essence of this Agreement. ]X:\Contracts\Prof.Sscs&Goods StcslEnginccring120161Butcr Farman&Scufcrt,Inc.Professional Senices FORM Revjune 2012.doc:5242016 10:14 AM] 1 • Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract Not To Exceed$516,965.00 SECTION 3. CITY'S RESPONSIBILITIES 3.1 City shall provide such information as is reasonably necessary for Professional to understand the Services requested. 3.2 City shall provide all data required for provision of Services. Professional may assume that all data so provided is correct and complete. 3.3. City shall arrange for Professional to enter upon public and private property as reasonably required for Professional to perform the Services. 3.4 City shall designate payment of the Services from City budget appropriation number 94-650.04 COIT Bond Fund 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 Five Hundred Sixteen Thousand Nine Hundred Sixty-Five Dollars ($516,965.00) (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. [X\Conn-acts\Prof.Svcs&Goods Svcs\Enginecring120161Buter Fairman&Seuferl,Inc.Professional Ser ices FORM Rev june 2012.doc:5/2d2016 10:08 AM] 2 Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract Not To Exceed$516,965.00 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 Binding.Effect. City and Professional, and their respective officers, officials, agents, partners and successors in interest are bound to the other as to all Agreement terms, conditions and obligations. 7.3 No Third Party Beneficiaries. Nothing contained herein shall be construed to give rights or benefits to anyone other than the parties hereto. 7.4 Relationship. The relationship of the parties hereto shall be as provided for in this Agreement, and neither Professional nor any of its agents, employees or contractors are City employees.. Professional shall have the sole responsibility to pay to or for its agents, employees and contractors all statutory, contractual and other benefits and/or obligations as they become due. Professional hereby warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a result of any claim for wages, benefits or otherwise by any agent, employee or contractor of Professional regarding or related to the subject matter of this Agreement. This indemnification obligation shall survive the termination of this Agreement. (X:1Contracts\ProfStcs&Goods Svcs\Enginccring120161Buter Fairoun&Scufcrt,Inc.Professional Scnices FORM Revjunc 2012.doc:5/24/2016 10:08 AM] 3 Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract Not To Exceed$516,965.00 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. The Professional shall not be responsible for errors, omissions or deficiencies in the designs, specifications, reports or other services of the City or other consultants, including, without limitation, surveyors and [X:1Contracts\ProfSvcs&Goods Svcs\Enginccring12016\Butcr Foimwn&Scufert,Inc.Professional Scrams FORM Rev Jane 2012.doc:512412016 10:08 AM[ 4 Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract Not To Exceed$516,965.00 geotechnical engineers, who have been retained by City. The Professional shall have no liability for errors or deficiencies in its designs, drawings, specifications and other services that were caused, or contributed to, by errors or deficiencies (unless such errors, omissions or deficiencies were known or should have been known by the Professional) in the designs, drawings, specifications and other services furnished by the City, or other consultants retained by the City. This indemnification obligation shall survive the termination of this Agreement. 7.10 Discrimination Prohibition. Professional represents and warrants that it and each of its employees, agents and contractors shall comply with all existing and future laws prohibiting discrimination against any employee, applicant for employment and/or other person in the subcontracting of work and/or in the performance of any Services contemplated by this Agreement with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, subcontracting or work performance hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. This indemnification obligation shall survive the termination of this Agreement. 7.11 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. [X:1Conitac,s1Prof.Svcs&Goods Svcs\EnginecringG20161Buser Fainnan&Scufcn,Inc Professional Scrsiccs FORM Rev junc 2012.doc:5/2112016 10:08 AM] 5 Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 • Contract Not To Exceed$516,965.00 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 Douglas C. Haney Department of Engineering Corporation Counsel • One Civic Square One Civic Square • Carmel, Indiana 46032 Carmel, Indiana 46032 ATTENTION: Jeremy Kashman PROFESSIONAL: Butler Fairman &Seufert, Inc. 8450 Westfield Boulevard, Suite 300 Indianapolis, Indiana 46240-8302 ATTENTION: John Brand, P.E. 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. 7.17 Non-Assignment. Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City's prior written consent. IX:\Contracts\ProfSsts&Goods Svcs\Enginccring\20161Buter Fairman&Scufett.Inc.Professional Seniccs FORM Revjunc 2012.doa:5/2J2016 10:08 AMI 6 • Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract Not To Exceed$516,965.00 7.1.8 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. 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. [X:\ConiractslProfSvcs&Goods Svcs\Enginccring12016\Buter Fairman&Seated.Ino.Professional Senic s FORM Rerjune 2012.doc:5242016 10:08 AM] 7 Butler,Fairman,&Seufert,Inc. Engineering Department-2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract Not To Exceed$516,965.00 7.25 Accomplishment of Project Professional shall commence, carry on, and complete the project with all practicable dispatch, in a sound economical and efficient manner, in accordance with the provisions thereof and all applicable laws. In accomplishing the project, Professional shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on within 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 seq., as amended. • • • • (remainder of page intentionally left blank) • • • ,X:\Contracls\FrofSvcs @.Goods Stcs\Enginecring12016\Butcr Fairman @,Seufert,Inc.Professional Services FORM Rev juncp2012.doc:5/242016 10:08 AM] Butler,f airman,&Seufert,Inc.. Engineering,Department-.2016 Appropriation#94-650.04 COIT Bond Fund; P.O.#33942 Contract.Not.To.Exceed$516,965.00 iN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA BUTLER, FAIRMAN,&SEUFERT, INC. by and through its Board of Public Works and Safety BY: BY: teL - J es Brainard,6PresidingC"t Aut rized Signature Date: . II Printed Name: I9 n n W. &441 ?re$tde + Title: t. Mary Ann B e,M ber Date: FIDITIN: 35-iJ 63 5q0 Pi\fs n Last Four of SSN if Sole Proprietor: Lori S.Watson, Member Date: /nay Z et• Z4916 Date: ATT T: istine S. PaUley, Cler/Tie su e Date: IXBeowaclstrtotSscs R Goods SsoskEngGrxrine29161Euter Fai nsvr.@ Scafcn.Inc Professional Sentcas FORM Rao Joe 201211lec:3r21/2016d0ABAMl 9 EXHIBIT"A" SCOPE OF SERVICES BY ENGINEER A. PROJECT DESCRIPTION The 96th Street Trail will be a bituminous multi-use trail. It will be 10 feet wide with 2-foot earth shoulders, with an overall length of approximately 4 miles. The trail will begin in the southeast corner of the intersection of 106th Street and Shelborne Road, where it will connect to an existing paved path. The trail will run southward along the eastern side of Shelborne Road to 96th Street and tie into the existing paved path at the roundabout. The trail will proceed along the north side of 96th Street from the northeast quadrant of the Michigan Road intersection to the Spring Mill Road roundabout, excluding previously-completed trail segments. Trail seg- ments will also be added along the north side of 96th Street from Michigan Road to Shelbome Road. The project may include approximately 2,200' of retaining walls along 96th Street adja- cent to the Bramblewood and Summerlake neighborhoods, and also 1,000' of retaining walls and a prefabricated pedestrian bridge at the Williams Creek crossing. The project will also include a raised path on the existing deck of the 96th Street bridge over Interstate 465. B. SCOPE OF WORK Furnish Project Development Services as described in detail below: A. Topographic Survey 1. Field survey data shall be in conformance with the requirements of Title 865 IAC 1- 12 et sequential and the Indiana Design Manual, Part III, Location Surveys. 2. As a minimum the survey will include locating all visible features necessary for the proper design of the proposed improvements within the existing and any proposed future right-of-way, specifically along the side of roadway designated in the Section A, Project Description. These features will include buildings, paved surfaces, shrubs, signs, poles, utilities, manholes, valves and meters, utility locations marked by others, trees equal to and larger than 12 inches and limits of heavily wooded are- as. An IUPPS ticket will be submitted for utility locates along the project route. Any marks completed by the respective utilities or their locators will be tied into the sur- vey and graphically shown on the finished product. 3. Sufficient elevation shots (Cross sections at 50-foot intervals with any intermediate breaks included) will be taken so that 1-foot contours can be calculated from a cre- ated Digital Terrain Model. These contours will be included in the survey submittal. 4. The Field Survey will be integrated with the United States Public Land System and physical monumentation as necessary to acquire Right of Way for this project in ac- cordance with Title 865 IAC 1-12 et sequential. 5. Deed research, property ownership and right of way determination will be completed EXHBIT / Gc` / to show the limits of property ownership on the topographic survey. Research at the relevant recorder's office will be completed to facilitate the determination of these lines. 6. A survey centerline will be established, set and referenced in the field at a maximum interval of 1,300 feet. The design plans will reference this survey centerline so that the survey control can be used to establish the construction centerline. 7. Vertical control points (benchmarks)will be set at a maximum interval of 1,300 feet. 8. A Location Control Route Survey Plat will be completed for the survey limits. B. Design 1. The ENGINEER shall provide the design, the layout, and configuration of the bitumi- nous trail and shoulders for the entire length of the trail, including the connections to existing trails, streets. 2. The ENGINEER shall provide hydraulic design for culverts and other drainage facili- ties. 3. The ENGINEER shall provide the design and layout of a pedestrian bridge and ap- proaching retaining walls at Williams Creek It is assumed the bridge will be a pre- engineered steel truss and the walls will be modular block with reinforcement. 4. The ENGINEER shall provide the design and layout of approximately 2,200' of retain- ing walls adjacent to the Bramblewood and Summerlake subdivisions. 5. The ENGINEER shall provide Shop Plan review as required. C. Environmental Permitting 1. The ENGINEER shall provide wetland investigations for the areas along the proposed trail routes that have been identified as likely wetlands from the U.S. Fish and Wildlife Service's National Wetland Inventory maps. 2. The ENGINEER shall assist the OWNER in obtaining permits and approvals for ero- sion control (Rule 5) for the trail from the Indiana Department of Environmental Management(IDEM) and the local agencies, as required. 3. The ENGINEER shall assist the OWNER in obtaining a Construction in a Floodway Permit from the Indiana Department of Natural Resources for the Williams Creek crossing. 4. The ENGINEER shall assist the OWNER in obtaining a 401 Water Quality Certifica- tion from IDEM and a 404 permit from the U.S. Army Corps of Engineers (USACE) related to the construction of the Williams Creek crossing. E HiBi ,4 2oI7 [Note: Services do not include the following studies that could be requested by USACE: Archaeological Studies, Section 106 review under 36 CFR 800.11, Survey/Right-of- way/Design for any mitigation plans, Indiana bat (Myotis sodalis), Northern Long- eared bat(Myotis septentrionalis), or other endangered species studies. D. Geotechnical 1. The ENGINEER shall cause to be made all borings and subsurface explorations and the analysis thereof. It assumed that there will be two borings for the trail on Shel- borne Road, two for the trail on 96th Street, and borings as needed for the retaining walls and bridge. E. Plans and Construction Documents The ENGINEER shall develop the design and construction documents, per City of Car- mel standards, in accordance with the following outline: 1. Preliminary Plans (Scope Confirmation and Grade Review) (30%) a. Conduct initial site visit with survey data in hand. b. Develop preliminary layout of trail on plan and profile sheets c. Develop typical cross sections d. Establish proposed R/W e. Attend one progress meeting with the OWNER 2. Final Check Plans (90%) a. Develop details of trail b. Establish horizontal and vertical alignments of trail c. Develop cross sections d. Develop structure details and tables e. Develop preliminary construction cost estimates f. Attend one progress meeting with the OWNER 3. Final Plans (100%) a. Finalize design, details, and plans b. Develop special provisions based on INDOT standard specifications c. Determine final construction quantities and cost estimates d. Attend one progress meeting with the OWNER 4. Bid Documents and Bidding Process a. Incorporation of Carmel standard contract documents b. Coordinate plan distribution c. Conduct Pre-bid Meeting d. Preparation of Addenda e. Review of Bids and Recommendations XH". B�T A F. Utility Coordination The ENGINEER shall perform utility coordination which shall include the following: 1. Send out Initial Notice Letters for preliminary contact to all utilities, both public and private, to establish: a point of contact, the location of the utilities facilities within the field survey limits, and documentation of reimbursable property interests if any. 2. Submit Verification of Existing Facility Letters to the utilities. Attend a preliminary field check meeting if held, and discuss both locations of existing facilities shown on the plans and potential conflicts between the utilities and the proposed project. 3. Send out Conflict Analysis Letters to all utilities with revised plans and utility information from discussions at the Preliminary Field Check to verify eliminated or additional conflicts with the proposed improvements for the project. 4. Submit Final Plans to Utilities at the same time plans are submitted to the LPA and send out Requests for Work Plans Letters and Work Plan Documents to each utility. 5. Review Utility Relocation Work Plans and Relocation Drawings for possible conflicts with the proposed improvements for the project, and for conflicts between additional utilities and their proposed relocations. 6. Approve Utility Relocation Work Plans and Relocation Drawings, coordinate relocation sequencing with project schedule and sent out Notice to Proceeds for utility pre- construction and relocation activities. G. Right-of-Way Engineering The CONSULTANT shall provide RIGHT-OF-WAY ENGINEERING for in accordance with the procedures and standards as indicated in the Indiana Department of Transpor- tation, Land Acquisition Division, Right-of-Way Engineering Procedures Manual including the following: 1. Provide a documented 20-year title search (T&E Report) for each parcel prepared by an abstractor as approved by the Indiana Department of Transportation 2. Provide legal descriptions and land plats for each parcel. The descriptions shall be prepared and certified by an Indiana Professional Surveyor. 3. Provide parcel staking (1 time only). EXHIBIT A 61[7 COMPENSATION A. Amount of Payment 1. The ENGINEER shall receive as payment for the work performed under Items No. 2 - 5 below, the total fee not to exceed $516,965.00, unless a modification of the Agreement is approved in writing by the OWNER. 2. The ENGINEER will be paid for the following work on a lump sum basis in accordance with the following schedule: Fee Summary: Topographic Survey $ 83,500.00 Location Control Route Survey Plat $ 8,260.00 Trail Design $ 185,000.00 Bridge & Retaining Wall Design $ 67,500.00 Rule 5 Permit $ 4,300.00 INDOT R/W Permit $ 4,200.00 Wetland Investigation/Waters Report $ 8,190.00 IDNR Floodway Permit $ 11,150.00 USACE 404 Permit $ 3,750.00 IDEM 401 Certification $ 2,680.00 Total, Lump Sum Services $ 378,530.00 3. The ENGINEER will be paid for right-of-way engineering services in accordance with the following schedule, for up to 35 parcels: Quantity Unit Price Total T&E Reports 35 Parcels $550.00 $19,250.00 Legals Descriptions and Land Plats 35 Parcels $1,500.00 $52,500.00 R/W Stake Out 35 Parcels $375.00 $13,125.00 Total, Right-of-Engineering $84,875.00 4. The ENGINEER will be paid for the following services on an hourly basis in accordance with the following schedule: Utility Coordination- Design $ 9,950.00 not to exceed Utility Coordination -Construction $ 4,000.00 not to exceed Utility Relocation Staking $ 3,000.00 not to exceed Shop Drawing Review $ 4,500.00 not to exceed Total, Hourly Services $ 21,450.00 Hourly rates will be in accordance with Appendix B-1 (attached). 5. The ENGINEER will be paid for the following services on the basis of actual cost: Geotechnical Investigation $ 32,110.00 not to exceed 5oM B. Additional Services Additional Services would be services required in connection with permits, construction in- spection, right-of-way engineering, right-of-way acquisition, or any legal action or litigation requiring the testimony and/or services of the ENGINEER, or if the OWNER or any other local, state, or federal agency shall direct or cause the ENGINEER to relocate or redesign the project, or any part thereof. The OWNER agrees to compensate the ENGINEER for Additional Services on the basis of actual hours of work performed on the project at the hourly billing rates noted in APPENDIX "B-1". The Hourly Billing Rates include overhead and fixed fee. In addition to the hourly fees for additional services indicated above, the ENGINEER shall be compensated for direct project-related expenses such as job-related travel, permit appli- cations, etc. Any change in standards, design criteria, or other requirements by governmental units hav- ing jurisdiction over the contracted project which requires changes by the ENGINEER in the plans shall be considered as Additional Services. In the event that the OWNER retains someone other than the ENGINEER to provide con- struction inspection, then the OWNER agrees to compensate the ENGINEER for Additional Services rendered in connection with the interpretation of plans, project stake-out or such other services that may be required during the construction phase of the work to be per- formed. The ENGINEER shall, on behalf of the OWNER, cause to be made all borings and subsur- face explorations and the analysis thereof; the cost of which shall be paid for by the OWNER. C. Method of Payment Payment shall be made by the OWNER to the ENGINEER each month as the work progresses. E XHlBiT A crc (7 Version 3-21-2016 SCHEDULE OF COMPENSATION BUTLER,FAIRMAN and SEUFERT,INC. HOURLY RATE SCHEDULE Classification Hourly Rate E-V : Engineer V(Principal) $ , 195.00 E-IV Engineer IV . $ 184.00 E-III Engineer III $ 154.00 E-Il Engineer II $ 117.00 E-I Engineer I $ 82.00 FP-1V Field Personnel IV (Project Coordinator) $ 156.00 FP-III Field Personnel III $ 132.00 FP-Il Field Personnel II $ 100.00 FP-I Field Personnel I $ 82.00 EA-lll Engineer's Assistant III $ 160.00 EA-II Engineer's Assistant II $ 12200 EA-I : Engineer's Assistant 1 $ 92.00 SP-I Support Personnel I $ 65.00 C-II Clerical II 100.00 C-I. Clerical I $ 65.00 P-IIl Planner/Environmental Specialist III $ 175.00 P-II 'Planner/Environmental Specialist II $ 107;00 P-I Planner/Environmental Specialist I $ 82.00 The billing rates are effective January 2016 and will be adjusted annually(beginning January 2017)to reflect changes in the compensation payable to the ENGINEER.. EX BST `7 0f t7 CTL Engineering,Inc. 1310 S. Franklin Road Indianapolis, Indiana 46239 Phone: (317)295-8650 • Fax: (317)295-8395 6/614/EER/NG: www.ctleng.com Consulting Engineers—Testing—Inspection Services—Analytical Laboratories May 2,2016 Butler, Fairman&Seufert, Inc. 8450 Westfield Blvd., Suite 300 Indianapolis, IN 46240-8302 Attention: Mr. Michael D. Eichenauer,PE Bridge Department Manager Reference: Geotechnical Investigation Cannel 96th Street Trail On 96th St from Spring Mill Rd to Shelborne Rd then heading north to 106th St Cannel, Hamilton County, Indiana CTL Proposal No.: 16050056INDP Dear Mr. Eichenauer: CTL Engineering, Inc. is pleased to submit this proposal for providing geotechnical investigation services on the above referenced project. SCOPE OF WORK The project involves the design of a new trail along 96th Street and Shelborne Road for approximately 21,150' in length. The work covered by this proposal consists of drilling soil borings, soil sampling, laboratory testing, and foundation recommendations for the proposed bridge widening, retaining walls and trail. As requested, number of borings and depths at each location are tabulated below. Please note the proposed numbers and depths of the test borings will be modified once the design plans become available. No. of Boring Subtotal Location Depth Depth Borings (feet) < ;(feet). Bridge over Williams Creek • 1 boring to 80' 1 80 80 • 2 borings to 50' 2 50 100 Retaining walls east&west of Williams Creek(800') 4 30 120 Retaining walls from Bamblewood to Cloister (-2200') 6 15 90 Trail on 96th St from Towne Rd to Shelborne Rd 2 7.5 15 Trail on Shelborne from 96th St to 106th St 2 7.5 15 Total Footage 420 EXHR3Sr A Offices: Indiana,Ohio,West Virginia Of Geotechnical Investigation Carmel 96th Street Trail CTL Proposal No.: 160500561NDP May 2,2016 Page 2 • PROCEDURES The following items will be included in the general services provided by CTL Engineering, Inc. A. Contact Indiana Underground Utility Protection Services to locate underground utilities at the test boring locations. The cost for locating private underground utilities is not included in this proposal. B. Coordinate the drilling operation with Butler, Fairman and Seufert (BF&S) and City of Carmel. It is assumed that fees for obtaining permits for drilling will be waived by the City of Carmel. C. A bond for drilling within City of Carmel limits will be obtained by CTL and the fee in included in this proposal. D. Layout of the test borings and obtain surface elevations using the plans that will be provided by BF&S. E. Field and laboratory testing in accordance with ASTM or AASHTO specifications. F. Engineering evaluation and reporting to include: 1. Test boring logs and soil profile to include: a. Thickness of topsoil,pavement fill and subsurface soil. b. Groundwater encountered during drilling and at completion. c. Standard penetration values as a function of depth. 2. General site preparation and earthwork requirements, estimated soil parameters for pavement design and foundation recommendations for the proposed bridge widening, retaining walls and trails. CLOSING Based on the amount of work anticipated, it is estimated that the fee for performing the subsurface investigation services is $32,108.70. All fees will be billed at the unit rates shown on the attached Fee Schedule. If the total cost should exceed the estimated fee due to unforeseen soil conditions, we will contact you to obtain approval prior to performing the additional work. fNGlNffAfNCz 700-1 Geotechnical Investigation Carmel 96th Street Trail CTL Proposal No.: 160500561NDP May 2,2016 Page 3 We appreciate the opportunity to submit this proposal and look forward to working with you. If you have any questions or need further information,please call our office at(317)295-8650. Sincerely, CTL ENGINEERING, INC. a..,,,,,,,,,,,,,c Ali Karaki, PE Principal Engineer EXH'illiT ..A___, r t ENG/J✓EERr+VOW ri 7 FEE SCHEDULE Project:Carmel 96th Street Trail Location:On 96th St from Spring Mill Rd to Shelbome Rd then along Shelborne Rd ending at 106 th St OTL Proposal No.: 18O5OO5G|NDP Date: May 1.2D18 Iterii No Description, ��~U nit `Unit Price Total Cost� GEOTECHNICALFUELD 1. Mobilization and Field Coordination o. SPT Rig ea $285.00 1 $285.00 o. Field and utility coordination LS 330.00 1 330.00 d. Field coordination with property owners i 1 -10 LS 302.00 1 303.00 e. &1i|aoge mi 3.40 60 170.00 3. Truck mounted borings with split spoon sampling a.Standard ft 18.50 420 7.770.00 5. Truck mounted borings o.Truck mounted borings through bedrock or boulders or concrete pavement i Standard ft 36.40 10 364.00 b. Bridge deck coring and restoration i Standard ea 335.00 1 335.00 24. Set up for borings and machine soundings a. Borings and machine soundings less than 20ftdeep ea 89.00 10 690.00 27. 3-|n.Shelby tube samples ea 61.00 G 306.00 � 28. Bag samples o. 26-lboomp|e ea 50.00 2 100.00 32. Qaoteuhnice|anginoer hr 115.00 12 1.380.00 33. Bond expenses ea 500.00 1 500.00 34. Twenty-four hour water levels a. Field measurements per borehole i. Standard ea 37.80 10 378.00 35. Special borehole bock0U|ng a. Ubz30ft i SPT a.Standard oo 105l0 17 1.785.00 c. Pavement restoration i. Standard ea 58.00 10 580.00 37. Traffic control o. Flag crew with equipment day 800.00 8 4.800.00 S �alFiei6) $29,11' 5.00 ���7� � x x ~-~�_�__- / ^ w^ ' FEE SCHEDULE Project: Carmel 96th Street Trail Location: On 96th St from Spring Mill Rd to Shelbome Rd then along Shelborne Rd ending at 106th St CTL Proposal No.: 160500561NDP Date: May 1,2016 Item Description Unit Unit Price Quantity Total Cost No. GEOTECHNICAL LABORATORY 39. Sieve analysis for soils ea 48.60 8 388.80 40. Hydrometer analysis ea 55.00 8 440.00 42. Liquid limit ea 33.50 8 268.00 43. Plastic limit&plasticity index ea 24.30 8 194.40 45. pH test ea 15.00 8 120.00 46. Loss on Ignition Test a. Loss on Ignition Test(Conventional) ea 23.75 6 142.50 48 Moisture Content Test a. Moisture Content Test(Conventional) ea 6.50 120 780.00 58 Moisture-Density Relationship Test a. Standard Proctor ea 140.00 1 140.00 59 Soil Support Testing a. California Bearing Ratio Test ea 530.00 1 530.00 61 Water Soluble Sulfate Test ea 100.00 2 200.00 Subtotal(Geotechnical Laboratory) $3,203.70 GEOTECHNICAL ENGINEERING 66 Geotechnical report a. Without soil subgrade investigation First mile LS 1,650.00 1 1,650.00 67 Settlement analysis and recommendations for embankment a. Proposed embankment ea 500.00 2 1,000.00 b. Proposed and existing embankment ea 550.00 69 Slope stability analysis a. C,0 or C&0 analysis ea 780.00 2 1,560.00 70 Bridge foundation analysis and recommendations a. Shallow foundation ea 485.00 b. Deep foundation i. Deep foundation analyses ea 860.00 2 1,720.00 ii.Wave equation analyses ea 330.00 1 330.00 71 Retaining structure analysis recommendations a. Conventional retaining structures and other types such as MSE Walls and Bin walls i. Shallow foundation ea 885.00 2 1,770.00 ii. Deep foundation ea 1,160.00 iii. Settlement analysis for retaining wall foundation ea 380.00 2 760.00 E HiB T 126117 FEE SCHEDULE Project:Carmel 96th Street Trail Location:On 96th St from Spring Mill Rd to Shelbome Rd then along Shelbore Rd ending at 106th St CTL Proposal No.: 16050056INDP Date: May 1,2016 Item °Description Unit Unit Price_ Quantity,., Total Cost b. Pile retaining structure analysis and recommendations i. Free standing structure ea 1,000.00 ii. Retaining structure with tie-back system ea 1,500.00 c. Drilled-in-pier retaining structure analysis i. Free standing structure ea 1,050.00 ii. Retaining structure with tie-back system ea 1,500.00 Subtotal(Geotechnical Engineering). $8,790.00 Summary of Fees Geotechnical Field $20,115.00 Geotechnical Laboratory $3,203.70 Geotechnical Engineering $8,790.00 Estimated Total Cost $32,108.70 FX111131r 13f (7 Hamilton County Map t OK E ATE JJA - • 'IN AL 1TEE 1C41f • (� (THE PARKT T ,NP E. J ,TE C, # r" .!_ r41*.. a ' dkfl f „Ikl - fi } .,, .,,. ���. # s �F1 NEL EE.-T TES, . „ �. F � HELE �E E EWE� .. I p, zu�h ..� P Th€nrr ' �;3 ie - - V ft .EST€• 1:i,EL 'lril T LL _ SANER .ESTATE° ', 1n .gam 1 €E „ a M&� ir r • t 3kt • r. • �• � .x •k 1 i i ` , i A ,38. .,, 0 ��° �� 3 ' E .,,- _ �c �r 44' Y,V1 r n ▪.tIe 20 •� v+9; - do+§1 :gl $ .,_.,, +Jy'`•.. - 1G .a .. i--� , # r` � , C�Jci ' N .#.aa t��ST .GCE st TF JJ;0W.• N.TR`$0LUB STa E I �r .,•.1 , , _._ }' -ti, � ,-" 'fig �:. �. ., �€ -„o- :',Z;-^r`— -,- .'r'`,?..„c ^t I s'L t Ci€ -vj .aiiik r a '�',. .` +a ri .,, ,` ai a d € .a d0 ,,.'` a•stl.; „1 � `,49 t i 2 E L ':'" - �� R� C� � i l RTH I�1 E s▪ a" • J-FoN ./� VA . ..,..<..,e Z� 'if {�sJi3 ll9 t'I .. .° A ,w .v,,. .. 'Ot ib �.+.. ,abuc_.-.3"'G *ai. 1T' l ��"� ... ^..��:--��«-....y��z�.�^.�.,.�:.,aew+w.,....ae„""tea� �°'� . :_... � 11 ^C. a`=R, �`"',e'` w;; = anticipated R/W Acquisition areas N 1:12,000 e �� A0 0.1 0.. ' , , 0.4mi n C. I 1 r r , 0 0.15 0.3 0.6 km --.3 = non-subdivision parcels Basemap information here Hamilton County Map FR11C� FiC ETATE . ( • i.=. f .�w .n y ' 4r. NOR lr?. ��i .UN1A—Vl �...,�fl'tit £� 1-" . 1' I , 0� ,mow ., .. 'f�l 1 ►IN Tr�TE.a. (( �o � 5 � � is (`J '� e1 {, l I ',Ei1'1E ; • , VI'''''''''';'1 iC N I . fit,.— ir, ,-.:,.° . ry31 i', } EN E3 �► ,,•A E TAT.E HILL ti }OE LL L JE r�i E>�; �, TE3 • V. i - ,, y "st aY -v,—✓r�- .. k .m1 .3 1t •`ae. t i'"� I3' iLrkl�� EL'' a3L`) � }7 S .., � � ,:, THE E F E E a T 1P�1 1,�1 I i � • • • ,as 1 j {{ ;• ,I ltaf cr • s� 1 iNei 'l 4 ',' ' '•,.,'''"' • '",C',•C:z'a'''''''-,.,:E'.".'D'''''A"-'"'",",-R."'1: .,O 1,7,,f's,0fib.'"*".“1..:'( ". ,< '`' - 1 r "ri v , ( ' t �4. , t • �`�' ' ' r tf^1f1E LF:'.KES %..-; ,o r .LAC.)— 14 :TES it il 11 �:, 1 i s s ., - N.:, a8'i . ,, ,. e + a ..._ 55 April 26, 2016 N 1:12,000 sj\ Q 0 0.1 0.2 0.4 mi {',JN\ I 1 � � t , , . i I .� 0 0.15 01.3 0.6 km '13 Basemap reformation here Section 1 1 1 Name Parcels in Subdivisions .. . ., "7......,. 4 'OtePP Shelborne5A Parcelsi 1 fuorn,,, • ,••-GreeOPL,;,,,,,,,,;..„.,,,....ditiv,-2.!..,... . e • -::,..,,,,:-,-,-,,,,,,:,;,,i4• ;',1,:f,,f,',,,,,,,,, 8 She iie,-1.,,-ligiE:4,-- ,,,,,,......< <,•• , 11 iilborne G -... ,0,,..,, ,,,, , , A 1 S'' ib6r'ne Greene .16 b Estates . , •.:: •. 1 Green•Fla Tree'r-09P12.rY•:',..,.. , '„ ... : ''-'-'' ; ' .. ;i„7.<:•:;: ,.;.<'.;, ,,--....: ,--- ,,e •. i d bet.2, 01, Parcels # Map 1 1 1 Parcels outside of Subdivisions 2 Owner 0-- , s e - ' • , 1 3 ' Eliochi , Baptist church .,.....,,,•, • - 1 4 collegeR@t'.-k' - si„..Rebe'c'a' ' . .."". ..,0,,,.< 0 el, '' 't-h?;.:,:' ''',-'1'. .' John Ki °- h Luhavi C•-• . 5 friii is, t ,chinklC•••- 0 ivirkiisT,.krrWo • 6 1 .-- ;,-.•''''''' hurch Inc 7 Collegep Partners LLC c.. '',j, PratnrkeCrs .,khdol LL-. ,..,f,..,, Acme • .''----tessory • ,,, - < ,,,,, 8 1 1 -- ' -International-1Y), - , ...i.,',. . ' 9 1 15g.,4,,..,w...0 t,1): St84.1-,LECtq•,i,iii,,,,:13...;,,'.hf,4! i:' ,-1' , -. 10 1 11 1 it6-41:'•AerY'joe i „-E<&-,Ttati"David ..:,:•.-,.<.,,, Helen f--' ' - ' ; '-- 12 Matekunas, i,iid .Ra0,1,• •:.,,--,.,.,. '' 1 13 FIOh.•1:4nt5,..,..1 :!--:-Idlin:7 , ,ii',-!-:::'"`,,-; ,:.:: the:,,‘A, , ,,,(, 1 .. -t..,,v:a ,iir.8(Hea • ,.. ,,, ,..•,,. 14 1 15 13 r0 nig ..;:,....;Itt.'- .,„":., 1 16 BZelinSIS!,-,'-'-- -'',,',,',''','-'-f''' ., ;,:7,--,'.3 1 xiiii Indj, 110';'' ''''''''' - re T"---''''''i;''' '''''"'•'''' - 17 :.,...eo- . *,iirst ju.!-.--i ,,;. ,:7,,:.,,,?i]•].,':-,' 2 1 18 l 1 StPC1?"'T'W---1-11"--11frn- Realty-, 11 ;t1d.:,i'L';11'17:,''.'''' -,': .- -: -• - et-.1 „..,„, .:.7,,,.,•-„ .- . 19 j-f?9 - _• ' 1- ept ;,---' , ."- .,•:::';,',r,d, 1 Se 20 ,fcill:Pe'vi c>3,,171. ...i .,]::,„,;:-1,•;-",.',?-.•.,''';'-' ..„-:--:„,:e.,, ;,,,,,:;,::,,,,,,,,:-.,, 1 k...,.i.---. .....„..-,. -jr,hii.;. .43.4.u-,,,-- ,.....,......:,,.,,z„,,4..•.;i'10;i1,7,?:,;-:,-' - '... 21 lin,.y -,,''•• •:.,....,':, ...-:04:-.]..ktL, ,„,„--,,, „,..., .,,...,.,,,,..„:„:„:.,,,, 35 ti:ti:i.007erPq?---. ,----,Ift-.,;', -.::,,--,------,,,,...:z-' Bri,1)$9,,•''''.'r. •--`-'-'1i0i0 LP.' ' West' -1'••.."•cl- th:StAPA-'-- , -_----- TOTAL ----7 • ,-,",,,Y.'-'i,"-§.ic''';',.,' f, -,,,r----TT-rji;llt ,ii'''..,,: t:I,',1'!',P7'',,?7i j er ilire4CPFs, ,,442,,',',..k.',!1 '.-''''',;:Z.I.,,,,---,,,,,,...' „,'-< Fbe.S17-9 , 661 ',': 'IL;' ,,__------ ---',--, dic.t.----<!.--,x,:•••::,,,,•i„,':•':•iiiliti61141,,pa:,"•,----- r7_, ---,-11t3'FaX9,--='-'-'--- 1--Q.,,:„. .-fliA-'3;t:i;:11;11*,'1,::kli::'°::.;.1.':::i' 19.---di°4t -''''''''''...6— Liiffifo,-p.!-,,,.•••- ---- ,,,,, ..I rilit;„.?„.4 ,4 " , ry,,----,,,L'I' b tL---,:P'''''1 '' g (3(n P SHELBORNE AND 96TH STREET TRAIL CONSTRUCTION COST ESTIMATE` f M-- 11 DESCRIPTION 11 M; QUANTITY ;1 UNIT= UNIT PRICE.- TOTAL :* ,.,., CONSTRUCTION ENGINEERING - °- 1 00 LS _ $ ,161 756.12 $ a .!61,756.12: MOBILIZATION AND DEMOBILIZATION • 1.00 LS $ 154,390.311 $ 154,390.31 =CLEARING RIGHTOF WAY',. t00 LS'. :' $ t';15,000'.00 $ 15,000.00' CURB,CONCRETE,REMOVE 1 1200.00:LFT $ 9.16: $ 10,992.00 EXCAVATION.COMMON - ..11',1._- 10825s56-CYS a $ -:.3000 $ 324,766.67 SEDIMENT REMOVE 150.001CYS $ 55.00 1 $ 8,250.00 TEMPORARY CHECK DAM;:REVETMENT RIPRAP 20100 TON $"i„_ _'56.67,,$, b1133.40i TEMPORARY INLET PROTECTION 24.001EACH $ 110.41 . $ 2,649.84 TEMPORARY MULCH s_ .._-_-__ _.... __ .,___..�:___ _ 1 _-. __ __�� 11 . _.._� `�bO�TON L $.. � .�8049�� 4� 19085.01' TEMPORARY SILT FENCE I 16318 00 LFT $ 1.78 1 $ 29,046.04 NO"2-STONE `" 9' 265 00 � -� 250�06�TON'�': � $;��`. -2 A6� $ ; ' 7; TEMPORARY GEOTEXTILE I 100 OOESYS $ _ 3.751 $ 375.00 TEMPORARY SEED MIXTURE i• 290300C LBS 0'30 $ 870 90 SUBGRADE TREATMENT,TYPE II I 2730.00.SYS 1 $ 11.771 $ 32,132.10 SUBGRADETREATMENT TYPEIII - °, ° 30435;001SYS- $ . 1':38 $ 42;00030',' COMPACTED AGGREGATE,NO.53,BASE i 7017.00.TON mm$ 23.00 I $ 161,391.00 gHMA PATCHING,TYPE B 733:33 TON , $ ` 100.00 F $ -73,333 331. ASPHALT FOR TACK COAT • 5 50 TON $ 299.341 $ 1,646 37 '.HMA1FOR SIDEWALK . : 379100 TON $ 81r.00 $.._.,; 307,233.00 CURB RAMP,CONCRETE 450.00ISYS $ 164.641 $ 74,088.00 .CURB,-CONCRETE ' g 1200:00 LFT $ 33 48 $ 40;176,00.,. CURB AND GUTTER COMBINED 1 3000.00 LFT $ 38.88 1 $ 116,640.00 HMAFOR APPROACHES , ,� __. _ w 1502'00 TONS $ 874$3 125 777.48; MOBILIZATION AND DEMOBILIZATION FOR SEEDING I 4.00:EACH $ 547.52 j $ 2,190.08 FERTILIZER =1 �04:00 TON $ ..' 650.00 $ . ;2 600 003 SEED MIXTURE,R 1452.00 LBS ( $ 4.20 1 $ 6,098 40 MULCHING'MATERIAL 19501TON °" $ 47352 $$ ...- -. 9233.64'FIELD OFFICE,A 1 12.00 MOS $ 1,698.42 1 $ 20,381.04 PIPE TYPE 2 CIRCULAR 12 IN _ . 1 1000 QQ,LFT - $ 58 09 $ 58 090:00' PIPE,TYPE 2 CIRCULAR 15 IN d 2500.001LFT $ 40.57 i $ 101,425.00 -PIPE TYPE 3 CIRCULAR 15IN 500 00 LFT $ 50 20 $ 25100 00r PIPE END SECTION DIA 12" 10 00 EACH J $ _604.261 $ 6,042.60 -PIPE END SECTION,DIA.15" 6 00 EACH Y $ 59719 $ 3;583 14'- CASTING,ADJUST TO GRADE 10 00 EACH $ 475.10 $ 4,751.00 'INLET J10 L _ -_ ._-. =' 12.00,EACH $_,w,_1 887,00 $ . . 22:64400: - - MANHOLE,C4 12.00.EACH_...___•_$ ....2,680.00 1 $ 32,160.00 RETAINING WALL,BRAMBLEWOOD TO SUMMERLAKES 1.00 LSUM $ 175,000.00' $ 1.75,000.00" RETAINING WALL,SUMMERLAKES TO CLOISTER 1 1.00 LSUM $ 175,000.00 $ 175,000 MO: RETAINING WALL,WILLIAMS CREEK VALLEY 1.00`LSUM $ 500,000.00 $ 500;000.00: SHELBORNE ROAD CULVERT MODIFICATIONS - ! 1.00ILSUM $ 30,000.001 $ 30,000.00 BRIDGE MODIFICATION,96TH OVER 1-465 1 1.00LSUM $ 325,000.00 i $ 325,000.00 BRIDGE OVER WILLIAMS CREEK 1 1.001LSUM $ 175,000.001 $ 175,000.00 71 CONSTRUCTION,:SIGN A_ µ .M,:: 11 1 a__.__-L.-. 1200iEACH ._ $_ 13690 $ mm 1,64280 CONSTRUCTION SIGN,B 12.00 EACH _ r$ 61.50 $ 738.00 :MAINTAINING`TRAFFIC : , _100L`S r. $..:.,:25'000 00 $ ...:::1i `.'25,000.00'1 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK_,WHITE 24" 1500 OOLFT $ 4.85 $ 7,275.00 1CONTINGENC Y(20a/a) F $ 663 790 51 • '` '-i i !T A /71r1 • EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name 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 Aggregate Limit(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: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 EXHIBIT D • AFFIDAVIT J o h/1 1A4 fif4ta , 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 in now and�t all tines relevant.hereia_have been employed by l5v.Heft t%at/v. ?4..Owd ce(cev-i• , .reic (the"Employer") in the position of Pres id e14# 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:Eniployer is:enrolled and participates in the federal E-Verify program. DOci mentation 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� . day of My ,20 1CO3 Printed:. 1:9h e W 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 statenients.and representations are.true and correct. v411 Pue4. LAURA J. MORGAN OXLM-eLv, 4 r Resident of Marion County / ��1, My Commission Expires Printed:. .[ Visa( o-. O rj 411 of,x . June 19,2021 �! I r r' . .Xi,,,, ,,,,...,,kt, Illllil Company ID Number: 429476 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer Butler,Fairman and Seufert,Inc.. Bradley Watson Name(Please Type or Print). Title Electronically Signed 07/06/2011 Signature Date Department of Homeland Security-Verification Division USCIS Verification Division Name(Please Type or Print)'T itle Electronically Signed 07/06/2011 • Signature Date Information Required for the E-Verify Program Information relating to your Company: _i Company Name:Butler, Fairman and Seufert,Inc. Company Facility Address:$450 Westfield Boulevard Suite 300 Indianapolis, IN 46240 Company Alternate Address: 8450 Westfield Boulevard Suite 300 ,Indianapolis, IN 46240 "County or Parish: MARION _ __ Employer Identification Number: 1351063590 Page 12 of 13 I E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify er_ i Company ID Number: 429476 North American Industry Classification ystemsS stems Code 541:-. Administrator::. Number of Em•lo ees: 100 to 499 Number of Sites Verified for: j� • re you:verifying for more than site? If yes, please provide the number:of sites-'Verified for in each State: 'INDIANA 1 'site(s); Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Michelle R Gramelspacher Telephone Number: (317)713-4615 Fax Number: (317)713-4617 E-mail Address: mgramelspacher@bfsengr.com'" Name: :Bradley D Watson Telephone Number: (317)713 4615 Fax Number: (317)-713 "4617, � E-mail Address: bwatson@bfsengr.com Page 13 of 13 I E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify � � Carmel INDIANA RETAIL TAX EXEMPT Page 1 of 1 t ® CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 33942 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A!P CARMEL,INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SUPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/19/2016 032751 Project 16-ENG-73;Contract Date 06.15.16 BUTLER FAIRMAN&SEUFERT INC City Engineering's Office VENDOR 8450 WESTFIELD BLDV,SUITE 300 SHIP 1 Civic Square TO Carmel, IN 46032- INDIANAPOLIS, IN 46240--8302 Kate Lustig PURCHASE ID BLANKET I CONTRACT I PAYMENT TERMS I FREIGHT 5028 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 COIT Bond Fund 1 Each 96th Street Trail-Spring Mill Road to Shelborne Road $516,965.00 $516,965.00 Sub Total $516,965.00 .gyp ;a f7 74 i �.'.rn� �' "•r.�,. y g s 3 ,, r �. ��? d. 5 ta i . s . j I R 11 ii r Send Invoice To: \. f z tee" { L- Y Skip Tennancour ,,, ,,,, ." r' 8425 Wicklow Way ,, , . Brownsburg, IN 46112 `w ) ,.x , '+` 1 ' 2016 COIT Bond "" "",` PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT ! PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $516,965.00 SHIPPING INSTRUCTIONS *AIP 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 'SHIP PREPAID. 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 COMPUANCE WITH CHAPTER 99,ACTS 1945 C.�q �/, AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY (/ / """����7 TITLE CONTROL NO. 33942 CLERK-TREASURER 1' May 18, 2016 sutier Fairrnan # seufert C I V I L ENGINEEPO Mr. Jeremy Kashman,P.E. fee€ sguart€rs 8450 Westfield 81vrf„Suite 30 City Engineer 1r: inner:o s, IN 462405920 City of Carmel I 317.713.4615 F 317.713.4616 E bfs 8FSEngr,com Reference: 96th Street/Shelborne Road Trail Project www:BFSEngr.corn Fee Proposal Branch Locations: Fort Wayne Dear Mr. Kashman: Jeifersenvife Lafayeste Merril vilk3 We are transmitting to you with this letter our proposal package for the above Flointr ld referenced project. Attachments include: Founded 1961 - Scope of Work(Exhibit"A"to the Agreement) - Compensation(Exhibit"B"to the Agreement) ACEC - Proposed Schedule iNI a A - Manhour Fee Justification - Construction Cost Estimate We look forward to working with you to complete this exciting project. Please feel free to contact me should you have any questions or concerns. Sincerely, (-) / (-r-f- Ct. 1_C ki Doug Valmore,P.E. Senior Project Manager E-mail dvalmore@bfsengr.com cc: Chris Ogg, City of Carmel Alan Hamersly, BF&S John Speidel, Jr., BF&S mi CIVIL ENGINEERING SOLUTIONS FOR BETTER COMMUNITIES LETTER OF TRANSMITTAL Date: May 20, 2016 To: Doug Haney Department of Law From: Jeremy Kashman Department of Engineering RE: Butler Fairman & Seufert Civil Engineers Contract fsl- A Professional Services contract is needed for Butler Fairman & Seufert for the JunePW. Attached please find BF & S' scope of work and purchase order. Contract Information: Project Name 96th Street Trail —Spring Mill Road to Shelborne Road Vendor: Butler Fairman & Seufert Civil Engineers Amount: $516,965.00 Appropriation: P.O. 33942; 2016 COIT Bond Signature: John Brand, P.E. Address: 8450 Westfield Boulevard, Suite 300 Indianapolis, IN 46240-5920 Phone: 317/713-4615 Email: JBrand(a�BFSEnq.com