Loading...
Clark Dietz, Inc/Eng/279,350/136th Street Path – Range Line Road to Keystone Parkway (Stadium Drive) - DesignClark Dietz, Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund; P.O.# 101425 Contract Not To Exceed $279,350.00�OVr_ X0.0 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 Clark Dietz, Inc. (hereinafter "Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and and WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing responsibilities; WHEREAS, Professional is experienced in providing and desires to provide to City the professional services ("Services") referenced herein; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City the Services referenced herein; NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions set forth herein, City and Professional mutually agree as follows: SECTION 1 INCORPORATION OF RECITALS The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2 SCOPE OF SERVICES 2.1 City desires to engage Professional as an independent contractor for the Services set forth in attached Exhibit A, incorporated herein by this reference. 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 Vendor shall perform only those Services specifically detailed in the Notice. If the Vendor 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 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 [S: mC iictstProf.Svcs & Goods Svc5tEogweeringt20WC1ark Dien. Inc. Professional Servtces.doc:222/20I8 10:51 AMI Clark Dietz, Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund; P.O.# 101425 Contract Not To Exceed $279,350.00 of the City's authorization documents for the purchase of additional Services shall be numbered and attached hereto in the order in which they are approved by City. 2.3 Time is of the essence of this Agreement. SECTION 3 CITY'S RESPONSIBILITIES 3.1 City shall provide such information as is reasonably necessary for Professional to understand the Services requested. 3.2 City shall provide all data required for provision of Services. Professional may assume that all data so provided is correct and complete. 3.3. City shall arrange for Professional to enter upon public and private property as reasonably required for Professional to perform the Services. 3.4 City shall designate payment of the Services from City budget appropriation number 2017 WIT Bond funds. 3.5 City shall designate the Mayor or his duly authorized representative to act on City's behalf on all matters regarding the Services. SECTION 4 PROFESSIONAL'S RESPONSIBILITIES 4.1 Professional shall perform the Services pursuant to the terms of this Agreement and within any applicable time and cost estimate. 4.2 Professional shall coordinate with City its performance of the Services. 4.3 Professional shall provide the Services by following and applying at all times reasonable and lawful standards as accepted in the industry. SECTION 5 COMPENSATION 5.1 Professional estimates that the total price for the Services to be provided to City hereunder shall be no more than Two Hundred Seventy Nine Thousand Three Hundred Fifty Dollars ($279,350.00) (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. [SACootractslProf.Svcs & Goods Svcs\Engi-gt2018C1ark Dieu, Inc. Profmimal Savices.da::2l2212018 10:51 AMI 2 Clark Dietz, Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund, P.O.# 101425 Contract Not To Exceed $279,350.00 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, 2018, 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. 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 [S:`.ConVwM\Prof.Svcs & Goods Svcs\Engmeeungl2018`C1srk Diem, Inc. Professiousl S—ices d-2222018 10:51 AMI Clark Dietz, Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund; P.O.# 101425 Contract Not To Exceed $279,350.00 death of any of Professional's employees, agents or contractors and/or because of any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth on attached Exhibit C. Such insurance policies shall not be canceled without thirty (30) days' prior written notice to City. 7.6 Liens Professional shall not cause or permit the filing of any lien on any of City's property. In the event such a lien is filed and Professional fails to remove it within ten (10) days after the date of filing, City shall have the right to pay or bond over such lien at Professional's sole cost and expense. 7.7 Default In the event Professional: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Professional's warranties; (b) fails to perform the Services as specified; (c) fails to make progress so as to endanger timely and proper completion of the Services and does not correct such failure or breach within five (5) business days after receipt of notice from City specifying same; or (d) becomes insolvent, files, or has filed against it, a petition for receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to terminate all or any part of this Agreement, without liability to Professional and to exercise any other rights or remedies available to it at law or in equity. 7.8 Government Compliance Professional agrees to comply with all laws, executive orders, rules and regulations applicable to Professional's performance of its obligations under this Agreement, all relevant provisions of which being hereby incorporated herein by this reference, to keep all of Professionals' required professional licenses and certifications valid and current, and to indemnify and hold harmless City from any and all losses, damages, costs, liabilities, damages, costs and attorney fees resulting from any failure by Professional to do so. This indemnification obligation shall survive the termination of this Agreement. 7.9 Indemnification Professional shall indemnify and hold harmless City and its officers, officials, employees and agents from all losses, liabilities, claims, judgments and liens, including, but not limited to, all damages, costs, expenses and attorney fees arising out of any intentional or negligent act or omission of Professional and/or any of its employees, agents or contractors in the performance of this Agreement. This indemnification obligation shall survive the termination of this Agreement. 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. 1SAConnactsNrof.Sv & Goods Svcs\Engiceeungt2018`,C1ark Dietz, Inc. Professional S—i—d«:2222018 10:51 AM 4 Clark Dietz, Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund; P.O.# 101425 Contract Not To Exceed $279,350.00 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. 7.13 Notice Any notice, invoice, order or other correspondence required or allowed to be sent pursuant to this Agreement shall be written and either hand -delivered or sent by prepaid U.S. certified mail, return receipt requested, addressed to the parties as follows: CITY: City of Carmel Department of Engineering One Civic Square Carmel, Indiana 46032 ATTENTION: Jeremy Kashman [SXonm. \Prof.Sv s & Goods Svcs\Engin g\20181C1ark D,ea, Inc. Profession.] S—ces.doc:2222018 10:51 AK Douglas C. Haney Corporation Counsel One Civic Square Carmel, Indiana 46032 Clark Dietz, Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund; P.O.# 101425 Contract Not To Exceed $279,350.00 PROFESSIONAL: Clark Dietz, Inc. 8900 Keystone Crossing, Suite 900 Indianapolis, IN 46240 ATTENTION: Jerry Payonk 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. 7.18 Entire Agreement This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, written or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any provision contained in this Agreement conflicts with any provision contained in any exhibit attached hereto, the provision contained in this Agreement shall prevail. (SXontractstProf.Svcs & Goods Svcs\Enginc—gt2018`,C1ark Dietz, Inc. Professional Services.doc:2R2R018 10:51 AN9 Clark Dietz, Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund; P.O.# 101425 Contract Not To Exceed $279,350.00 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. 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. [SACwtr a Trof-Sv &Goods SvcsEngmocnag\2018Uzrk Diaz. Inc. Profmimal S-doc:2222019 10:51 .4MJ Clark Dietz. Inc. Engineering Department - 2018 Appropriation #2017 LOIT Bond Fund; P.O.# 101425 Contract Not To Exceed $279,350.00 7.26 Iran Certification Pursuant to I.C. § 5-22-16.5, the Professional shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 7.27 Access to Public Records Act Professional understands and agrees that any "public record", as that term is defined in Indiana Code 5-14-3- 2(m), as amended, that is related to the subject matter of this Agreement, whether the same is in the possession or control of the Professional or the City, shall be subject to release under and pursuant to the provisions of Indiana's Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et sec., as amended. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Clark Dietz, Inc. by and through its Board of Public Works and Safety BY: BY: Noy James Brainard, Presiding Officer Date: Mari Ann/Burke, Me Date: Lori�`W ofi M 7 b r Date: ATTE hristine S. Paule CI rk-Treasurer Date: Auih�7o fzed Sianature Printed Name:.1+L Title: t�rCfcel'ri Jd �b tPO –Tr FID/TIN: x-12— 17— 0 5" j Last Four of SSN if Sole Proprietor: Date: 2 • Zb - l ?> 15 -EN C-1-08 Clark>Dietz Engineering Quality Of Life' February 22, 2018 PROJECT DESCRIPTION: 136th St Path - Range Line Road to Keystone (Stadium Drive) SCOPE: The proposed scope of works includes the following activities: 1. Property Research, Topographic Survey, and Location Control Route Survey from 300 feet east of Stadium Drive to Rangeline Road 2. Design of a 10 foot wide multi -use trail on the south side of 136th St from Stadium Drive to Rangeline Road. This will entail coordination with an in progress design at 136th Stand Rangeline Rd. The project will also include retaining walls near Cool Creek and at the west end of the project, where the adjacent properties are elevated above 136th St and the right of way setbacks are tight. 3. Design of a path crossing of Cool Creek. This will either be performed via widening the existing 136th St bridge over Cool Creek, or construction of a new pedestrian bridge south of the roadway bridge. A brief engineering assessment will be performed regarding these two alternatives. The current scope assumes a pedestrian bridge will be installed, similar to recent designs on 106' St over Williams Creek and 1261 St over Cool Creek. 4. Utility coordination to ensure utilities are located outside the construction limits. 5. Title Research and right of way engineering for six parcels. 6. Geotechnical investigation, including borings for the bridge and anticipated walls, including permitting fees for daytime lane closures. 7. Permits including IDEM 401, USACE 404, IDNR Construction in a Floodway, and a Rule 5 stormwater permit Exlu'bit Clark Dietz, Inc. 8900 Keystone Crossing, Suite 900 Indianapolis, Indiana 46240 T: 317.844.8900 F: 317.844.9158 ., -..�, q �" '_t' y t !.F_ -2=t S`�JCVe � rr -. .. i'�" b '{t'+ r° yc ��-��4►c 1 - c C n e �.f—.• i, � � n h� P.�. .�tt �3 i?C am Air - LL AL � y F a s , a oa v,r .a ► ' ,�� • a � a r,.�,R a 136th St Path, Range Line Rd to Keystone, City of Carmel, Cldrk;��1l-iz Hamilton County, IN Fee Summary 2/6/2018 Trail Design Items Task Description Fee Sub -Consultant Payment Method Field Survey $ 26,140.00 CECon $13,500 Lump Sum Trail Des gn PFC Rans, Stage 3 Rans, Rnal Traci ) $ 130,580.00 Lump Sun BridgeFeasbiIityStudy $ 8,320.00 Lump Sun FWestrian Bridge Design $ 43,300.00 Lump Sum UtiIityCoordination $ 11,800.001 1 Lump Sum RW Engineering and Staking (6 parcels at $2,500 each) $15,0001 Unit Cost Geotechnicallnvestigation $ 20,710.001 Earth Exploration Unit Cost 401/404 / I DN R / Rul e 5 FermitPreparatlon $ 23,500.00 1 Green 3($5,519) Lump Sum 279,350.00 Indicates professional service provided by DBE sub -consultant Note 1. The scope of work for uti I ity coordi nation assumes that no uti I ities wi I I qual ify for rei mbursament and no udi I ity agreements wi I I be reqs red. Note 2. MOT wi I I consist of s ngle lane d osures, phased when school is out of session. Note 3. Bridge Des gn Fee assumes pedestrian bridge wi I I be i nstal led si mi lar to previous path projects i n Carmel on 106th St and 126th St Note 4. At the Cod Credo bri dge, rete ni rig wal I s wi I I I i kel y be needed to avd d well and and stream i mpacts. West of Cod Creek, the adj acent homes are d evated above Smokey Raw wi th mi N mal setback. Wal I s wi I I be needed i n thi s area to avoid ectensveproperty impacts, Retaining wailsareanticipated to be modular block. Exhibit -3cr' I Feld Survey 2 of 8 Clark'Dietz of O. 136th Street MU Path in Carmel, IN fro mRangeLine to Keystone - MU Trail Field Survey Man -Hours _ 2/6/2018 CATEGORIES OF WORK Project Manager Licensed Surveyor Engineer 3 Engineer 2 Technician TOPOGRAPHIC SURVEY Research Section Comers and Benchmarks 2 4 Call 811 and coordinate utility locates 1 2 Traverse Section Comers / Benchmarks 2 8 Set Control Points 2 12 Horizontal and Vertical Data Collection 4 40 Utility Locations 1 8 Stream Data and Structure Details 2 16 Prepare Field Book 4 8 Drafting / CADD for to , csv, elevation triangles 16 TOTAL HOURS 0 18 I) 0 114 Average Hourly Rate $ 175.00 $ 130.00 $ 110.00 S 100.00 S 100.00 Payroll Cost $ - $ 2,340.00 $ - S - S 11,400.00 $ 13,740.00 Direct Expenses $ Subconsultant Title Research (6 parcels at $350 each) $2,100 Subconsultant LCRS $ 10,300.00 Total Direct Expenses= S TOTAL FEE S 26,140.00 USE: $ 26,140.00 Exhibit CI ak D i etz, Inc. 20180202_CD I _Est_M anH ours_Smokey Row Path Keystone to Raigd i %xl s Road_Mnhrs 3 of 8 Clark:>Dietz i:InBineeri��g Qti�€€Sy i;f =.`-. 136th St Multi -Use Path, Keystone to Rangeline MU Trail Design Man -Hours 2/6/2018 CATEGORIES OF WORK Project Manager I li_inccr 4 LngineeO En,,ineer 2 Technician PRELIMINARY PROJECT SCOPING Determine Design Criteria I I Compare Exist. Conditions to Design Criteria I I Develop Proposed Typical Cross Sections 2 1 4 S Develop Preliminary Quantities for Project I I 2 8 Develop Estimated Costs for Project Evaluate Project limits and Right of Way Needs 1 1 4 Assess Traffic Maintenance 2 I 1 4 PRELIMINARY PLOTTING Import Survey Data & Check 2 16 Set Horizontal Alignment & Stationing 4 4 Plot, & Check To o for Plan & Profile 1 1 8 Plot & Check Original Cross Sections 4 8 Review Electronic Data Field Book and LCRS I 1 PRELIMINARY FIELD CHECK PLANS Establish Grade Controls 2 4 1'_ Coordination with City, Schools, Churches, and Local Businesses 4 4 Preliminary Title Sheet 1 4 Preliminary Index Sheet 2 Prepare Preliminary Plat One Sheet 4 8 Preliminary Typical Cross Sections 4 4 8 Preliminary Plan & Profile Sheets Preparation Develop Proposed Topography 1 16 Prepare Preliminary Profile Grade 2 12 12 Elevations and Grades of Ditches 1 4 8 Establish Construction limits 1 4 12 Show Preliminary Proposed Right of Way 1 4 8 Show Preliminary Approach/Drive Locations 4 4 Preliminary Storm Sewer Layout 8 8 Preliminary Hydraulics / Inlet Spacing 2 24 Plan Detail Sheets Preparation Trail/Shoulder Layout for Guardrail 2 6 Intersection Layout Details (20 Scale) 2 2 4 12 Preliminary Maintenance of Traffic Details 2 4 8 8 Preliminary Curb Ramp Details 4 4 Sight Distance Calculations/Checks 2 1 Accessibility/ADA Compliance Checks 1 4 Preliminary Cross Sections Sheets Preparation Show Existing & Proposed Ground Lines 2 8 Show Exist. and Proposed Drainage Sur. 2 4 Show Proposed Approaches and Drives 2 4 Show Any Existing Building Structures 2 4 Coordinate/Manage Subconsultants 8 Quality Control Check & Revisions 8 8 4 8 8 Preliminary quantities 2 4 12 Prepare preliminary constr. cost estimate 1 Mngment/Mtng with client, correspondence 8 Schedule and coordinate PFC Meeting 4 4 STAGE 3 (90•/ PLANS) Revisions from PFC 4 4 8 8 Storm Sewer Sizing Design and Detailing 12 8 8 Finalize Typical Cross Sections 6 8 12 Update Preliminary Plat Sheet 4 Public Road Approaches & Drive Details 2 8 Updates to Cross Sections 4 10 Update Preliminary Construction Limits 1 4 Update Preliminary Detail Sheets 2 8 12 Permanent Erosion Control features 1 4 Pavement Markings 1 4 Intersection spot Elevation Details 4 4 12 Curb Ramp Sot Elevation Details 4 8 Update MOT Scheme & Phasing 1 4 1 1 2 Preliminary Approach Table 1 6 Preliminary Structure Data Table 1 4 Update preliminary quantities 1 8 12 Clark Dietz, Inc. 20180202_CDI_Est _ManHours Smokeylr_F�i e joneto Ran�dt \ L+�Xjj]I jjl� ;Wt Y Road_Mnhrs 4of 8 Clark>Dietz 136th St Multi -Use Path, Keystone to Rangeline MU Trail Design Man -Hours I Preliminary Detail Sheets 2/6/2018 4 16 Preliminary Cross Sections CATEGORIES OF WORK Project Manager Engineer 4 Engineer 3 Engineer 2 Technician Update preliminary constr. cost estimate WALL DESIGN STAGE 3 2 175.00 $ 130.00 $ Mngnient/Mtng with client, correspondance 4 16 32 Finalize Detail Sheets $ Finalize Plan and Profiles 1 2 3 6 12 Finalize Cross Sections 4 2 Coordination with Property Owners K Finalize Design Computations 1 4 6 Draft Project Manual 6 8 12 R $ Geotechnical Report Conformance mile 2 4 4 Finalize Special Provisions ? 4 4 4 Address auestions dwin2 construction 6 Quality Control Check & Revisions 12 4 4 8 8 FINAL PLANS AND BID DOCUMENTS $ Misc. Expenses (photocopies, advertising, etc. $ Revisionsfrom Stage 3 Rev. 2 6 8 8 8 Mngment/Mtng with client, corespondance 2 4 4 Total Direct Expenses = $ 1,082.00 Finalize Cost Estimate 1 I 1 2 Compile Bid Documents and Upload to Repro Graphixs 2 4 USE: $ 130,580.00 COORDINATION WITH UNITED DESIGN AT RANGELINE Existing Topography/Survey Coordination 2 2 Proposed RAB Layout Coordination 2 '_ Profile/Proposed Elevations Coordination 2 - Drainage Coordination 2 2 Signing, Striping & Lighting Coordination 2 2 File Sharing/File Compatibility 2 WALL DESIGN - PFC PLANS Review Plans & Cross Sections I Preliminary Detail Sheets 2 4 16 Preliminary Cross Sections 2 2 16 101 191 416 WALL DESIGN STAGE 3 $ 175.00 $ 130.00 $ Final layout and design 4 16 32 Finalize Detail Sheets $ 8 32 Finalize Cross Sections $ 19,100.00 $ 1 I 4 Geotechnical Report Conformance 4 I Coordination with Property Owners 4 4 Direct Expenses POST LETTING S 1,082.00 Review shop drawings $ 6 mile Pre -Bid Meeting 4 4 Answer Questions during bid / issue adddendum 4 4 4 4 Address auestions dwin2 construction 6 6 Clak Dietz, Inc. Exhibit 6tf(� 20180202_CDI_Fst_MaHours_Smoke/ Row Path Keystone to Ra Vdin&As TOTAL HOURS 135 262 101 191 416 Average Hourly Rate $ 175.00 $ 130.00 $ 110.00 $ 100.00 $ 100.00 Total $ 23,625.00 $ 34,060.00 $ 11,110.00 $ 19,100.00 $ 41,600.00 $ 129,495.00 Direct Expenses S 1,082.00 Mileage $ 0.41 mile 200 $ 82.00 Per Diem for Meals $ 26.00 da 0 $ - Lodging $ 70.00 1 night 0 $ Misc. Expenses (photocopies, advertising, etc. $ 100.001 lump sum I 1 S 1,000.00 Total Direct Expenses = $ 1,082.00 TOTAL FEE $ 130,577.00 USE: $ 130,580.00 Clak Dietz, Inc. Exhibit 6tf(� 20180202_CDI_Fst_MaHours_Smoke/ Row Path Keystone to Ra Vdin&As Clarl<Oietz C:s git re ing (°ww} y of tif8, 136th St Multi -Use Path, Keystone to Rangeline Feasibility Study for Pedestrian Bridge 2/6/2018 CATEGORIES OF WORK Project Manager Engineer 4 Engineer 3 Engineer 2 Technician FIELD INSPECTION' Inspection to evaluate condition, obtain measurements, etc. 4 4 Process phtotographs, field notes, summary of condition 2 2 BRIDGE SCOPING REPORT Existing Structure Data and Condition 2 2 Evaluate Alternatives (Widen existing bridge or new ped bridge) 4 12 12 Recommendations 2 Preliminary Cost Estimates _ 4 8 Schematics 2 8 TOTAL HOURS 6 28 0 22 14 Average Hourly Rate $ 175.Mmile $ 110.00 S 100.00 S 100.00 TOTAL $ 1,050. $ - $ 2,200.00 S 1.400.00 $ 8,290.00 Direct Expenses S 33.20 Milea e $ 0.20 $ 820 Per Diem for Meals S 26.0 $ - Lodging S 70.00 night 0 $ Prints $ 10.00 plan set 0 $ Misc. Expenses (photocopies, supplies, etc. $ 25.00 lump sum i $ 25.00 Total Direct Expenses = S 33.20 TOTAL FEE $ 8,323.20 USE: I S 8,320.00 Exhibit Ped Bridges 6 of 8 Clark>Dietz Engineering Qua ity of Life - 136th St Multi -Use Path, Keystone to Ran eline Pedestrian Bridge Desi Man -Hours 2/6/2018 CATEGORIES OF WORK Project Manager En ineer 4 En ' eer 3 Engineer 2 Technician PRELII,IINARY FIELD CHECK (PFC) PLANS Preliminary Layout Sheets 6 8 16 Prepare General Plan Sheets 1 8 8 12 Preliminary Quantities & Cost Estimate 1 4 16 Prepare Structure Boring Sheets 1 2 6 QC Check and Revisions 5 4 4 4 FINAL PLANS Revisions to Bridge Plans from PFC I 4 8 8 Finalize Layout Sheet 4 8 16 Finalize General Plan Sheet 2 8 8 Coordination with truss supplier 4 Superstructure Details I 8 16 End Bent Design 1 16 16 End Bent Details 1 4 32 Update Bridge Quantities 1 2 16 Update Cost Estimate 4 Special Provisions 4 Quality Control Check & Revisions 8 6 6 6 Submit to Cannel for Review 2 Revisions to Bridge Plans from City Review 4 6 6 Finalize Bridge Quantities for Bid Documents 2 4 Finalize Cost Estimate 2 Finalize Special Provisions 2 Prepare Plans for Bid Documents I 2 2 CONSTRUCTIONPHASE Shop Drawing Review 8 Pre -Construction Meeting 4 Address comments during construction ############ 4 4 4 TOTAL HOURS 21 104 6 116 136 Average Hourly Rate S 175.00 S 130.00 $ 110.00 $ 100.00 S 100.00 Payroll Cost $ 3,675.00 $ 13,520.00 $ 660.00 S 11,600.00 S 13,600.00 $ 43,055.00 Direct Expenses $ 26.00 day 0 S 100.00 $ 200.00 Mileage $ 70.00 night 0 S Per Diem for Meals S 10.00 plan set 0 $ - Lod ' $ 150.00 himp sum 0 $ 100.00 Prints Total Direct Expenses = S 200.00 Misc. Expenses (photocopies, supplies, etc.) TOTAL FEE USI_ S S 43,255.00 43,300.00 Exhibit ICM(-rI Clark Dietz, Inc. 20180202_CDI_Est_ManHours_Smokey Raw Path Keystonsto Rargelinexis Utility Coordination 7 of 8 C la rl< ietz L4?41PC-er;'I Quj i } of Lite 136th St Multi -Use Path, Keystone to Rangeline _ Utility Coordination Man -Hours 2/6/2018 CATEGORIES OF WORK Project Manager Engineer 4 Engineer 3 Engineer 2 Technician RESEARCH AND INITIAL NOTICE 4 8 VERIFICATION PHASE 4 12 CONFLICT ANALYSIS PHASE 4 12 16 WORK PLANS PHASE 4 12 24 BID DOCUMENTS 4 6 TOTAL HOURS 0 20 0 24 66 Average Hourly Rate $ 175.00 $ 130.00 $ 110.00 $ 100.00 $ 100.00 Pa 11 Cost $ - $ 2,600.00 $ - $ 2,400.00 $ 6,600.00 $ 11,600.00 Direct Expenses $ 193.20 Mileage $ 0.54 mile 80 $ 43.20 Per Diem for Meals $ 26.00 day 0 $ - Lodging $ 70.00 night 0 $ - Prints $ 25.00 plan set 4 $ 100.00 Misc. Ex (photocopies, supplies, etc.) $ 50.00 lump sum 1 $ 50.00 Total Direct Ex ses = $ 193.20 TOTAL FEE $ 11,793.20 USE $ 11,800.00 Clark Dietz, Inc. 20180202_CDI_Est_ManHours_Smokey Row Path Keystone to Rar*inexls Permit Preparation 8 of 8 Clark)Dietz Er=gk^e?rht g Quality OT UW 136th St Multi -Use Path, Keystone to Ran eline 401/404 / IDNR / Rule 5 Permit Preparation Man -Hours 2/6/2018 Assumptions: 401 and 404 permits will be regional general permits with no mitigation required. Modeling permit required from IDNR. CATEGORIES OF WORK Project Manager Engineer 4 Engineer 3 Engineer 2 Technician IDNR OF Permit Hydraulic Modeling Checklist 12 Site Visit and Photos 4 Project Evaluation Table 4 cHECk-RAS, and address comments 4 HEC -RAS Model 32 Public Notice 8 Summary Report, Site Map, Worksheet B 8 QC/QA, Updates, Coordination with IDNR 4 8 12u1c � Submittal Erosion ('ontrol Plans 1 16 16 Sediment Trap Design 1 2 Erosion Control Table 1 4 Prepare Project Narrative 1 4 Prepare Permit Forms 1 8 Compile Erosion Plans and Submit to Hamilton C 1 1 2 2 TOTAL HOURS 5 86 0 36 18 Average Hourly Rate S 175.00 $ 130.00 S 110.00 S 100.00 S 100.00 Payroll Cost $ 875.00 $ 11,180.00 S - S 3,600.00 $ 1,800.00 $ 17,455.00 Direct Expenses S 6,019.00 Mileage S 0.41 mile 0 S Per Diem for Meals $ 26.00 day 0 S Lodging $ 70.00 night 0 S 401 and 404 permits by sub -consultant S 5,519.00 lump sum 1 S 5,519.00 Misc. Expenses (photocopies, advertising, etc.) $ 200.00 lump sum 1 $ 500.00 Total Direct Expenses= S 6,019.00 TOTAL FEE is 23,474.00 USE $ 23,500.00 Exh ibit 1 iu,r�l �( perk Dietz, Inc. 20180202_CDI_Fst_MaiHours Smokey Raw Path Keystoneto RargelineAs CECON Civil Engineering Consultants, Inc. Client: Clark Dietz Project: Smokey Row Trail DES. No.: N/A Date: Revision Date: N/A SURVEY FEE ESTIMATE Smokey Row Trail, Route Survey (LCRS) 128.5 South Jackson Street, Suite B Greencastle 1N. 46135 Prepared by: GRN Checked by: WH Pending: Rates: CECon- 2018 Task Route Survey (LCRS) Task Budget Principal Project Manager Project Surveyor CAD Tech Lead Crew Chief Crew Chief Admin Assist 2100 Horizontal Control $600 2 4 2300 Deed Research 23 Parcels $1,330 1 12 2340 Plot Apparent Property Lines & RW (locate possession lines) $1,600 8 8 2110 QA / QC Processing Field Data $200 2 2120 Plotting and Drafting Route Survey $1,600 16 2150 Centerline Alignment $560 2 3 2000 Survey Notices $395 1 1 3 2330 Section Corners $1,260 2 2 8 2210 Prepare Field Book $730 1 4 2 2350 Route Survey Plat and Report 1 $1,3401 1 8 31 1 9110 Project Administration $3901 1 3 Total Hours Hourly Rate Labor Total $10,005 0 18 $160.00 $130.00 $0 $2,340 53 $100.00 $5,300 0 22 0 $65.00 $100.00 $100.00 $0 $2,200 $0 3 $55.00 $165 Item Task Budget I Direct Expenses Quantity I Unit Cost/Unit Total Cost Mileage: 70 miles one way. trips for the field crew and one additional trip for research $250 500 Mile $0.50 $250 Hotel at $110 / night for two employees $0 Night $110.00 $0 Perdiem X days for two employees. $0 Day $52.00 $0 Postage for survey notices $46 23 Each $2.00 $46 LCRS recording fees, $25 for the initial page. $2511 1 Page $25.00 $25 LCRS recording fees, $5 for additional pages. $5 1 Page $5.00 $5 Expense Total $326 TOTAL FEE $10,331 I'a[r 1 of 2 1 11 CECON SURVEY FEE ESTIMATE .7285 South Jackson Street, Suite 8 Civil Enginex-ering Consultants, Inc. Smokey Row Trail, Route Survey (LCRS) Greencastle IN. 46135 Client: Clark Dietz Project: Smokey Row Trail DES. No.: N/A Date: Revision Date: N/A Prepared by: GRN Checked by: WH Pending: Rates CECT Scope: ,,.,,. Brief Description of Project: Services will provide an IAC Title 865 Route Survey to the client. The corridor will be approximately 2800 lineal feet in starting from the Smokey Row and Rangeline Road intersection easterly to Drive. The purpose of the route survey is for right of way development for a future pathway. See attached map for clarification. Specific Scope as follows: LCRS "Route Survey" 2100 Provide Horizontal Control. The Horizontal Control will be provided in SPC East Zone Grid, NAD 1983, Coordinate system. (Primary control) 2300 Plot all property lines obtained from deed analysis. Plot right of way as determined by the governing agency. If title work is required, this will be an additional fee. 2340 Plot the property owner names from latest deed of record. 2110 Process field data and QA / QC before importation into CAD. 2120 Plotting and drafting the Route Survey in CAD. 2150 Provide the Client with a base alignment for their inclusing into the design plans. 2000 Notify appropriate property owners along the corridor, (23) owners to be notified. If there are additional property owners, this fee will need to modified. 2330 Locate and reference Section Corners as needed. 2210 CECON Services will provide a copy of the original field book to the client for their use. 2350 Prepare a Route Survey Plat and Report complying with Rule 12, Title IAC 865. 9110 Coordination with the Client. DELIVERABLE _- CECON Services will provide the client with a PDF copy of the Recorded Route Survey and the original field book. SCHEDULE The survey schedule will be determined once the Notice to Proceed (NTP) is granted. Page 2 of 2 Name of Project- Smokey Row Rd. Path Proied Job Type: 401/404 Regional General Permit Contact Information: Kevin M. Hetrick, PE Clark Dietz, Inc. 8900 Keystone Crossing, Suite 900 Indianapolis, IN 46240 317.808.3136 Date: February 1, 2018 Fee Justification Waterway permitting Task 1 - Administration Contract Administration Task 2 - Project and Engineer Coordination Correspondence with IDNR, USACE, and Clark Dietz Task 3 - Site Visit Wetland Delineation and Stream Assessment Task 4 - Waters of the US Write -Up Description of Field Findings and Verification Task 5 - Permit Section 401 WQC RGP Application Task 6 - Mapping and Photographs Location Map, Project Photographs Task 7 - Submission Permit Submittal Hour Totals Rates Subtotal Fee Expenses: Mileage 150 mi x 0.545 per mil IDNR Natural Heritage Database Fee Printing Total Fee g r e e n - 3 $2725 $42.00 $50.00 $5,519.25 kites: his proposal includes preparation of State Form 51937 (R4/5-15) and all required accompanying documents as well as one onsite field visit to verify and elineote wetlands in the investigated area, and a brief write up of investigated hydrology indicators. his proposal does not include preparations of plan sheets or cross sections. It is understood that drawings and engineering data required to complete the ermit application, including impact totals, will be provided to Green 3. _xhib h I cr��`( Wetland Wetland Admin Principal (PM) Ecologist Ecologist Assistant Totals 1.0 1.0 0.0 1.0 3.0 0.5 2.0 0.0 0.0 2.5 0.5 8.0 8.0 0.0 16.5 0.5 8.0 1.0 0.0 9.5 2.0 16.0 0.0 1.0 19.0 1.0 6.0 0.0 1.0 8.0 0.5 2.0 0.0 1.0 3.5 6.0 43.0 9.0 4.0 62.0 $130.00 $85.00 $85.00 $50.00 $780.00 $3,655.00 $765.00 $200.00 $5,400.00 $2725 $42.00 $50.00 $5,519.25 kites: his proposal includes preparation of State Form 51937 (R4/5-15) and all required accompanying documents as well as one onsite field visit to verify and elineote wetlands in the investigated area, and a brief write up of investigated hydrology indicators. his proposal does not include preparations of plan sheets or cross sections. It is understood that drawings and engineering data required to complete the ermit application, including impact totals, will be provided to Green 3. _xhib h I cr��`( COST ESTIMATE Geotechnical Evaluation Smokey Row Road Path Carmel, Indiana EXPLORATORY FIELD ACTIVITIES Mobilization and demobilization 1 LS $350.00 / LS 350.00 Test boring with SPT sampling 300 ft $16.00 / ft 4,800.00 Shelby tube sampling ea $65.00 / ea $80.00 / ea 640.00 ATV -mounted equipment day $300.00 / day California bearing ratio (CBR) Rock coring ft $32.00 / ft Rock core set-ups ea $90.00 / ea Soundings ft $8.00 / ft Pavement cores ea $130.00 / ea Road closure day $125.00 / day Traffic control (flagmen) 4 day $1,000.00 / day 4,000.00 Boring layout, permits and utility coordination 1 LS $540.00 / LS 540.00 Support truck 3 day $90.00 / day 270.00 Carmel permit fee and pavement patching 9 ea $750.00 / ea 6,750.00 Subtotal 16,710.00 LABORATORY Visual soil/rock classification, moisture content and hand penetrometer readings 4 hr $80.00 / hr 320.00 Atterberg limits 3 ea $80.00 / ea 240.00 Grain size analysis ea $120.00 / ea Unconfined compression 8 ea $80.00 / ea 640.00 Standard Proctor ea $145.00 / ea California bearing ratio (CBR) ea $400.00 / ea Subtotal $1,200.00 ENGINEERING Report of results, discussion, and recommendations 1 LS $2,800.00 / LS 2,800.00 Subtotal $2,800.00 Estimated Total $ 20,710.00 F'xhibit ly�n�� Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit i. 11 111 �, 11 111 $500,000 $250,000 $250,000 $ 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 11 111 1 111 EXHIBIT D AM, DAVIT '► 2&A L , 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 ant over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now n ul� 111 times relevant herein have been employed by (the "Employer") in the position of I art familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. The Employer is enrolled and participates in the federal E -Verify program. Documentation of this enrollment and participation is attached and incorporated herein. S. 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. FURTHER AFFIANT SAYETH NOT. EXECUTED on the day of I certify under the penalties for perjury under the laws the United St es of America and the State of Indiana that the foregoing factual statements and res ntations qpOfueand correct. ted-.- - V421:i L ®'fir ����'}y� �� City INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER JL m ll FEDERAL EXCISE TAX EXEMPT 101425 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, AIP CARMEL, INDIANA 46032-2584 THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. VOUCHER DELIVERY MEMO, PACKING SLIPS, 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 2/22/2018 060650 Project 18 -ENG -08; Contract Date 03.07.18 CLARK DIETZ, INC City Engineering's Office VENDOR 8900 KEYSTONE CROSSING #900 SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46240 - Kate Lustig PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 23647 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 0 2017 LOIT Bond Fund Account: 94-650.04 1 Each 136th Street Path - Range Line Road to Keystone Parkway $279,350.00 (Stadium Drive) - Design Sub Total Send Invoice To: Jill Newport CrossRoad Engineers, P.C. 3417 Sherman Drive Beech Grove, IN 46107 Email: jnewport@crossroadengineers.com PLEASE INVOICE IN DUPLICATE $279,350.00 ;0L/S1,SDu.UU DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $279,350.00 SHIPPING INSTRUCTIONS ' 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 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL N0. 101425 CLERK -TREASURER Jeremy Kashman Director James Crider Administration