Loading...
Schmidt Associates, Inc.Schmidt Associates Engineering Coordination Svcs. Engineering 3.~~ ~ : o'~ APPRovE AS TO AG~EMENT FOR PROFESSION~ 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, "Pro fessional "). (hereinafter, "City"); and Schmidt Associates, Inc. RECITALS WHEREAS, City owns and is responsible for its public works, which responsibility includes, by way of illustration and not by way of limitation, the planning, design, construction, operation and maintenance of the City' s infrastructure system; and WHEREAS, from time to time, City needs professional services to assist it in effectively and efficiently fulfilling its foregoing responsibilities; and WHEREAS, Professional is experienced in providing the professional services covered by this Agreement which relate to the planning, design, construction, operation and/or maintenance of City' s infrastructure systems; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City, on a non-exclusive basis, the professional services referenced herein; and WHEREAS, Professional is qualified and desires to provide City with such professional services as City may request in writing from time to time. 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 professional services ("Services") set forth in attached Exhibit A which is incorporated herein by this reference. Professional desires to provide to City said Services. Schmidt Associates Engineering Coordination Svcs. Engineering 2.2 Professional acknowledges that it has read and understands this Agreement, and that Professional's acceptance and/or provision of any Services hereunder shall constitute Professional' s acceptance of this Agreement and all of its terms and conditions. 2.3 Professional understands and agrees that City may, from time to time, request Professional, on a non-exclusive basis, to provide additional professional services to assist City in the planning, design, construction, operation and/or maintenance of its infrastructure system. The scope of such additional services to be provided by Professional to City shall be as requested and defined by the Mayor or his duly authorized representative. When City desires additional services from Professional, the Mayor or his duly authorized representative shall notify Professional and set forth the scope of such additional services desired as well as the time frame in which such services are to be rendered. Professional shall then provide, at no cost to City, an estimated cost for such additional services, as well as the date by which such additional services will be provided. Only after City has approved Professional's time and cost estimate for the provision of such additional services shall Professional be authorized to commence same, the description of which additional services shall be set forth in documents which shall be numbered and attached hereto in the order approved. 2.4 Professional understands and agrees that City reserves the right, at any time, to direct changes, or cause Professional to make changes in the Services provided, or to otherwise change the scope of the work covered by this Agreement, and Professional agrees to promptly make such changes. Any difference in price or time of performance resulting from such changes shall be equitably adjusted by City and Professional after receipt of documentation from Professional in such form and detail as City may require. 2.5 Professional expressly warrants that all Services covered by this Agreement will conform to all specifications, drawings, samples, instructions, directions and/or descriptions provided to Professional by City or provided by Professional to and accepted by City, and that such Services will be performed in a timely manner, in a good and workmanlike manner and flee from defects. 2.6 Professional acknowledges and agrees that it knows of City's intended use and expressly warrants that all Services covered by this Agreement which have been selected, provided or performed by Professional, based upon City's stated use, will be fit and sufficient for the particular purposes intended by City. 2.7 Time is of the essence of this Agreement. SECTION 3. CITY'S RESPONSIBILITIES 3.1 Upon its request of Professional for a time and cost estimate for the Services and/or additional services to be provided hereunder, City shall provide such criteria and information with respect to the Services and/or additional services as are reasonably necessary for Professional to understand the specific Services and/or additional services Schmidt Associates Engineering Coordination Svcs. Engineering requested and to provide a time and cost estimate thereon. 3.2 Once City has accepted Professional's time and cost estimate for the Services, City shall: 3.2.1 Furnish to Professional, upon request, such studies, reports and other available data in City's possession that City considers reasonably pertinent to the Services to be provided, and which Professional shall be entitled to rely upon in performing the Services unless, in its review of same, Professional determines that such information is not consistent and fails to promptly so notify City; and 3.2.2 Arrange and make all provisions for Professional to enter upon public and private property as reasonably required for Professional to perform the Services; and 3.2.3 Make available to Professional for consultation, as needed, such individuals as are necessary for Professional to provide the Services to City. 3.3 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 Once requested by City, Professional shall provide, within five (5) business days thereafter, a time and cost estimate and/or a request for specific information necessary to provide same to City. 4.2 Once City has accepted Professional's time and cost estimate for the Services, such Services shall be performed pursuant to the terms of this Agreement, within such time and cost estimate, and pursuant to any other terms and conditions set forth herein or attached hereto. 4.3 Professional shall coordinate its performance, in the form of physical meetings and/or status reports, with the Mayor or his duly authorized representative, pursuant to a mutually agreeable schedule and/or as circumstances dictate. 4.4 Professional shall provide the Services by following and applying at all times the highest professional and technical guidelines and standards. SECTION 5. COMPENSATION 5.1 As full and complete compensation for the Services performed by Professional hereunder, and subject to the terms and conditions contained in this Agreement, including, but not limited to, the termination provisions set forth in paragraph 7.1 hereinbelow, City shall pay Professional the total sum of $8,500.00. Schmidt Associates Engineering Coordination Svcs. Engineering 5.2 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, which is incorporated herein by this reference. City shall pay Professional for all undisputed Services rendered and stated on such invoice within thirty (30) days after the date of City' s receipt of same. If the undisputed portion of an invoice amount is not paid within thirty (30) days of its receipt by City, Professional shall so notify the City. If such undisputed portion of the invoice amount is not thereafter paid within five (5) business days after City's receipt of such notice, then a late charge in a sum equal to one percent (1%) of such unpaid and undisputed invoice amount shall accrue and be immediately due and payable by City to Professional as a separate debt for each month same remains unpaid. 5.3 In the event an invoice amount is disputed, City shall so notify Professional. If such dispute is not resolved to City's satisfaction within ten (10) business days after notice of such dispute is sent by City to Professional, City shall pay such amount, under protest, into the City Court of Cannel, which Court shall hold such money until notified of a resolution signed by both parties hereto or the entry of a final judgment thereon. 5.4 City, in its sole discretion, may agree to pre-pay all or any portion of the compensation to be paid Professional as a result of its provision of the Services hereunder, which pre- payment shall be expressly contingent upon and subject to an accounting and reconciliation by and between the parties at such time as the Services are fully performed, this Agreement is terminated and/or upon City's request. Professional agrees to immediately disgorge to City any prepayment amount it has received from City for Services that are disputed by City and/or which constitutes an overpayment for such Services. 5.5 If additional professional services are required and Professional wishes to hire an outside source for the performance of same, Professional shall so notify City in advance of the engagement of such outside source, with an explanation of the need and the qualifications of same. If City consents to such outside source, which consent shall not be unreasonably withheld, Professional understands and agrees that any such outside source so hired shall be an employee or contractor of Professional only. Professional warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a direct or indirect result of the services or use by Professional of outside sources. This indemnification obligation shall survive the termination of this Agreement. SECTION 6. TERM Subject to the termination provisions set forth in Section 7.2 hereinbelow, this Agreement shall be in effect from the Effective Date through December 31, 1998, and shall thereafter, on the 1st day of January in each subsequent year, automatically renew for a period of one (1) year, unless earlier terminated in accordance with the terms and conditions hereof. Schmidt Associates Engineering Coordination Svcs. Engineering SECTION 7. MISCELLANEOUS 7.1 Termination. 7.1.1 7.1.2 7.1.3 The obligation to provide Services under this Agreement may be terminated by City or Professional without cause upon thirty (30) days prior notice to the other party. The obligation to provide Services under this Agreement may also be terminated by City for cause, or upon City's failure to appropriate monies sufficient to pay for all of the Services to be rendered hereunder, immediately upon Professional' s receipt of City' s notice to cease all Services. In the event of Agreement termination, and as full and complete compensation hereunder, Professional shall be paid for all Services rendered and expenses incurred to date of termination that are not in dispute, less any reasonable attomey fees, costs and other damages incurred by City in the enforcement of its termination fights hereunder. Disputed compensation amounts shall be resolved as set forth in paragraph 5.3 hereinabove. 7.2 Binding Effect. City and Professional, and their respective officers, officials, agents, parmers, successors, executors, administrators, assigns and legal representatives, are bound to the other and to its officers, agents, partners, successors, executors, administrators, assigns and legal representatives, in all respects as to all covenants, agreements and obligations of this Agreement. 7.3 No Third Party Beneficiaries. Nothing contained herein shall be construed to give any rights or benefits hereunder to anyone other than City and/or Professional. 7.4 Relationship. The relationship of the parties hereto shall be as provided for in this Agreement, and Professional shall in no fashion be deemed to be an employee of City. In this regard, Professional and all of its agents, employees, contractors and outside sources are not and shall not be employees of City. Furthermore, Professional shall have the sole responsibility to pay to or for its agents, employees, contractors and outside sources, all statutory, contractual and other benefits and/or obligations as they become due, and City shall not be responsible for same. Rather, the compensation to be paid hereunder by City to Professional shall be the full and maximum amount of compensation and monies required of City to be paid to Professional hereunder. Professional hereby warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a direct or indirect result of any statutory, contractual or other claim for wages, Schmidt Associates Engineering Coordination Svcs. Engineering benefits or otherwise by any agent, employee, outside source 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 and reasonably acceptable to City, Professional Responsibility Insurance and such other insurance as is necessary for the protection of City and Professional from any and all claims for damages or otherwise under workers' compensation, occupational disease and/or unemployment compensation acts, because of errors and omissions, because of bodily injury, including, but not limited to, personal injury, sickness, disease or death of any and all of Professional's employees, agents, contractors and outside sources, and/or because of 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. Professional shall cause its insurers to name City as an additional insured on all such insurance policies (except on its Professional Responsibility Insurance policy), shall, upon request, promptly provide City with copies of all such policies, and shall provide that such policies will not be canceled without thirty (30) days prior notice to City. 7.6 Price Terms. Professional warrants and agrees that all of the prices, terms and warranties granted by Professional herein are at least as favorable to City as those offered by Professional to other customers purchasing similar services under the same material terms and conditions. 7.7 Force Majeure. Any delay or failure of either party to perform its obligations hereunder shall be excused if, and to the extent, that it is caused by an event or occurrence beyond the reasonable control of the party and without its fault or negligence, such as, by way of example and not by way of limitation, acts of God, actions by any governmental authority (whether valid or invalid), court injunction, fires, floods, windstorms, explosions, dots, natural disasters, wars, sabotage, labor problems (including, but not limited to, lockouts, strikes and slowdowns), inability to obtain power, material, labor, equipment or transportation; provided that notice of such delay (including the anticipated duration of the delay) shall be given by the affected party to the other party within five (5) business days after discovery of the cause of such delay. During any such period of delay or failure to perform by Professional, City, in its sole option, may purchase some or all of the same or similar Services from other sources and reduce the Services requested of Professional hereunder by such degree, without liability to Professional, or have Professional provide some or all of the Services from other sources at times requested by City and at the prices set forth in this Agreement. Schmidt Associates Engineering Coordination Svcs. Engineering 7.8 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 of record and Professional fails to remove it within ten (10) days after the date of filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Professional's sole cost and expense. Professional shall indemnify and hold harmless City from and against any and all liabilities, losses, claims, costs, attorney fees, expenses and/or damages incurred by City in connection with any such lien or the and/or the removal thereof. This indemnification obligation shall survive the termination of this Agreement. 7.9 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 (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, files, or has filed against it, a petition in bankruptcy, for receivership or other insolvency proceeding, makes a general assigrmaent for the benefit of creditors or, if Professional is a partnership or corporation, dissolves, each such event constituting an event of default hereunder, City shall have the right to, among other things, (1) terminate all or any part of this Agreement, without liability to Professional; (2) perform or obtain, upon such terms and in such manner as it deems appropriate in its sole discretion, the same or similar Services which were to be provided by Professional and Professional shall be liable to City for any excess costs to City in performing or obtaining same; and/or (3) exercise any other right or remedy available to City at law or in equity. 7.10 Setoff. In addition to any right of setoff provided by law, all amounts due Professional shall be considered net of indebtedness of Professional to City; and City may deduct any amounts due or to become due from Professional to City from any sums due or to become due from City to Professional hereunder. 7.11 Government Compliance. Professional agrees to comply with all present and future federal, state and local laws, executive orders, rules, regulations, codes and ordinances which may be applicable to Professional's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Professional agrees to indemnify and hold harmless City from any and all losses, damages, costs, attomey fees and/or liabilities resulting from any violation of such law, order, rule, regulation, code or Schmidt Associates Engineering Coordination Svcs. Engineering ordinance. This indemnification obligation shall survive the termination of this Agreement. 7.12 Indemnification. Professional shall indemnify and hold harmless City and its officers, officials, employees, agents, assigns and legal representatives from any and 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, outside sources or contractors in the performance of this Agreement, or otherwise. The failure to do so shall constitute a material breach of this Agreement. This indemnification obligation shall survive the termination of this Agreement. 7.13 Discrimination Prohibition. Professional represents and warrants that it and each of its employees, agents, contractors, and outside sources shall comply with all existing and future laws of the United States, the State of Indiana and City 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. City reserves the fight to collect a penalty as provided in IC 5-16-6-1 for any person so discriminated against. This indemnification obligation shall survive the termination of this Agreement. 7.14 Severability. If any provision or portion of this Agreement is held to be invalid, illegal or unenforceable by a court of competent jurisdiction, that provision or portion thereof shall be stricken, and all other provisions of this Agreement which can operate independently of such stricken provision shall continue in full force and effect. 7.15 Notice. Any notice, invoice, order or other correspondence required or allowed to be sent pursuant to this Agreement shall be in writing and either hand-delivered or sent by first-class U.S. mail, postage prepaid, addressed to the parties at the following addresses: Schmidt Associates Engineering Coordination Svcs. Engineering CITY: PROFESSIONAL: City of Carmel One Civic Square Cannel, IN 46032 ATTN: Kate Boyle (with a copy to the City Attomey, Department of Law, same address) Schmidt Associates Wil-Fra-Mar Building 320 E. Vermont Street Indianapolis, IN 46204-2126 ATTN: Richard P. Roberts Notwithstanding the above, City may orally notify Professional to cease all Services pursuant to paragraph 7.1 hereinabove, provided that such notice shall also then be sent as required by this paragraph within three (3) days from the date of such oral notice. 7.16 Effective Date. The effective date ("Effective Date") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.17 Goveming Law; Lawsuits. This Agreement shall be govemed 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 local laws, and all municipal ordinances and codes of the City of Carmel, Indiana. The parties further agree that, in the event a lawsuit is filed hereunder, they waive any rights to a jury trial they may have, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 7.18 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 fights and/or remedies nor in any way affect the rights of such party to require such performance at any time thereamer. 7.19 Non-Assignment. Professional shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement, without City's prior consent. 7.20 Entire Amreement. This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Professional and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject Schmidt Associates Engineering Coordination Svcs. Engineering to paragraph 7.14 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govem and prevail, unless the parties hereto, or their successors in interest, expressly and in writing agree otherwise. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. 7.21 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. 7.22 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. 7.23 Advice of Counsel The parties warrant that they have read this Agreement and understand it, are fully aware of their respective rights, have had the opportunity for the advice and assistance of an attorney throughout the negotiation of this Agreement, and enter into this Agreement freely, voluntarily, and without any duress, undue influence, coercion or promise of benefit, except as expressly set forth herein. [remainder of page intentionally left blank] Schmidt Associates Engineering Coordination Svcs. Engineering IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety BY: SCHMIDT ASSOCIATES, INC. Signature Printed Name: Richard P. Roberts Title: Date: ATTEST: Dian~~urer Date: APF,'-14-1998 15:18 SCHMIDT ASS[CIATES, iNC. 317 263 622-4 P.02/05 April 14, 1998 ,Y'N IBIT- A SCHM1DT ASSOC Ms_ Kate Boyle City Engineer City of Cam~el One Civic Square Cannel, Indiana 46032 Re: Storm Sewer Coordination for Menon Trail Dear Ms. Boyle: Thank you for meeting with Rob to discuss your needs for our coordination with Butler, Fainnan, and Senfete on the Storm Sewer Project adjacent to the Menon Trail. This letter serves as oux Proposal for Engineering Coordination Services for this Project. Our understanding of your Project is as tbllows: You am currently under contract with Butler, Fman, and Seu fert m design a new storm sewer line from 126th Street to 1" Street Northwest. TMs line will be located adjacent to the ~ture Monon Trail Project in the proposed right of way. The purpose for coontinating the Menon Trail Bid Documents with the Storm Sewer Documents is the iyr. obable economy afforded the Ci.ty by unifying and coordinating the bidding and construction process. S chm idt Assoeiates proposes the fol low ing: Scope of Sery._jces Sclmidt Associates, Inc., wilt provide Bullet, Fairman, and Seufert with Plan Drawings arid Borden, typical cross section (for reference) and a 95% set (for reference). Sclmlidt Associates, Inc., will develop the Specification Front End provided by the City of Cannel and include a Bid Tab for the Butler, Fairman, and Senleft work. Sehmidt Associates, Inc., will provide printing of the Butler, Fairman, and Seufert documents as a separate volume to the Bid Package. V, tif-Fra .Mar B aildiag 320 East $rtrmont Street lndianapofis', IN 4~ 317.2d~.6226 317-2~3-6224 ~) 888-z~3-6294 (toO free) xe~m~t~ay.ut fe-~) www.~chmidt-auh.c~m Wayne .$. $chmidt, Film Ronald W. Fib'her, Richard P. R~ert.t, RLA Dean hi. Hling}vorlh. Mfcha~ R. Ea,lgn. John P, Vui&,t, AM Robert J. Adams, RLA Michael W. Engledow. AM 13ebra S. Fraz(en AIA Mat7 Beth Hexnke gris Kleintonight Crete A. Kunee, AtA Aqil A. Peerbhay, RA Dartell G, Philljp~, ?E Btenda S. Roger Marc A. Rape. PE Jeffrey A. Reed, PE 3'teven L 8chm, cher. AIA Bitrid G. Shuck, PE Keyin D. Stuehvisch, RA Joints E. B~Itiarns, Pg ~PE~14-199~ 15:18 SICHHIDT ASSECIATES, INC. ( rWl .l- A, Sewer Line Coordination fbr M~non Trail Letter ~ Ms, Kate BoyW April 14, 1998 Pag= 2 263 6224 P.03/85 Schmidt Associates, Inc., wilI coordinate document distribmion and be the single point f~>r contractor questions during bidding (Schmidt Associates, Inc., will direr questions related to Volume 2 to Butler, Fairman, and Seufert). Schmidt Associates, Inc., will di~ldbute all Addendum items. Schmidt Associates, Inc., will coordinate and run the pre~bid and pre- construction meetings. Sctm~idt Associates, Inc., will provide a coordination point during construction for a shop drawing submittals and coatTact. or field que~stions. We have incorporated the following assumptions regarding Bullet, Fainnan, and Scufert's role in this Project: Butler, Fairman, and. Seufert will prepare mxd ce~il~r all documents pertaining to the Storm Sewer Project as per their existing agreement with the City of Carmel. Butler, Fairman, and Seufert will prOare and issue, through Schmidt Associates, Inc., all related Addendum Documents. Butler, Fainnan, and Seufert will answer Contxaetor'-~ questions pertaining to the Storm Sewer Proj~gt during bidding and observation. Butler, Fainnan, and Seufert will handle all permR requirements related to the Storm Sewer Project to the ~xt~nt of their contract with Cannel. Butler, Fairman, and Seufert will provide construction observation for the Storm Sewer Project to the ext~nt of d~eir contract with Cannel. Butler, Fairman, and Seufert will participat= in ~e pre-bid and pre- constructing meetings to the extent of their contract with Carreel. It is the intent of all parties a.smciatcd with this Contract to provide efficiency and cost savings for the Owner by having a single sourc~ contractor coordinate and/or provide services associated with the construction of the Menon Trail and the new ~torm sewer line. It is not the intent of this Agreement to imply any c~ntxa~ial and/or consulting relationshil:,s between ,Schmidt Associates, Inc., and Butler, Fairman, and Seufert for these identified Projects. Architgctur~ Engineering Interior Pe~dgn AP.R-14-1998 15:19 S~:HN]DT RSSO:IRTES, INC. 317 263 6224 P.04/05 Sewer Lino Coordination for Morton Trail Letter to Ms. Kate Boyle April i 4, 1998 Page 3 A ~ Con~nue~ ) Fee E~m~e Our fee to provide the illustrated services is $8,500.00, That fee breaks down to 81,500.00 (14 hours) for coordination and document preparation prior to bidding, $3,500.00 (60 hours) for all Bid Doe. ument distribution, bidding coordination and assistance, and $3,500.00 (50 hours) rot shop drawing distribution and contractor coordination. Reimbursables am defined as any hard copy drawings tbr Butler, Fainnan, and Seafez't, 95% review print set and Bid Dosument printing and will be billed at cost times 1.10, Approved additional s, en,,ic~ will be billed as per the attached Rate Schedule. Schedule The schedule for the Project will track consistently with the Morton Trail Project and the previously defined schedule for this Project. With bes~ regard.5, RiCbar(P. Robots, ~A Managing Pa~ P~btf ARachment: Hourly hte Scl~dule Copy: Debit Seif¢~ B~nda ~g~ File Engintering Interior Dnign Landscape Architecture RPR-~4-~ggB ~5:~9 S:~__-H~I]DT RSSD~IRTES~ ~NC:. J~? 26~ E,22~ P.05./05 Hourly Rate Schedule CEO/Managing Partner time at the fixed rate of two hundred ($200.00) dollars and no/100 per hour. Thg GEe is Wayne S. Schmidt, FAIA. The Managing Partners are Ronald W. Fisher, AIA; and Richard P. Robeas, RLA. Professional Partner time at the fixed rate of ox~e hundred and fifty ($150-00) dollars and no/100 per houx. The Professional Partners are Dean M. Iltingworth, A1A; Michael R- Eagan, AIA; and lohx~ P. Voigt, AIA. Associate limb at the fixed rate of one hundred and thirty-five ($135.00) dollars and notl00 per hour. The Associates are Donald R. Able. AIA; Seeyen K, A!spatlgh, AIA; Mary Ellen Wolf, RA; and Keyin D. Shelley, AIA. Projet Manager time at the fixed xate of one hundred and ten ($110.00) dollars and no/100 per l~ur. Archlte~t I E~tgiueer / Interior Deslg!ter I Landscape Architect time at the fixed rate of ninety-five ($95.00) dollars and notl00 per hour. Graduate Architect / Project Designer I Tedmical Resources Coor_mnator / Construction A~mintstratio~a time at the fixed rate of eighty ($80.00) doUars and nell 00 per hour. Administrative time at the fixed rate of fifty ($50.00) dollars and no/leO per hour. Intern time at the fixed rate of forty-five ($45.00) dollars and no/100 per hour. The above charges include payroll expenses, taxes, insurance, overhead and profit, local telephone. Staffing I equipment selection shall be at The discretion of Schmidt Assx~ciates, Inc. CONFIDENTIAL . not for un. authorized distribution. Ej~ctive January. 1, 1998 SCHMIDT Wa-Fra-Mar Building 120 East Vermont Street Indianapolis, IN 44204 317-263-~226 3I~'-2~3-6224 qax) Wayne S. Schmidr, FAIA Ranaid W. Fisher, AIA Rib'hard P. Robert.t RLA Dean M. lllingworth. AJA Michael !1. Eagan. AJA John P. Voigt, AIA Donald · Able, AIA Seeyen K. Alxpaugh. AIA John D, Camden. PE Kevin D. Shelley, AIA Mary Ellen Wolf, RA Robert i. Adam, RLA Mit'hael 1E. eagle~w, AtA Mar~ Beth ttanlre LOuis Z Huebt~ AIA AqH A. Peerbhoy, RA Jeffrq A. Reed, PE Seeyen L. 5Chatchef. AIA David G. Shuck, PE K~in O. Stuckitch. ~ Tanner D. Un~ood, ~ Englnesring Interior DtMin Lanhcape Architecture TOTAL P.I~5 Schmidt Associates Engineering Coordination Svcs. Engineering Name of Company: Address & Zip: Telephone No.: Fax No.: EXHIBIT B Professional Services Invoice Date: Project Name: Invoice No: Person Performing Service Service Services Provided Date (Describe in detail in tenth hour units) Hourly one- Rate Hours Worked Total GRAND TOTAL Signature Printed Name Schmidt Associates Engineering Coordination Svcs. Engineering EXHIBIT C INSURANCE COVERAGES Worker' s Compensation & Disability Statutory Limits Employer's Liability: Bodily Injury by Accident: Bodily Injury by Disease Bodily Injury by Disease $100,000 each accident $ 500,000 policy limit $100,000 each employee Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: $2,000,000 $2,000,000 Personal & Advertising Injury Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): $1,000,000 $1,000,000 $ 50,000 $ 5,000 Comprehensive Auto Liability Owned, hired and non-owned Bodily Single Limit: injury and property damage each accident $1,000,000 Umbrella Excess Liability Each occurrence and aggregate Maximum Deductible $2,000,000 $ 10,000 Professional Responsibility Insurance: Per Occurrence: Aggregate: $2,000,000 $2,000,000 May 27, 1998 Richard P. Roberts Schmidt Associates Wil-Fra-Mar Building 320 East Vermont Street Indianapolis, Indiana 46204-2126 Mr. Roberts: On May 20, 1998, the Board of Public Works and Safety approved a contract to do business with your company. Enclosed is a copy of the signed agreement. Please review the enclosed sample invoice. You do not need to use this specific form, but we do require that you submit all information requested on the sample in a similar layout. This format replaces any other form previously used by the City and is effective upon approval of your contract. Please call Clerk-Treasurer Diana Cordray at 571-2414 if you have any questions. We look forward to working with you. Sincerely, Rebecca L. Martin Deputy Clerk cc: file ONE CIVIC SQUARE CARMEL. INDIANA 46032 317/571-2400 June 27, 2000 City of Carmel DEPARTMENT OF ENGINEERING Board of Public Works and Safety One Civic Square Cannel, IN 46032 Dear Board Members: On April 5th, 2000 the Board of Public Works and Safety granted me the authority to approve change orders for certain projects, with a maximum limit of 5% of the project cost. This authority was granted with the understanding that I would then bring forth these change orders to gain the Boards concurrence of approval on a monthly basis. With this approval, I was granted the authority to approve change orders up to $30,633.33 on the Monon Trail/Offsite Storm Sewer project. In accordance with the Board' s decision on this matter, I hereby submit Change Order number 1 for the Monon Trail portion of this project. These changes increase the project cost by $24,469.00, resulting in a new total contract price of $648,243.14. The majority of this cost is due to due to the addition of landscaping made on the project. The remaining cost is due to several minor additions made along the trail. Therefore, I ask that the Board concur with my approval of this change order as described above. ~ely, ~ C/L)~k~ M. Kat; e~es~, P.E. City Engineer ONE CIVIC SQUARE CARMEL, INDIANA 46032 317/571-2441 Transmittal TO: PHONE: FAX PHONE: FROM: DATE: PROJECT: PROJECT #: COPY: Mr. Rick Brost Fox Contractors 8777 Purdue Road, Suite 231 Indianapolis, IN 46268 317.334.1956 Craig Flandermeyer June 19, 2000 Monon Tr~I Carmel, Indiana 96080 John Lester, Carreel/Clay Parks & Recreation Craig Parks, City of Carmel Engineering file 1 Change order 1, Contract B ASSOCIATES Architecture Engineering Interior Design Landscape Architecture WiI-Fra-Mar Building 320 East Vermont Street Indianapolis, IN 46204 317-263-6226 FAX 317-263-6224 schmidt@indy.net TRANSMITTED: I __ by messenger/courier __x by mail __ by FAX __ by delivery service __ by overnight service __ for approval __ for your use __ for your information x__ for your response For your review and signature. Please forward to Craig Parks @ City of Carmel Engineering. [] PLEASE NOTIFY US IF THE ENCLOSURES ARE NOT AS NOTED ON THIS FORM. CONFIDENTIALIP{ NOTICE: The documents accompanying this telecopy ramsmission contain confidential information belonging to the sender, which is legally privileged. The information is intended only for the use of the individual(s) or entity named above. If you are not the intended recipiem, you are hereby notified that any disclosure, copying or dlsrdbution of this telecopied information is strictly prohibited. If you received this telecopy in error, please notify us by telephone at the number above to arrange for nemrn of the original documents to us. T:\96080\061900 fox trans. WB2 19-Jun-00 TO: Fox Contractors 8777 Purdue Road, Suite 231 Indianapolis, IN 46268 CITY OF CARMEL CONTRACT CHANGE ORDER NO.: 1 DATE: June 19, 2000 PROJECT NAME: Contract B, Carmel/Clay Monon Trail CITY REQ. NO.: CITY PO NO.: CITY PO DATE: I. You are directed to make the following changes in this Contract: Changes in Scope of Work as described in Contract B, Request for Proposal 1 dated March 8, 2000, Request for Proposal 2 dated May 2, 2000, and Letter to Kyle Miller/SAI dated June 1, 2000 (Tree plantings at Street department). RFP 2, Item 14 was subsequently modified changing all thermoplastic markings on the Project to traffic paint per INDOT specifications; the remainder of Item 14 is unchanged. SCHEDULED ADJUSTMENT ITEM AMOUNT (+) OR (-) DAYS II. The following referenced Documents further describe the changes outlined in Paragraph I, and are to be considered a part of this Change Order: R.F.P.: l&2 W.D.C. No.: Other: Letter to Kyle Miller/SAI dated June 1, 2000. The changes result in the following adjustment of Contract Price and Contract Time: Contract Price prior to this Change Order $ 235,885.01 Contract . ~__~ h~ han Order $ 24~469.00 Price wfil be ~ncrease~ by t s C ge New Contract Price including this Change Order $ 260,354.01 Contract Time Prior to this Change Order 180 Days April 24,2000 Completion Date Net increased/decreased resulting from this Change Order 6__0 Days Current Contract Time including this Change Order 240 Days June 23, 2000 Completion Date This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance of the changed work. The Above Changes Are Recommended Schmidt Associates, INC. ENGINEER 320 E. Vermont Street Address Indianapolis, IN 46204 City/State/Zip Phone: 317.263.6226 Date: June 19, 2000 The Above Changes Are Accepted: Fox Contractors, INC. CONTRACTOR 8777 Purdue Rd., Suite 231 Address Indianapolis, IN 46268 City/State/Zip Rick Brost Approved: ~ \~ ~/~, er Bill~ ~Talker, Member Treasurer TO: Fox Contractors 8777 Purdue Road Suite 231 Indianapolis, IN 46268 CITY OF CARMEL REQUEST FOR PROPOSAL No. 1 DATE: March 8, 2000 PROJECT NAME: Contract B Carmet/Clay Morton Trail SAI PROJECT NO.: 96080 4.4.1 Specification Reference: See Attached Descriotion of Changes Drawing Reference: See Attached Drawing Date: Identification of Attachments: Cannel/Clay Monon Trail -Contxact B Description of Proposal Request No. 1 Items. See Attached Please submit within ten (10) calendar days of this request date a proposal showing increase. decrease or no change in Contract Price and/or Contract Time. Proposal shall be accompanied by four (4) copies of breakdown showing quantities, cost of material, equipment, labor, overhead, profit and basis for the additional time if any. DESCRIPTION OF PROPOSED CHANGE COVERED BY THIS REQUEST: (See AEached) REASON FOR CHANGE: Changes in Project Scope SPECIAL INSTRUCTIONS: THIS REQUEST DOES NOT AUTHORIZE YOU TO PROCEED WITH THE ABOVE WORK NOR STOP PREVIOUSLY SCHEDULED WORK. Upon approval a Contract Change Order and a Notice To Proceed will be issued. Please state in your proposal the effect the acceptance of this Request will have on the Project's Substantial Completion and Final Completion, if accepted within days of proposal due date. YOUR PROPOSAL DUE D March 18, 2000 By: '~nee~'~ · neer: Kyle E. Miller, P.E. Schmidt Associates, Inc. 320 East Vermont Street Indianapolis, IN 46204 Date: Approved By: City of Carmel Date: Board of Public Works and Safety CITY OF CARMEL CARMEIdCLAY MONON TRAIL CONTRACT B DESCRIPTION OF PROPOSAL REQUEST No. 1 ITEMS Item 1: Per the Contractor's request, raise the two inlets and the stonn sewer 3 feet in the parking lot shown on sheet C301 as directed in a memo from Schmidt Associates dated January 7, 2000. Item 2: Per the Owner's request, revise layout of parking lot as shown on the revised sheet C301A dated January 27, 2000. Item3: F~rc~ari~cati~n~fc~n~ictinginf~rmati~nbetweenp~ansheetC2~2anddetai~2/C3~~~~ndetai~ 2/C30 I, change the scope of work on the north side of Gradle as follows: 2. 3. 4. Delete the two brick bollards, note 13. Add two additional wood bollards, note 4, in place of the deleted brick bollards. Locate these outside of the gravel shoulder, evenly spaced with the other wood bollards. Extend the asphalt trail, gravel shoulders and striping south approximately 10 feet and connect to Gradle Drive. Full depth surface asphalt may be used since this area will become brick paving in the next phase. Add the Identity Sign on the north side of the road, note 7. Item 4: Per the Contractor's request, delete the re-bar from curb details 6/C401 and 7/C401 and change the section to INDOT's Standard Barrier Curb with fiber mesh reinforcement. Fox Contractors Corp. 5430 W. Ferguson Road · Fort Wayne. Indiana 46809-9612 Ft. Wayne (219) 747-7461 · Fax (219) 747-7717 Indpls. (317) 334-1956 · Fax (317) 334-1967 An Equal Employment Opportunity Employer March 24, 2000 Kyle E. Miller, P.E. Schmidt Associates 320 East Vermont Street Indianapolis, IN 46204-2126 RE: Project #98-14; Contract B, Carmel/Clay Monon Trail; RFP #1 Dear Kyle, This letter is in response to your RFP #1 dated March 7, 2000 for the above referenced project. Following is the break down for each item requested. Description Increase Decrease Item #1 $ 240.00 Item #2 $4540.00 Item #3 $ 680.00 Item ~ $1245.00 Item #5 $1650.00 Totals $6190. O0 $2165. O0 The net increase for this RFP is $4,025.00. Item #5 is the additional mobilization that Calumet Asphalt requested and which was approved by Craig Parks last fall due to having to leave off the surface layer of asphalt on the southern portion of the trail because of the fiber optic company in that area. We also request that 17 calendar days be added to the contract completion date due to the design change of the parking lot area and the additional work that is associated with it. If you have any questions, please call me at 334-1956. Sincerely, Rick Brost TO: Fox Contractors 8777 Purdue Road, Suite 231 Indianapolis, 1N 46268 CITY OF CARMEL REQUEST FOR PROPOSAL NO: 2 DATE: May 2, 2000 PROJECT NAME: Contract B, Carreel/Clay Monon Trail PROJECT NO.: 96080 4.4.1 Specification Reference: See Attached Description of Chan~:es Drawing Reference: See Attached Drawing Date: See Attached Identification of Attachments: Carmel/Clay Monon Trail - Contract B Description of Proposal Request No. 2 Items Please submit within fifteen (15) calendar days of this request date a proposal showing increase, decrease or no change in Contract Price and/or Contract Time. Proposal shall be accompanied by four (4) copies of breakdown showing quantities, cost of material, equipment, labor, overhead, profit and basis for the additional time if any. DESCRIPTION OF PROPOSED CHANGE COVERED BY THIS REQUEST: (See attached) REASON FOR CHANGE: Changes in Project Scope SPECIAL INSTRUCTIONS: NA THIS REQUEST DOES NOT AUTHORIZE YOU TO PROCEED WITH THE ABOVE WORK NOR STOP PREVIOUSLY SCHEDULED WORK. Upon approval a Contract Change Order and a Notice To Proceed will be issued. Please state in your proposal the eftYet the acceptance of this Request will have on the Project's Substantial Completion and Final Completion, if accepted within __ days of proposal due date. YOUR PROPOSAL DUE DATE: May 17, 2000 By: Engineer Craig Flandermeyer, RLA Date Schmidt Associates, Inc. 320 E. Vermont Street Indianapolis, IN 46204 Approved By: Owners Representative CITY OF CARMEL - CARMEL/CLAY MONON TRAIL CONTRACT B DESCRIPTION OF PROPOSAL REQUEST NO. 2 ITEMS Item 1: Delete yellow paint stripe that extends down the centerline of the asphalt trail at each intersection. Replace with 4" wide red paint stripe per specifications to run continuous the length of the trail. Paint stripe shall stop at the concrete "eybrows' with circular stripe around removable bollard location per attached detail dated 5.2.00. Item 2: Delete (21 ) collapsible bollards per specifications. Replace with (9) Fairweather removeable bollards, Model No.: B4-5BL 36" Height, two reveals to be at top, no reveal at bottom, reflective tape installed by manufacturer in two reveals, lock well cover, Color: Cardinal red Item 3: Delete (16) 6" x 6" steel bollards, 2 at each intersection; install (16) 6" x 6" wood bollards per detail 2, C403. (Refer to PR No. 1 for bollard changes at Cradle.) Item 4: Provide credit for substituting galvanized chainlink fencing and posts to match existing on site in lieu of PVC coated as called for on plans for west side of trail approximately station 183+30. Item 5: Provide additional 18 LF of two rail guardrail: 10 LF @ station 180+62 and 8 LF at Depot parking area to close gaps (net add after mlocation of guardrail per field order 1 dated April 25, 2000). Item 6: Install turtle plaque (8" wide x 6" tall), plaque to be cast aluminum with black background, text as supplied to ASI Signs 4.25.00. anchor to limestone boulder in location approved by Architect/Engineer. Item7: Install(2) tunnel signs (14" x S.5"), graphic and text per included graphic. Item 8: Print trail roles text as supplied by Architect/Engineer on street side of all stop signs. Print "Yield" graphic on back of all other traffic signs that had been blank. Item 9: Provide modified stop sign in (4) locations: 2 @ Main Street, 1 @ south side of 2"a Street SW, and 1 @ Gradle. Modified sign shall be double post and include 3 slats each for dimctional signs. Directional information shall be printed on both sides of slat, text for directional signs to be supplied by Architecl/Engineer. Item 10: Delete small locking bulletin board and (2) graphic panels from Community Information Board. Install aluminum cover on back of board painted white. Item 11: Provide (48) Rudbeckia fulgida 'Goldstrum' at locations specified on revised Depot planting plan dated April 25, 2000. Item 12: Provide additional planrings per graphic "A' dated April 26, 2000. Item 13: Provide additional planting per graphic "B" dated April 26, 2000. Item 14: Clarification of Pedestrian crossing sign locations and pavement markings as called out on detail 1&2/C302. Sign graphics shall be W11-2 and W11A-2 per attached detail. Crosswalk striping shall be white thermoplastic (to match PED XING) 24" wide longitudinal stripes 48" C.C., 10' width centered on concrete "eyebrows". 1st Street NVq: East approach (1) W11A-2 @ NW comer of intersection, stripe crosswalk, West approach per detail 1/C302 Main Street: Per detail 1/C302, no crosswalk striping, coordinate east approach sign locations with street department. 1st Street SW: Per detail 1/C302, stripe crosswalk. 2na Street SW: East approach (1) W11A-2 @ NW comer of intersection, stripe crosswalk, West approach per detail 1/C302. Totals: (8) W11A-2, (6) WI 1-2, (6) Locations "PED XING', (3) Striped crosswalks Fox Contractors Corp. 5430 W. Ferguson Road · Fort Wayne, indiana 46809-9612 Ft. Wayne (219) 747-7461 · Fax (219) 747-7717 Indpls. (317) 334-1956 · Fax (317) 334-1967 May 31, 2000 An Equal Employment Opportunity Employer Kyle E. Miller, P.E. Schmidt Associates 320 East Vermont Street Indianapolis, IN 46204-2126 RE: Project #98-14; Contract B, Carmel/Clay Monon Trail; RFP #2 REVISED Dear Kyle, This letter is a revision in response to your RFP #2 dated May 2, 2000 for the above referenced project. Following is the break down for each item requested. Description Increase Decrease Item # 1 $1660,00 Item # 2 $3585,00 Item # 3 $ 640.00 Item # 4 $ 45.00 Item # 5 $ 300.00 Item # 6 $ 355.00 Item#7 $ 175.00 Item # 8 $ 940.00 Item # 9 $1053.00 Item #10 No Change Item #11 $ 390.00 Item #12 $4125.00 Item #13 $2625.00 Item #14 $ 775.00 Item #15 $ 850.00 Item #16 $3285.00 Item#17 $ 261.00 Totals $20379.00 $ 685.00 The net increase for this RFP is $19,694.00. Item #14 is revised to change all pavement markings to paint from thermoplastic and still includes the 2 revised pedestrian signs on Main Street. Item #15 is the addition of the concrete at the turtle mosaic. Item #16 is the additional paving width that was requested by the City at two locations, the repair of the approach at Sta. 159+60, and additional pavement required at the parking lot area. Item #17 is the additional 2-rail fence that was requested 5/9/00. We also request that 15 calendar days be added to the contract completion date due to the delay in receiving the bollard receivers and the additional work that is required. If you have any questions, please call me at 334-1956. Sincerely, Rick Brost Cc: Craig Parks, City of Carmel Fox Contractors Corp. 5430 W. Ferguson Road · Fort Wayne, Indiana 46809-9612 Ft. Wayne (219) 747-7461 · Fax (219) 747-7717 Indpls. (317) 334-1956, Fax (317) 334-1967 An Equal Employment Opportunity Employer June 1, 2000 ,Schmidt Associates 320 East Vermont Street Indianapolis, IN 46204-2126 RE: Project #98-14; Contract B, Carmel/Ciay Monon Trail Dear Kyle, This letter is to request that $750.00 be added to the upcoming change order for 9 trees that we planted for the above referen(;~sd projecL This work was done on a time & material basis and was approved by Craig Parks. Also there was several inlets that were added in the spring that will need to be added to the upcoming change order also. Mr. Parks is awere of these inlets & miscellaneous pipes. If you have any questions, please call me at 334-1956. Sincerely, Rick Bfost Cc: Craig Parks, City of Carmel