54
BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEN Council Chambers Courtroom - Citizens Square 200 East Berry Street, Room 035 Fort Wayne, Indiana 46802 AGENDA Commissioners' Legislative Session 10:30 AM Friday, February 28, 2020 Call to Order Pledge of Allegiance and Moment of Silence 1. Items for Consideration: 1.a approval of minutes of the February 21, 2020 legislative meeting 02-21-20 Minutes.docx 1.b Award of Bid Reference #2-2020 Expo LED Lighting Upgrade at Allen County War Memorial Coliseum to Shambaugh & Son in the amount of $368,000 Bid Recommendation letter.pdf Service Agreement Shambaugh.pdf 1.c Agreement between the Board of Commissioners and D & L Transportation for transportation of 1265 voting machines for the 2020 elections. Total cost - $45,540 D and L Transportation 2020.pdf 1.d Agreement between the Board of Commissioners and DLZ Indiana, LLC for engineering services for the Cedar Creek Park Trail project. Cost - Not to Exceed Fee of $718,680.00 Revised Cedar Creek Trail PE Agreement .pdf 2. Consideration of Claims Submitted for Payment 2.a claims for the period of February 19th - 26th, 2020 in the amount of $669,619.21 02192020-02262020.xlsx 3. Other Business: 4. Approval to waive the 2nd Reading on any matter approved today and for which it may be deemed necessary for today's Legislative Session.

BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEN ... · box culvert would be installed over the Jacob-Johnson Ditch as a part of the requested Clark Dietz agreement. F. Nelson Peters

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

BOARD OF COMMISSIONERS OF THE COUNTY OF ALLENCouncil Chambers Courtroom - Citizens Square

200 East Berry Street, Room 035Fort Wayne, Indiana 46802

AGENDA

Commissioners' Legislative Session10:30 AM Friday, February 28, 2020

Call to Order Pledge of Allegiance and Moment of Silence 1. Items for Consideration: 1.a approval of minutes of the February 21, 2020 legislative meeting 02-21-20 Minutes.docx 1.b Award of Bid Reference #2-2020 Expo LED Lighting Upgrade at Allen County War

Memorial Coliseum to Shambaugh & Son in the amount of $368,000 Bid Recommendation letter.pdf Service Agreement Shambaugh.pdf 1.c Agreement between the Board of Commissioners and D & L Transportation for

transportation of 1265 voting machines for the 2020 elections. Total cost - $45,540 D and L Transportation 2020.pdf

1.d Agreement between the Board of Commissioners and DLZ Indiana, LLC for engineeringservices for the Cedar Creek Park Trail project. Cost - Not to Exceed Fee of $718,680.00

Revised Cedar Creek Trail PE Agreement .pdf 2. Consideration of Claims Submitted for Payment 2.a claims for the period of February 19th - 26th, 2020 in the amount of $669,619.21 02192020-02262020.xlsx 3. Other Business: 4. Approval to waive the 2nd Reading on any matter approved today and for which it may be

deemed necessary for today's Legislative Session.

5. Comments from the Public 6. Motion to Adjourn

Allen County does not discriminate because of disability in the admission to, or treatment or employment in, its programs or activities.The Human Resources Director has been designated to coordinate compliance with nondiscrimination requirements contained in Section35.107 of the Department of Justice regulations. Information concerning the provisions of the Americans with Disabilities Act, and therights provided therein, and Allen County's ADA policy is available from the ADA Coordinator. Suggestions on how the County canbetter meet the needs of persons with disabilities may be submitted to the ADA coordinator at: Human Resources Department, 200 EastBerry Street, Suite 380, Fort Wayne, IN 46802, or by phone at (260) 449-7217.

BOARD OF COMMISSIONERSOF THE COUNTY OF ALLEN

Council Chambers Courtroom - Citizens Square

200 East Berry Street, Room 035Fort Wayne, Indiana 46802

MINUTES

Commissioners' Legislative Session10:00 AM Friday, February 21, 2020

Commissioners Present: Therese M Brown, F. Nelson PetersCommissioners Absent: Richard E Beck

Others Present: Chris Cloud, Chief of StaffMichael Green, Public Information OfficerBill Fishering, county attorneyRobin Minniear, administrative assistantTom Fox, ACDEMAiste Manfredini, ACDEMSusan Keeler, ACDEMJodi Leamon, ACDEMCharity Murphy, HRKara Simonoff, HRBill Hartman, HighwayMichael Farrar, Clark DietzAmanda Lawrence, SJCA EngineersRosa Salter Rodriguez, Journal-GazetteKevin Leiniger, News-Sentinel

Call to Order Commissioner Therese Brown called the meeting to order at 10:02 AM.

Pledge of Allegiance and Moment of Silence

Presentation of Civil Service Award: Jodi Leamon - Allen County Department of Environmental Management Human Resources Director Charity Murphy presented a Civil Service Award to Allen County Department of Environment Management Sustainability Coordinator Jodi Leamon, where she has served since May 14, 2012.The Civil Service Award was established to recognize employees who exhibit three criteria:

exceptional service to Allen Countynoteworthy commitmentinnovative ideas

Murphy stated that Leamon adfjlafjldkfjla;dfjldfjlsdfj;aldkfj;ldfkjalsdfjldfkj;ldfja;ldfkja;ldfkjasldf

1. Items for Consideration:1.a Approval of minutes of the February 14, 2020 legislative meeting

F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion.Motion Passed: 2 - 0

1.b Promissory Note to repay $2,250,000 loan from the Rainy Day Fund for the purchase of six(6) tandem axle and four (4) single axle dump trucks on behalf of the Allen County Highway DepartmentChief of Staff Chris Cloud explained that $2.25 million would be loaned from the county Rainy Day Fund to be paid back in five annual installments with no interest charged for the purchase of the needed dump trucks.

F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion. Motion Passed: 2 - 0

1.c Agreement between the Board of Commissioners and Clark Dietz, Inc. for Prine Rd Small Structure # 107012 over Jacob -Johnson Ditch for replacement with an Aluminum Box Culvert, Project # 1500120; in the amount of $88,200.00County Highway Executive Director Bill Hartman was present and explained that the gravel Prine Road would be widened from 16 to 20 feet and a larger and safer aluminum box culvert would be installed over the Jacob-Johnson Ditch as a part of the requested Clark Dietz agreement.

F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion. Motion Passed: 2 - 0

1.d Border Bridge Agreement between the Board of Commissioners and Paulding County, Ohio for joint ownership of four (4) bridges.An agreement, initiated by the Indiana Department of Transportation, was approved between Allen County and Paulding County, Ohio, regarding four bridges on roads bordering both counties. These bridges will be inspected and routinely maintained by Paulding County, but the cost of any major repairs or replacement of the bridges will be shared equally between the two counties.Hartman noted that a similar agreement is still being worked out with Van Wert County, Ohio, where there is one adjoining bridge structure.

F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion. Motion Passed: 2 - 0

1.e Change Order # 9 For Ryan Rd/Bruick Rd, Project # 12300113; in the amount of $14,401.24 (increase).County Highway Director Bill Hartman presented a change order increase for Ryan/Bruick Rd due to striping work to be done.

F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion. Motion Passed: 2 - 0

1.f Agreement between the Board of Commissioners and American Locating Services, Inc for locating services at north campus.Chief of Staff Chris Cloud introduced an agreement with American Locating Services for ground penetrating radar work to be done at the Byron Center north campus, which is being prepped for sale.

F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion. Motion Passed: 2 - 0

2. Consideration of Claims Submitted for Payment

2.a Approval of claims for the period of February 13th to February 18th, 2020 to in the amount of $729,090.11

F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion. Motion Passed: 2 - 0

3. Other Business: None.

4. Approval to waive the 2nd Reading on any matter approved today and for which it may be deemed necessary for today's Legislative Session.F. Nelson Peters made a motion to Approve. Therese M Brown seconded the motion. Motion Passed: 2 - 0

5. Comments from the Public None.

6. Motion to Adjourn

Commissioner Brown adjourned the meeting at 10:20 AM.

Allen County does not discriminate because of disability in the admission to, or treatment or employment in, its programs or activities. The Human Resources Director has been designated to coordinate compliance with nondiscrimination requirements contained in Section 35.107 of the Department of Justice regulations. Information concerning the provisions of the Americans with Disabilities Act, and the rights provided therein, and Allen County's ADA policy is available from the ADA Coordinator. Suggestions on how the County can better meet the needs of persons with disabilities may be submitted to the ADA coordinator at: Human Resources Department, 200 East Berry Street, Suite 380, Fort Wayne, IN 46802, or by phone at (260) 449-7217.

SUPPLIER NAME

Shambaugh & Son, L.P.

The Board of Commissioners of the County of Allen, Indiana Hereafter referred to as (“County of Allen, Indiana”)

STREET ADDRESS STREET ADDRESS

7614 Opportunity Drive 200 E. Berry St., Suite 410 CITY, STATE, ZIP CODE CITY, STATE, ZIP CODE

Fort Wayne, IN 46825 Fort Wayne, IN 46802 ATTENTION INVOICE ADDRESS

Douglas Hearld ACWMC – 4000 Parnell Ave. TELEPHONE EMAIL or FAX CITY, STATE, ZIP CODE

260-487-7777 260-487-7701 Fort Wayne, IN 46805 REMIT-TO ADDRESS ATTENTION

7614 Opportunity Drive Randy Brown CITY, STATE, ZIP CODE TELEPHONE EMAIL OR FAX

Fort Wayne, IN 46825 260-482-9502 [email protected]

Service Description

Aggregate Price Includes Alternates 1-3 $368,000.00

The following attachments are part of this agreement:

SERVICE ADDRESS

4000 Parnell Ave. E-Verify CITY, STATE, ZIP CODE

Non-Collusion Fort Wayne, IN 46805 Bid Submittal Documents AGREEMENT START DATE

February 28, 2020 AGREEMENT END DATE

Upon project completion

This agreement is entered into between Supplier and the County of Allen, Indiana. The additional terms and conditions on the reverse side hereof are part of this agreement. Capitalized terms on this page are used as defined terms when the context so requires. The County of Allen, Indiana, may extend the Contract at its option, for an equivalent period, by written notice to the Supplier not less than thirty days prior to the expiration date.

SUPPLIER: By (Signature): (Signature): Richard E. Beck

Printed Name: (Signature): Therese M. Brown

Title: (Signature): F. Nelson Peters

Date: Date:

FEDERAL TAX ID NUMBER:

(Signature): Attest:

ADDITIONAL TERMS AND CONDITIONS 1. SERVICES. Supplier agrees to perform the Services beginning on the Begin Date and continuing until the

Services are completed. Supplier warrants that the Services will be completed on or before the End Date. TIME

IS OF THE ESSENCE. Supplier warrants that all Services shall conform to the Service Description, be of good

quality and workmanship, and be free from defects. Supplier further warrants that all goods furnished in

connection with the Services shall be merchantable and suitably safe and sufficient for the purpose for which

they are normally used. Supplier warrants that it has good title to goods supplied hereunder and that they are

free of all liens and encumbrances. These warranties are in addition to those implied in fact or in law. For the

purposes of this agreement, the term “Services” shall include any goods furnished in connection with the

Services.

2. INVOICES. Supplier shall invoice the Allen County department requesting the Services and according to the

Rates, Billing Interval, and Invoice Address. Invoices shall itemize the Services performed, the Service

Address, and the corresponding rates and taxes, if any. Payment shall be due within forty five (45) days after

the invoice date or the date of completion of the invoiced Services, whichever occurs later.The County of Allen,

Indiana, shall not be obligated to make any payment to Supplier hereunder until Supplier has furnished proof

satisfactory to the County of Allen, Indiana, of full payment for all labor, materials, supplies, machinery, and

equipment furnished for or used in performance of this agreement or has furnished all necessary waivers of lien

supported by affidavits, all satisfactory to the County of Allen, Indiana, establishing that all liens and rights to

claim liens that could arise out of the performance of the Services have been waived. Payment of invoices shall

not constitute acceptance of the Services, and invoices shall be subject to adjustment for defects in quality or any

other failure of Supplier to meet the requirements of this agreement. The County of Allen, Indiana, may at any

time set off any amount owed by the County of Allen, Indiana, to supplier against any amount owed by Supplier

or any of its affiliated companies to the County of Allen, Indiana.

3. INDEPENDENT CONTRACTOR RELATIONSHIP. County of Allen, Indiana, and Supplier are and shall

remain as independent contractors with respect to each other. The persons provided by Supplier to perform the

Services shall be Supplier’s employees and shall be under the sole and exclusive direction and control of

Supplier. They shall not be considered employees of the County of Allen, Indiana, for any purpose. Supplier

shall be responsible for compliance with all laws, rules and regulations involving, but not limited to, employment

of labor, hours of labor, health and safety, working conditions, and payment of wages with respect to such

persons. Supplier shall also be responsible for payment of taxes, including federal, state and municipal taxes

chargeable or assessed with respect to its employees, such as Social Security, unemployment, Workers’

Compensation, disability insurance, and federal and state withholding. Supplier shall also be responsible for

providing such reasonable accommodations, including auxiliary aids and services, as may be required under the

Americans With Disabilities Act, 42 U.S.C. 12101 et seq., so as to enable any disabled person furnished by

Supplier to perform the essential functions of the job. Supplier agrees to defend, indemnify, and hold harmless

the County of Allen, Indiana, from and against any loss, cost, claim, liability, damage, or expense (including

attorney’s fees) that may be sustained by reason of Supplier’s failure to comply with this paragraph.

4. INDEMNITY. Supplier shall defend, indemnify, and hold harmless the County of Allen, Indiana, (including

its officers, employees, and agents) from all demands, damages, liabilities, costs, and expenses (including

reasonable attorneys’ fees), judgments, settlements, and penalties of every kind arising out of its performance of

Services including, without limitation, damages for personal injury or death or loss or damage to property due, or

claimed to be due to the negligence or willful misconduct of Supplier including such portion thereof due, or

claimed to be due to the negligence of the County of Allen, Indiana. Supplier shall have no duty to hold harmless

the County of Allen, Indiana, for such portion of the foregoing proximately caused by negligence or misconduct

of the County of Allen, Indiana, and if any suit, claim, or demand was defended by Supplier, then the County of

Allen, Indiana, will reimburse Supplier for its pro-rata share of its costs, expenses (including reasonable

attorneys’ fees), and damages. The County of Allen, Indiana, may elect to participate in the defense of any suit,

claim, or demand by employing attorneys at its own expense, without waiving Supplier’s obligations to

indemnify, defend, or hold harmless. Supplier shall not settle or compromise any claim, suit, or action, or

consent to entry of judgment without the prior written consent of the County of Allen, Indiana, and without an

unconditional release of all liability by each claimant or plaintiff to the County of Allen, Indiana.

5. LIMITATION OF LIABILITY. Each party’s liability to the other for any loss, cost, claim, liability, damage,

or expense (including attorneys’ fees) relating to or arising out of any negligent act or omission in its performance

of obligations arising out of this agreement, shall be limited to the amount of direct damage actually incurred.

Absent gross negligence or knowing and willful misconduct which causes a loss, neither party shall be liable to

the other for any indirect, special or consequential damage of any kind whatsoever.

6. INSURANCE. Supplier shall maintain in full force and effect during the performance of the Services the

following insurance coverage; provided, however, that if a High Risk Insurance Attachment is attached hereto,

the requirements of the High Risk Insurance Attachment shall be substituted in lieu of the following

requirements:

(a) Worker’s Compensation per statutory requirements.

(b) General Liability $1,000,000 minimum per occurrence/

$2,000,000 aggregate

(c) Automobile Liability $1,000,000 minimum per occurrence

(d) Products Liability $1,000,000 minimum per occurrence

(e) Completed Operations Liability $1,000,000 minimum per occurrence

The Certificate of Insurance must show The Board of Commissioners of the County of Allen, Indiana and their

officers and agents as Additional Insureds and a Certificate Holder, with 30 days notification of cancellation or

non-renewal. All Certificates of Insurance should be sent to the following address:

Allen County Department of Public Purchase

200 E. Berry Street, Suite 495

Fort Wayne, IN 46802

7. HAZARDOUS MATERIALS. Supplier will provide to the County of Allen, Indiana, before performing any

Services, a statement describing any Hazardous Materials intended and necessary for use in performing the

Services. “Hazardous Materials” means any item which may be classified under federal, state, or local law, as

hazardous or toxic. Supplier must comply with all federal, state, or local law in the use, transportation, and

disposal of such Hazardous Materials.

8. PROGRESS REPORTS. The Supplier shall submit progress reports to the County of Allen, Indiana, upon

request. The report shall serve the purpose of assuring the County of Allen, Indiana, that work is progressing in

line with the schedule, and that completion can be reasonably assured on the scheduled date. This contract shall

be deemed to the substantially performed only when fully performed according to its terms and conditions and

any modification thereof.

9. CONFLICT OF INTEREST. Supplier certifies and warrants that neither it nor any of its directors, officers,

agents, representatives or employees which will participate in any way in the performance of the Supplier’s

obligations hereunder has or will have any conflict of interest, direct or indirect, with the County of Allen,

Indiana, or any of its departments, divisions, agencies, officers, directors or agents.

10. CONFIDENTIALITY OF DATA, PROPERTY RIGHTS IN PRODUCTS, AND COPYRIGHT

PROHIBITION. Supplier further agrees that all information, data findings, recommendations, proposals, etc. by

whatever name described and by whatever form therein secured, developed, written or produced by the Supplier

in furtherance of this contract—shall be the property of the County of Allen, Indiana,. The Supplier shall take

action as is necessary under law to preserve such property rights in and of the County of Allen, Indiana, while

such property is within the control and/or custody of the Supplier. By this contract, the Supplier specifically

waives and/or releases to the County of Allen, Indiana, any cognizable property right of the Supplier to copyright,

license, patent or otherwise use such information, data findings, recommendations, proposals, etc.

11. CONFIDENTIALITY OF COUNTY OF ALLEN, INDIANA, INFORMATION. Supplier understands and

agrees that data, materials, and information disclosed to Supplier may contain confidential and protected data.

Therefore, the Supplier promises and assures that data, material, and information gathered, based upon or

disclosed to the Supplier for the purpose of this contract, will not be disclosed to others or discussed with other

parties without the prior written consent of the County of Allen, Indiana.

12. EMPLOYER CERTIFICATION. In accordance with I.C.§22-5-1.7, Supplier understands and agrees to

enroll and verify work eligibility status of all newly hired employees of the contractor through E-Verify program

or any other system of legal residence verification as approved by the United States Department of Homeland

Security. Supplier further understands that they are not required to verify work eligibility status of newly hired

employees of the Supplier through the E-Verify program if the E-Verify program no longer exists. Supplier

certifies that they do not knowingly employ any unauthorized aliens.

13. COMPLIANCE WITH LAWS. Supplier warrants that the Services shall be in strict conformity with all

applicable local, state and federal laws including, but not limited to, the standards promulgated by the

occupational Safety and Health Act, Executive Order 11246, as amended, relative to Equal Employment

Opportunity and all other applicable laws, rules, and regulations, including the Civil Rights Act of 1964

pertaining to equal opportunity, Section 503 of the Vocational Rehabilitation Act of 1973, the American with

Disabilities Act, Section 402 of the Vietnam Era Veterans Readjustment Assistance Act of 1974 and all

applicable immigration laws and regulations including the 1986 Immigration Reform and Control Act et. seq.

Supplier agrees to indemnify and hold harmless the County of Allen, Indiana, from and against any loss, cost,

claim, liability, damage, or expense (including attorneys’ fees) that may be sustained because of Supplier’s

breach of such warranty.

14. DEFAULT. In the event that (a) Supplier breaches any warranty contained herein; (b) Supplier fails to

provide the insurance certificate required herein; (c) Supplier or Supplier’s insurance carrier fails to defend,

indemnify, or hold harmless the County of Allen, Indiana, as required herein; (d) Supplier’s performance of the

Services violates applicable law; (e) Supplier admits insolvency, makes an assignment for the benefit of creditors,

or has a trustee appointed to take over all or a substantial part of its assets; or (f) Supplier fails to perform or

comply with any other provision of this agreement, such failure, breach, or violation shall constitute a default

under this agreement.

15. TERMINATION. In the event of default by Supplier under this agreement, the County of Allen, Indiana,

reserves the right without liability, in addition to its other rights and remedies, to terminate this agreement by

notice to Supplier as to the portion of the Services not yet rendered and to purchase substitute services at

Supplier’s expense. Supplier shall reimburse the County of Allen, Indiana, for the cost of such substitute services

upon Supplier’s receipt of an invoice therefor.

16. WAIVER. No action or inaction by the County of Allen, Indiana, shall constitute a waiver of any right or

remedy.

17. CANCELLATION. The County of Allen, Indiana, may at any time cancel this agreement in whole or in part

for its sole convenience upon written notice to Supplier, and Supplier shall stop performing the Services on the

date specified in such notice. The County of Allen, Indiana, shall have no liability as a result of such

cancellation, except that the County of Allen, Indiana, will pay Supplier the Rates for completed Services

accepted by the County of Allen, Indiana, and the actual incurred cost to Supplier for Services in progress. These

payments shall not exceed the Aggregate Price.

18. FORCE MAJEURE. Neither party shall be liable to the other or responsible for nonperformance of any of the

terms of this agreement due to unforeseeable causes beyond the reasonable control and without the fault or

negligence of such party, including, but not restricted to acts of God or the public enemy, acts of government,

fire, floods, epidemics, quarantine restrictions, strikes, freight embargoes, or unusually severe weather.

19. NOTICES. All notices required or permitted to be made or given hereunder by one party to the other party

shall be in writing and shall be deemed to have been given when hand delivered, or on the date stated on the

receipt if deposited in the United States mail in certified form, postage prepaid with return receipt requested, and

addressed to such other party at its Notice Address or at such other address as may be specified by such other

party by written notice sent or delivered in accordance herewith.

20. ASSIGNMENT. Any assignment, in whole or in part, of Supplier’s rights or obligation under this agreement

without the prior written consent of the County of Allen, Indiana, shall be void. Supplier shall not use

subcontractors to perform any part of the Services without the prior written consent of the County of Allen,

Indiana.

21. ACCESS TO RECORDS. The Supplier shall maintain all books, documents, papers, accounting records, and

other evidence pertaining to the cost incurred. They shall make such materials available at their respective offices

at all reasonable times during the contract period and for three (3) years from the date of final payment under the

contract for inspection by the County of Allen, Indiana, or by any other authorized representative of the County

of Allen, Indiana. Copies thereof shall be furnished at no cost to the County of Allen, Indiana, if requested.

22. NONDISCRIMINATION. Pursuant to IC 22-9-1-10 and the Civil Rights Act of 1964, Supplier and its

subcontractors shall not discriminate against any employee or applicant for employment in the performance of

this contract. The Supplier shall not discriminate with respect to hire, tenure, terms, conditions or privileges of

employment or any matter directly or indirectly related to employment, because of race, color, religion, sex,

disability, national origin or ancestry. Breach of this covenant may be regarded as a material breach of contract.

Acceptance of this contract also signifies compliance with applicable Federal laws, regulations, and executive

orders prohibiting discrimination in the provision of services based on race, color, national origin, age, sex,

disability or status as a veteran.

23. NONAPPROPRIATION. Pursuant to IC 5-22-17-5, (a) when the fiscal body of the governmental body

makes a written determination that funds are not appropriated or otherwise available to support continuation of

performance of contract, the contract is considered canceled. (b) A determination by the fiscal body that funds

are not appropriated or otherwise available to support continuation of performance is final and conclusive.

24. MISCELLANEOUS. If any provision of this agreement is held to be invalid or unenforceable, the validity

and enforceability of the remaining provisions shall not be affected. This agreement shall be governed by the

laws of the state of Indiana and shall be subject to the exclusive jurisdiction of the courts therein. Should any

litigation arise out of any matter covered by this agreement, said litigation shall be brought in either the State or

Federal courts located in Allen County, Indiana. This agreement embodies the entire agreement between the

parties with respect to the subject matter hereof and supersedes all prior agreements and understanding, whether

written or oral, and all contemporaneous oral agreements and understandings relating to the subject matter hereof.

No agreement hereafter made shall be effective to modify or discharge this agreement, in whole or in part, unless

such agreement is in writing and signed by the party against whom enforcement of the modification or discharge

is sought. The paragraph headings are for convenience only and are not intended to affect the interpretation of

the provisions hereof. This agreement shall be binding on the parties hereto and their respective personal and

legal representatives, successors and assigns. If a conflict exists between this form and any other document

within this agreement, this form controls.

1

A G R E E M E N T

THIS AGREEMENT is made and entered into this day of , 2020, by and

between, the Board of Commissioners of the County of Allen, Indiana hereinafter referred to as

the "LOCAL PUBLIC AGENCY - LPA", and

DLZ Indiana, LLC

825 South Barr Street

Fort Wayne, IN 46802

hereinafter referred to as the "CONSULTANT."

W I T N E S S E T H

WHEREAS, the LOCAL PUBLIC AGENCY desires to contract for engineering services

required to prepare contract documents, an opinion of probable cost and construction inspection

services, for the project hereinafter described, and,

WHEREAS, THE CONSULTANT has expressed a willingness to prepare said contract

documents and opinion of probable cost and provide construction observation services as

desired by the LOCAL PUBLIC AGENCY and to furnish the engineering services in connection

therewith;

NOW, THEREFORE, the parties hereto agree that said CONSULTANT shall provide the

services and documents, hereinbefore and hereinafter described, in relation to the following

described project:

Project: Cedar Creek Trail

West Segment - Hursh Road from Matea Park Entrance along Hursh Road to Halter Road

Middle Segment - Town of Grabill along State Street to Grabill Park

North Segment - Grabill Park to Hurshtown Reservoir

Consultant shall provide professional services of qualified environmental scientists, engineers,

surveyors and support personnel as necessary to complete the scope of basic services for

preparation of the Cedar Creek Trail – Hursh Road from Matea Park Entrance along Hursh Road

to Halter Road & Town of Grabill Park to Hurshtown Reservoir.

2

NOW, THEREFORE, in consideration of the mutual covenants herein contained, the

parties hereto mutually covenant and agree as follows:

Section I: Services By CONSULTANT

The services to be provided by the CONSULTANT under this Agreement are as set out in

Appendix "A", attached to this Agreement, and made an integral part hereof.

Section II: Information and Services to be Furnished by LOCAL PUBLIC AGENCY

The information and services to be furnished by the LOCAL PUBLIC AGENCY are as set out

in Appendix "B", attached to this Agreement, and made an integral part hereof.

Section III: Notice to Proceed and Schedule

The CONSULTANT shall begin the work to be performed under this Agreement

immediately upon receipt of the written notice to proceed from the LOCAL PUBLIC AGENCY, and

shall deliver the work to the LOCAL PUBLIC AGENCY in accordance with the Schedule contained

in Appendix "C", attached to this Agreement, and made an integral part hereof. The

CONSULTANT shall not begin work prior to the date of the notice to proceed, unless otherwise

directed by the LOCAL PUBLIC AGENCY.

Section IV: Compensation

The CONSULTANT shall receive payment for the work performed under this Agreement

as set forth in Appendix "D", attached to this Agreement, and made an integral part hereof.

Section V: General Provisions

1. Work Office

The CONSULTANT shall perform the work under this Agreement at the following office:

825 South Barr Street

Fort Wayne, IN 46802

(260) 420-3114

The CONSULTANT shall notify the LOCAL PUBLIC AGENCY of any change in its mailing

address and/or the location(s) of the office(s) where the work is performed.

3

2. Employment

During the period of this Agreement, the CONSULTANT shall not engage, on a full or part

time or other basis, any LOCAL PUBLIC AGENCY personnel who remain in the employ of the LOCAL

PUBLIC AGENCY.

The State of Indiana has enacted a law (I.C. 22-5-1.7) that requires an entity entering into

a contract with a state agency or political subdivision to verify that their employees are legally

eligible to work in the United States. As a term of this agreement, CONSULTANT shall:

A. Enroll in and verify the work eligibility status of newly hired employees through

the E-Verify programs (but is not required to do this if the E-Verify program no

longer exists); and

B. Certifies that the CONSULTANT does not knowingly employ unauthorized aliens.

3. Covenant Against Contingent Fees

The CONSULTANT warrants that he has not employed or retained any company or person,

other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this

Agreement, and that he has not paid or agreed to pay any company or person, other than a bona

fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage

fee, gifts or any other consideration, contingent upon or resulting from the award or making of

this Agreement. For breach or violation of this warranty, the LOCAL PUBLIC AGENCY shall have

the right to annul this Agreement without liability, or, in its discretion to deduct from the

Agreement price or consideration, or otherwise recover, the full amount of such fee, commission,

percentage, brokerage fee, gift or contingent fee.

4. Subletting and Assignment of Contract

No portion of the work under the Agreement shall be sublet, assigned or otherwise

disposed of, except with the written consent of the LOCAL PUBLIC AGENCY. Consent to sublet,

assign or otherwise dispose of any portion of the work under this Agreement shall not be

construed to relieve the CONSULTANT of any responsibility for the fulfillment of this Agreement.

A subcontractor shall not subcontract any portion of its work under this Agreement.

5. Ownership of Documents

All documents, including tracings, drawings, reports, estimates, specifications, field notes,

investigation, studies, etc., as instruments of service for use on this specific project, are to be the

property of the LOCAL PUBLIC AGENCY. The CONSULTANT may maintain copies of all documents

and may use and copy such documents for CONSULTANT’s use only. During the performance of

the services, herein provided for, the CONSULTANT shall be responsible for any loss or damage

to the documents, herein enumerated, while they are in his possession and any such loss or

damage shall be restored at his expense. Full access to the work during the progress of the work

4

shall be available to the LOCAL PUBLIC AGENCY.

6. Access to Records

The CONSULTANT and his subcontractors shall maintain all books, documents, papers,

accounting records and other evidence pertaining to the cost incurred and shall make such

materials available at its respective offices at all reasonable times during the period of this

Agreement and for three years from the date of final payment under the terms of this

Agreement, for inspection by the LOCAL PUBLIC AGENCY, and copies thereof shall be furnished

if requested.

7. Compliance with State and Other Laws

The CONSULTANT specifically agrees that in performance of the services herein

enumerated by him or by a subcontractor or anyone acting in behalf of either, that he or they

will comply with state, federal and local statutes, ordinances, and regulations applicable to the

performance of this Agreement.

8. Standard of Performance

Services provided by CONSULTANT under this Agreement shall be performed in

accordance with generally accepted engineering practices. All estimates, recommendations,

opinions, and decisions shall be based on available information at the time, and the experience,

technical qualifications, and professional judgment of CONSULTANT. CONSULTANT shall hold

harmless the LOCAL PUBLIC AGENCY from claims, suits, actions, and damages resulting from the

negligent acts, errors or omissions of the CONSULTANT under this Agreement.

9. Status of Claim

The CONSULTANT shall be responsible for keeping the LOCAL PUBLIC AGENCY currently

advised as to the status of any claims made for damages against the CONSULTANT resulting from

services performed under this Agreement. The CONSULTANT shall send notice of claims related

to work under this Agreement to the LOCAL PUBLIC AGENCY.

10. Responsibility of the CONSULTANT

A. The CONSULTANT shall be responsible for the professional quality, technical

accuracy, and the coordination of all designs, drawings, specifications and other

services furnished by the CONSULTANT under this contract. The CONSULTANT

shall, without additional compensation, correct or revise any errors or deficiencies

in its designs, drawings, specifications, and other services if the errors or

deficiencies resulted, independently of all other causes, from negligence of the

CONSULTANT. The CONSULTANT shall not be responsible for errors, omissions or

deficiencies in the designs, drawings, specifications, reports or other services of

the LOCAL PUBLIC AGENCY or other consultants, including, without limitation,

5

surveyors and geotechnical engineers, who have been retained by LOCAL PUBLIC

AGENCY. The CONSULTANT shall have no liability for errors or deficiencies in its

designs, drawings, specifications and other services that were caused, or

contributed to, by errors or deficiencies (unless such errors, omissions or

deficiencies were known or should have been known by the CONSULTANT) in the

designs, drawings, specifications and other services furnished by the LOCAL

PUBLIC AGENCY, or other consultants retained by the LOCAL PUBLIC AGENCY.

B. Neither the LOCAL PUBLIC AGENCY’S review, approval or acceptance of, nor

payment for, the services required under this contract shall be construed to

operate as a waiver of any rights under this contract or of any cause of action

arising out of the performance of this contract, and the CONSULTANT shall be and

remain liable to the LOCAL PUBLIC AGENCY in accordance with applicable law for

all damages to the LOCAL PUBLIC AGENCY caused by the CONSULTANT’S negligent

performance of any of the services furnished under this contract.

C. The CONSULTANT shall have no responsibility for supervising, directing or

controlling the work of contractors or other consultants retained by the LOCAL

PUBLIC AGENCY, nor shall the CONSULTANT have authority over, or responsibility

for, the means, methods, techniques, sequences or procedures of construction

(except those required by the contract plans, specifications, special provisions,

etc. prepared by the CONSULTANT) selected by contractors. The CONSULTANT

shall have no responsibility for the safety of persons on or off the job site, and

whether or not engaged in the work, for safety precautions and programs incident

to the work of contractors, or for any failure of contractors or others to exercise

care for the safety of any person, including employees of contractors, or to comply

with laws, rules, regulations, ordinances, codes or orders applicable to

contractors' performance of the work.

D. The rights and remedies of the LOCAL PUBLIC AGENCY provided for under this

contract are in addition to any other rights and remedies provided by law.

E. The CONSULTANT shall have an affirmative duty to advise the LOCAL PUBLIC

AGENCY of any known or obvious errors, omissions, or deficiencies in the designs,

drawings, specifications, reports, or other services of the LOCAL PUBLIC AGENCY

or consultants retained by the LOCAL PUBLIC AGENCY.

11. Insurance

The CONSULTANT shall procure and maintain, until final payment by the LOCAL PUBLIC

AGENCY for the services covered by this Agreement, insurance of the kinds and in the amounts

hereinafter provided in insurance companies authorized to do such business in the State of

Indiana covering all operations under this Agreement whether performed by him or by his

subcontractor. During the life of this Agreement, the CONSULTANT shall furnish the LOCAL

PUBLIC AGENCY with certificates showing that the required insurance coverage is maintained.

6

DLZ Indiana, LLC will provide the following minimum insurance requirements:

A. Workers' Compensation Insurance: $500,000 E.L. each accident,

$500,000 Disease – Each employee

$500,000 Disease – Policy Limit

B. General Liability Insurance: $1,000,000 per occurrence bodily injury

or property damage

$300,000 Damage to Rented Property

$5,000 Medical Expense per person

$2,000,000 Annual aggregate.

$1,000,000 Personal & Adv. Injury

$1,000,000 Products – Comp/OP/ Agg.

$1,000,000 Errors and Omissions

C. Automobile $1,000,000 Hired/Non-Owned

12. Progress Reports

The CONSULTANT shall submit a monthly Progress Report to the LOCAL PUBLIC AGENCY

by the tenth of each month, showing progress to the first of the month, or may otherwise

communicate project status in the form of meetings, phone calls, faxes, emails, etc.

13. Changes in Work

In the event the LOCAL PUBLIC AGENCY requires a major change in scope, character or

complexity of the work after work has progressed as directed by the LOCAL PUBLIC AGENCY,

adjustments in compensation to the CONSULTANT and in time for performance of the work as

modified, shall be determined by the LOCAL PUBLIC AGENCY in the exercise of its honest and

reasonable judgment and the CONSULTANT shall not commence the additional work or the

change of the scope of the work until a supplemental agreement is executed and the

CONSULTANT is authorized in writing by the LOCAL PUBLIC AGENCY to proceed with the work.

14. Delays and Extensions

Delays or hindrances, that are not a result of CONSULTANT error, shall be compensated

for by an extension of time for such periods as may be determined by mutual agreement of

CONSULTANT and LOCAL PUBLIC AGENCY. Additional costs incurred due to the delay shall also

be determined by mutual agreement of CONSULTANT and LOCAL PUBLIC AGENCY.

15. Abandonment and Termination

The LOCAL PUBLIC AGENCY reserves the right to terminate or suspend this Agreement

upon written notice.

7

A. If the LOCAL PUBLIC AGENCY shall abandon the services herein mentioned, the

CONSULTANT shall deliver to the LOCAL PUBLIC AGENCY all data, reports, drawings,

specifications and estimates completed or partially completed and these shall become

the property of the LOCAL PUBLIC AGENCY. The earned value of the work performed

shall be based upon an estimate of the portions of the total services as have been

rendered by the CONSULTANT to the date of the abandonment.

B. If the CONSULTANT shall abandon or fail to timely perform its duties hereunder,

including the preparation and completion of plans and specifications within the

several times hereinbefore specified, or within such further extension or extensions

of time as agreed upon, the LOCAL PUBLIC AGENCY may give written notice, that if

the CONSULTANT shall not within twenty (20) calendar days from the date of such

notice, have complied with the requirements of this Agreement, then the Agreement

is deemed terminated. Upon the mailing or delivery of such notice or personal

delivery thereof to the CONSULTANT, and the failure of the CONSULTANT within said

described twenty (20) day period to fully comply with each and all requirements of

this Agreement, this Agreement shall terminate. When written notice is referred to

herein, it shall be deemed given when deposited in the mail addressed to the

CONSULTANT at its last known address.

C. In case the LOCAL PUBLIC AGENCY shall act under the last preceding paragraph, then

in such event, all data, reports, drawings, plans, sketches, sections, and models, all

specifications, estimates, measurements and data pertaining to the project, prepared

under the terms or in fulfillment of this Agreement, shall be delivered within twenty

(20) days to the LOCAL PUBLIC AGENCY.

16. Non-Discrimination

Pursuant to I.C. 22-9-1-10 and I.C. 5-16-6-1, the CONSULTANT and his subcontractors, if

any, shall not discriminate against any employee or applicant for employment, to be employed

in the performance of work under this Agreement, with respect to hire, tenure, terms, conditions,

or privileges of employment or any matter directly or indirectly related to employment, because

of race, color, religion, sex, handicap, national origin or age. Breach of this covenant may be

regarded as a material breach of the Agreement.

17. Successors and Assignees

The LOCAL PUBLIC AGENCY, insofar as authorized by law, binds itself and its successors,

and the CONSULTANT binds its successors, executors, administrators and assignees of such other

party, as the cause may be insofar as authorized by law, in respect to all covenants of this

Agreement.

Except as above set forth, neither the LOCAL PUBLIC AGENCY nor the CONSULTANT shall

assign, sublet or transfer its or his interest in this Agreement without the consent of the other.

8

18. Supplements

This Agreement may only be amended, supplemented or modified by a written document

executed in the same manner as this Agreement.

19. Indemnity

Contractor shall defend, indemnify, and hold harmless the Local Public Agency (including

its officers, employees, and agents) from all demands, damages, liabilities, costs, and expenses

(including reasonable attorney’s fees), judgments, settlements, and penalties of every kind

arising out of its performance of services including, without limitation, damages for personal

injury or death or loss or damage to property due, or claimed to be due, to the negligence or

willful misconduct of Contractor including such portion thereof due, or claimed to be due, to the

negligence of the Local Public Agency, except that Contractor shall have no duty to hold harmless

the Local Public Agency for such portion of the foregoing proximately caused by negligence or

misconduct of the Local Public Agency and if any suit, claim, or demand was defended by

Contractor, then the Local Public Agency will reimburse Contractor for its pro-rata share of its

costs, expenses (including reasonable attorney’s fees), and damages. The Local Public Agency

may elect to participate in the defense of any suit, claim, or demand by employing attorneys at

its own expense, without waiving Contractor’s obligations to indemnify, defend, or hold

harmless. Contractor shall not settle or compromise any claim, suit, or action, or consent to entry

of judgment without the prior written consent of the Local Public Agency and without an

unconditional release of all liability by each claimant or plaintiff of the Local Public Agency.

20. Employer Certification

In accordance with I.C. § 22-5-1.7, Consultant understands and agrees to enroll and verify

work eligibility status of all newly hired employees of the Contractor through E-Verify program

or any other system of legal residence verification as approved by the United States Department

of Homeland Security or the department of homeland security. Consultant further understands

that they are not required to verify work eligibility of status of newly hired employees of the

Consultant through the E-Verify program if the E-Verify program no longer exists. Consultant

certifies that they do not knowingly employ any unauthorized aliens.

21. Preferred Venue

Should any litigation arise out of any matter covered by this Agreement, said litigation

shall be brought in either the State or Federal courts located in Allen County, Indiana.

22. Form Affirmation Clause

The Undersigned swears or affirms under the penalties of perjury that the undersigned

has not altered, modified or changed the clauses 1-21 of the Commissioners form contract in any

way except for the following clauses which are named below:

9

IN TESTIMONY WHEREOF, the parties hereto have executed this Agreement.

CONSULTANT LOCAL PUBLIC AGENCY

DLZ Indiana, LLC The Board of Commissioners of

the County of Allen, Indiana

By:______________________________ By:_________________________________

Miguel A. Treviño, P.E. Therese M. Brown, President

Vice President

By:_________________________________

Attest: Richard E. Beck, Jr., Vice President

By:______________________________ By:_________________________________

Casey M. Erwin, P.E. F. Nelson Peters Secretary

Department Manager

Attest:

By:_________________________________

Chris Cloud, Allen County Deputy Auditor

Appendix “A” - Page 1

APPENDIX "A"

SERVICES BY CONSULTANT

The CONSULTANT shall provide the following services and phases to complete the project

development. An opinion of probable cost will be prepared at each design phase prior to bidding.

Each section is itemized according to specific design elements.

I – BASIC SERVICES BY CONSULTANT

1. PROJECT MANAGEMENT - The CONSULTANT shall provide Project Management services

including the following:

A. The CONSULTANT shall manage the activities described in Appendix “A” (Scope of

Work) among the project team members. The CONSULTANT’s project manager (PM)

will be in charge of overall project management in addition to being the LPA’s direct

link to the design team for issues concerning administration and technical execution.

The PM will be responsible for coordinating the activities of all SUBCONSULTANTs

and acting as liaison between professional and any outside agencies and/or groups.

The PM will also be responsible for maintaining schedule and budget.

B. The CONSULTANT shall coordinate and attend meeting with the LPA no less than

every other month to facilitate the management of the project design elements.

Meetings will be held to discuss technical issues requiring action by the LPA and third

parties. Meetings will be held with the LPA on an as-needed basis to facilitate the

acquisition of necessary project Right-of-Way parcels. The CONSULTANT will prepare

minutes of all such meetings and distribute them to all participants. This scope of

work includes a maximum of twenty (20) meetings.

C. The CONSULTANT shall implement quality assurance and control procedures to

ensure the CONSULTANT’s work satisfies the project requirements. The

CONSULTANT shall coordinate these procedures with the SUBCONSULTANTs at each

plan submittal stage to ensure continuity of design standards and plans throughout

the project limits.

2. SURVEY - The CONSULTANT will provide topographic survey and location control route

survey plat (LCRSP) (see attached Exhibit “A” for the survey limits approximately 2.9 miles)

required for preparation of design plans. The general scope of work for the topographic

survey includes the following:

A. Horizontal control will be based on the Indiana Coordinate System of 1983, East

zone (NAD83), US Survey Feet.

B. Vertical control will be based on the North American Vertical Datum of 1988

(NAVD88). Temporary bench marks (TBM’s) will be provided with an established

elevation to the nearest 0.01 ft.

C. DLZ will mail survey notice letters to those parcels for which access is necessary to

perform the requested surveys.

Appendix “A” - Page 2

D. The topographical survey data will be collected at an interval spacing of

approximately 50 feet within the survey limits and as required to define changes

in grade.

E. Design and dig requests tickets will be placed with Indiana 811 in an effort to

have the public underground utilities marked in the field. Those locations that

are marked by Indiana 811 will be surveyed. If additional trips to the site are

required because the utilities were not marked by others in a timely manner, the

work will be considered additional services.

F. DLZ will only be able to obtain the size and depth of those underground utilities

that can be legally and safely accessed via a manhole, casting, valve box, etc. DLZ

will not open castings, vaults, hand holes, etc. that are secured, locked and/or

bolted shut. DLZ will also not be able to state the requests for the pressure of

water, gas, and steam lines / mains. The locations of private utilities will not be

marked.

G. Obtain the north rim elevation of all sewer manholes, catch basins, and inlets

within the survey limit and the next structure upstream/downstream.

H. Obtain the pipe types, pipe sizes, pipe inverts, and direction of flow for each

structure. The manhole and inlet structure data will be collected from the surface.

Confined spaced entry is not anticipated or included in this scope.

I. Show the location of visibly apparent culverts, including the type, size, and the

invert elevations within the survey limits.

J. Show the location of visibly apparent water valves, yard hydrants, post indicator

valves, and fire hydrants within the survey limits.

K. Show the location of visibly apparent gas valves and metering equipment within

the survey limits.

L. Show the location of visibly apparent electrical equipment, utility poles,

transformers, generators, and light poles within the survey limits. State the size

and material type of the light poles.

M. Show the location of visibly apparent evidence of lift stations, buried tanks, septic

systems, pump stations and/or lift stations visible from the surface at the time of

survey (such as cleanouts, breathers, vent pipes, etc.).

N. Show the location of other visibly apparent utilities (traffic signal, electric,

telephone, cable, communication, etc.) within the survey limits.

O. Show the location of overhead utilities within the survey limits.

P. Show the locations of fences within the survey limits.

Q. Show the location of walls and retaining walls within the survey limits, including

the type, thickness, top elevation, and bottom elevation of the wall.

R. Establish the location of visibly apparent structures, improvements, features,

paved areas, non-paved areas, and natural features within the survey limits. This

includes, but is not limited to, ramps, sidewalks, curbs, parking lots, athletic fields,

bleachers, concrete areas, gravel / stone areas, flag poles, bollards, signs, etc.

S. Establish the location of any buildings within the survey limits.

T. Show the approximate location of any legal open and/or tile drains that lie within

75 feet of the subject parcel, per the Allen County Surveyor’s Office “Legal Drain”

maps and Allen County iMap GIS website for the project area.

Appendix “A” - Page 3

U. Determine the surface elevation of water present in any river, lake, pond, ditch,

and/or body of water within the survey limits.

V. Locate isolated trees six (6) inches or more in diameter at breast height within the

survey limits. In thickly and/or heavily wooded areas only the perimeter of the

woods will be established. Existing vegetation and planting areas will also be

shown. No scientific and/or species names or drip line locations will be provided.

W. Search for and locate existing survey monumentation (rebars, pipes, post, R/W

markers, etc.) at the corners of the lots and parcels within the survey limits.

X. DLZ will prepare a Location Control Route Survey Plat (LCRSP) for recordation in

accordance with Title 865 I.A.C. 1-12 (Rule 12), as needed. The LCRSP will provide

the necessary alignment(s), section corners, and other title information needed

for the preparation of right-of-way parcel plats and descriptions. The LCRSP will

display alignment monumentation and reference ties to those monuments as well

as coordinate values for random control and alignment points. DLZ will record the

LCRSP’s in the Allen County Recorder’s Office.

3. TRAIL DESIGN - The Project will consist of the following:

A. Construction of a shared-use path (totaling approximately 2.9 miles) along:

1) West Segment: Hursh Road from Matea Park east to Halter Road

2) Middle Segment: State Street from west Town limits of Grabill to Henry

Street

3) North Segment: Henry Street from State Street through the Grabill Park;

along Roth Road to Hurshtown Reservoir as shown in Exhibits “A” and “B”.

B. The typical section of the shared-use path will consist of a ten foot in width, hot

mix asphalt path with earthen shoulders outside of Town limits.

C. Unless specified otherwise, the typical section of the shared-use path will consist

of a ten-foot in width (concrete or asphalt) path within Town limits. Specific areas

are expected to be less than ten (10) feet wide. These areas will be noted and

submitted for concurrence and approval by the Local Public Agency.

D. The CONSULTANT shall perform all phases of the work described in this Agreement

necessary to accomplish the complete design of the project. The project will be

designed in English units and shall be in accordance with local applicable trail design

criteria for locally funded projects and the following documents (or as modified by

and supplemental specification and special provisions) in effect at the time the plans

or reports are submitted:

1) Standard Specifications, Indiana Department of Transportation

2) Guide for the Development of Bicycle Facilities, American Association of State

Highway and Transportation Officials

3) Roadside Design Guide, American Association of State Highway and

Transportation Officials

4) Americans with Disabilities Act (ADA), U.S. Department of Justice

5) Public Right Of Way Access Guidelines (PROWAG), U.S. Access Board

Department of Justice

6) Manual on Uniform Traffic Control Devices for Streets and Highways, Federal

Highway Administration.

Appendix “A” - Page 4

E. The CONSULTANT shall prepare and design trailway regulatory signing and pavement

marking plans for this project. All signing and pavement marking plans will be in

accordance with the FHWA Manual on Uniform Traffic Control Devices.

CONSULTANT will provide way-finding (up to three locations) and informational

signage (up to three locations).

F. The trail will perpetuate existing drainage patterns as much as possible. The

installation of culverts or yard inlets may be required to facilitate drainage under

the trail. Drainage swales may be needed between the proposed trail and adjacent

roadway to perpetuate existing drainage patterns. Off-site storm sewers,

detention or water quality and quantity design are not included in the scope of

services.

G. The CONSULTANT shall prepare plans and submissions in accordance with Guide for

the Development of Bicycle Facilities, dated 2012, generally as described below:

1) The CONSULTANT shall prepare 50% Plans and submit to the LPA for review.

2) After approval of the 50% Plans by the LPA, the CONSULTANT shall prepare

plans for right of way engineering and acquisition.

3) After completion of the right of way acquisition, the CONSULTANT shall:

i. Prepare 90% Plans and submit to the LPA for review. The 90% Plans shall

include construction details, show impacts including access provisions to

adjacent properties, show right of way required for construction of the

project, and include maintenance of traffic provisions.

ii. The statement of opinion of probable cost for construction shall be

prepared and shall include items of work required for the complete

construction of the work, including temporary work necessary in

connection therewith. The unit prices to be used shall be in accordance

with the methods used by the Indiana Department of Transportation.

4) After approval of the 90% Plans by the LPA, the CONSULTANT shall prepare

Final Tracings.

4. INFORMATIONAL MEETINGS - The CONSULTANT shall assist with the Informational

Meetings. The CONSULTANT shall provide the following services required. These services

will include two public informational meetings.

A. One public informational meeting to include the Town of Grabill residents impacted by

the project and a second to include the parcel owners outside the Town limits

impacted by the project.

B. It is anticipated that individual meetings with some stakeholders along the route will be

needed. These services include a maximum of 30 individual meetings with

stakeholders.

1) Obtain a location to conduct the meeting with the assistance of the LPA, if

necessary.

2) Prepare presentation materials for the meeting such as typical cross

section, plan and profile sheets, and striping plan.

3) Prepare notices for publication concerning the meeting with details such

as location, date, etc.

4) Prepare a maximum of four (4) renderings for use at meetings

Appendix “A” - Page 5

5. UTILITY COORDINATION - The CONSULTANT shall implement the Utility Coordination

Process for the project. In general, will include notifying known affected utilities in the

project corridor, coordination and meeting with affected utilities, reviewing relocation

plans, managing the schedule for utility relocation work, report the weekly progress of

utility relocation work to the LPA.

6. WATERS OF THE U.S. DETERMINATION REPORT services for surface waters and

wetlands will be provided. The Waters of the US Determination will be based on DLZ’s

best judgment based on the guidelines set forth by the US Army Corps of Engineers for

determining the jurisdictional status of surface waters and wetlands. The final

determination of jurisdictional waters is ultimately made by the US Army Corps of

Engineers.

The service required for the Waters of the US Determination Report shall include:

A. Gather available secondary source data including, but not limited to, topographic

and/or USGS quadrangle maps, National Wetland Inventory Maps, NRCS soil

surveys, aerial photographs, and FEMA flood maps and various documents and

maps that may be available from State, county or local public agencies.

B. Perform an on-site reconnaissance to collect supplemental information about the

general characteristics of identified drainage features and wetlands including

vegetation, soils and site hydrology. Review the collected data and determine

whether the vegetation, soils and hydrology characteristics indicate the presence of

jurisdictional wetland(s).

C. Conduct field flagging of the OHWM (ordinary high water mark) of any potentially

jurisdictional the ditch/surface waters for survey pick-up during the topographical

survey.

D. Prepare a brief report of the Waters of the US Determination findings including a

location map and study boundary shown on a site drawing or aerial photograph.

E. Include a filled out Preliminary Jurisdictional Determination Form covering the

project.

If wetlands are identified during the preparation of the Waters of the US Determination

Report, DLZ will commence with Routine Wetland Delineation (see below).

7. ROUTINE WETLAND DELINEATION (If Required)

DLZ shall perform Routine Wetland Delineation services, if required, for the above

referenced project. All routine wetland delineation services shall be performed in

accordance with the Corps of Engineers 1987 Wetland Delineation Manual (Department

of the Army Technical Report Y-87-1). The results of the wetland delineation will be

incorporated into the Waters of the US Determination Report described above.

Routine Wetland Delineation services include:

A. Establish observation points for each representative aquatic and upland community

by either the site traverse or transect techniques and collect vegetation, hydrology

and soil data from each observation point for use in determining jurisdictional

wetland locations and for delineating the wetland/upland boundaries. Paired data

Appendix “A” - Page 6

sheets will be prepared for each wetland identified describing typical wetland and

upland conditions.

B. Delineate wetland/upland boundaries and mark boundaries in the field by survey

flagging tapes. DLZ will notify the LPA when completed and will not be responsible

for maintenance of the temporary flagging.

C. Survey the delineated wetland/upland boundary and observation points using

Differential Global Positioning System (DGPS) technology. If the tree canopy is too

dense to perform DGPS then the observation points will be obtained using

conventional ground-based survey as an Additional Service.

D. Update the Waters of the US Determination Report to include the delineation

results and findings and a wetland delineation drawing/map showing the surveyed

boundary. An appendix containing data sheets and photographs of the wetland

areas will also be included.

E. Review the findings with the LPA.

F. Conduct on-site delineation verification meeting with the US Army Corps of

Engineers if needed.

8. PEDESTRIAN BRIDGES - DLZ will provide the necessary engineering design information

and resources to complete design plans and contract documents for two new pedestrian

bridges carrying Cedar Creek Trail over Witmer Drain and Haifley Drain.

A. The new pedestrian bridges will be designed as single span pre-engineered steel

truss structures supported by end bents founded on piles. The bridges will be

designed for pedestrian live load and light maintenance vehicle, AASHTO H5. The

bridge deck will consist of concrete or timber decking. Pedestrians will be protected

with a rub rail provided at 3’-6” above the bridge deck and horizontal guardrails

mounted to the structure at the required spacing to meet code requirements. The

span crossing the Witmer Drain is anticipated to be 40 feet in length and the span

over the Haifley Drain is anticipated to be 50 feet in length.

B. The new bridges will have a clear width of 14’-0” and will be designed in accordance

with the AASHTO LRFD Guide Specifications for Design of Pedestrian Bridges, 2nd

Edition, 2009.

C. The trail approaches to the bridges are anticipated to be supported on embankment

fill. No retaining walls are anticipated, if retaining walls are determined to be

required, they shall be considered additional services.

9. GEOTECHNICAL INVESTIGATION AND REPORT - The CONSULTANT shall make or cause to

be made, a complete roadway geotechnical investigation to be in accordance with

INDOT’s Geotechnical Manual, 2018 edition of which a copy is on file with the Indiana

Department of Transportation and same is incorporated herein by reference and is made

a part hereof.

A. Prior to making the borings, the CONSULTANT shall submit boring specifications and

boring locations and sketches for approval by the LPA. Borings shall extend

sufficiently in depth to obtain characteristic data for the proper design of the

pavement. The CONSULTANT shall backfill bore hole or cause to be backfilled in

accordance with Aquifer Protection Guidelines, dated October 30, 1996. A copy of

Appendix “A” - Page 7

the document is on file with the Indiana Department of Transportation, Division of

Materials and Tests, Geotechnical Section.

B. The CONSULTANT will provide equipment, labor, and associated materials to drill

and sample twenty-six (26) soil borings to a depth of 5 feet and four (4) to a depth

of 20 feet.

C. All borings will be continuously sampled with 2.5-foot long split barrel samplers in

the upper 10-feet and at 5-foot intervals thereafter.

D. Split spoon samples will be obtained according to the Standard Specification

AASHTO T-206-03 “Penetration Test and Split-Barrel Sampling of Soils.” As needed,

Shelby tubes will be obtained for the consolidation testing and resilient modulus

determination according to the Standard Specification AASHTO T-207-03 “Thin-

Walled Tube Sampling of Soils.” Bulk samples will be obtained for CBR testing.

E. The soils-testing program will include natural moisture content, Atterberg limits,

particle size analysis, organic content (if needed), pH determination, unconfined

compressive strength, hydraulic conductivity, one-dimension consolidation, CBR

value, and resilient modulus determination.

F. The geotechnical report will include a detailed description of the project, field and

laboratory testing procedures, a characterization of the soil and groundwater

conditions, and recommendations for the design and improvements. The report will

also contain a site location map, and a summary of laboratory test results. The

results of the field exploration and laboratory tests will be used in the engineering

analysis and written report. Specifically, the report will include soil and groundwater

conditions, subgrade, and foundation bearing recommendations for culvert wing

and headwall to assist the design engineers in preparing the trail pavement and

foundations design plans. The boring locations and soil profiles will be presented on

the Plan and Profile Drawings. One original and five copies of the report will be

provided.

G. The Plans will be reviewed for consistency with the recommendations in the

Geotechnical report.

10. PERMITS - The CONSULTANT shall prepare and submit for approval the application and

back-up documentation for the following permit applications for the Cedar Creek Trail

pedestrian bridge crossing of both the Haifley Drain and Witmer Drain:

A. Rule 5 – Stormwater Pollution Prevention Plan (SWPPP)

B. Indiana Department of Natural Resources (IDNR) Construction in a Floodway Permit

C. Allen County Drainage Board

D. Indiana Department of Environmental Management 401 Regional General

E. Army Corps 404

The CONSULTANT shall monitor the approval process in order to secure the permit(s).

11. RIGHT OF WAY ENGINEERING - The CONSULTANT shall provide Right of Way engineering

including but not limited to the following:

A. Provide acquisition descriptions for each parcel. The descriptions shall be certified

by an Indiana registered land surveyor.

Appendix “A” - Page 8

B. Provide individual plats for each parcel.

1) Each plat shall be certified by an Indiana registered land surveyor and include

the following:

i. Show the grantors overall parcel

ii. Show the existing Right-of-Way; and

iii. Show the proposed Right-of-Way/easement take

2) No plat will be prepared for temporary parcels

C. Provide separate folders for each parcel containing information obtained from

items 1 and 2 listed above.

D. Provide staking of the proposed and existing right-of-way for appraising and

negotiation processes. Stakes will be wooden lath. They will be set at deflection

points and intersections with apparent parcel lines.

12. Upon completion and final approval of the work by LPA, the CONSULTANT shall deliver to

the LPA the following, which shall become the property of the LPA:

A. One (1) – Copy of approved electronic files and Final Plans drawn to a suitable scale

on standard 36” x 24” sheets.

B. One (1) – Copy of electronic survey field notes (Transit & Level Notes), section plats,

and subdivision plats for all surveys the CONSULTANT has performed on the project.

The field notes will be provided to the LPA in a digital format and a hard copy of

electronic field survey data in ASCII format and an AutoCAD drawing of the

topographic survey.

C. One (1) – Set of Project Manual

D. One (1) – Copy of the statement of probable construction cost.

E. One base topographic survey in Autodesk Civil3D format (full scale 1:1)

F. One LandXML file of the existing conditions surface model

13. BIDDING - The CONSULTANT shall provide bidding & contract administration services

assuming each trail segment is bid separately, for a total of three (3) sets of contract

documents and three (3) bids, but will be permitted as one (1) project. Each bid will

include the following:

A. Assist LPA in advertising for and obtaining bid proposals from contractors for

construction, materials, equipment, and services.

B. Issue addenda as appropriate to interpret, clarify, or expand the bidding documents.

C. Attend one (1) bid opening meeting.

D. Prepare bid tabulation sheets, assist LPA in evaluating the bids, and in assembling,

awarding contracts for construction, materials, equipment and services.

E. Prepare the Contract Documents and provide to the LPA and contractor for review

and acceptance; documents to include Notice of Award and Owner (LPA)-Contractor

Agreement.

F. Prepare for, attend, and administer pre-bid meeting

14. Services resulting from significant changes in the general scope, extent, or character of the

Project or its design including, but not limited to, changes in size, complexity, LPA’s

schedule, character of construction, or method of financing, and revising previously

accepted studies, reports, design documents or Contract Documents when such revisions

Appendix “A” - Page 9

are required by changes in laws, rules, regulations, ordinances, codes, or orders enacted

subsequent to the preparation of such studies, reports, or documents, or are due to an

other causes beyond CONSULTANT’s control shall require a change in work as provided by

section VI, Paragraph 6 titled “Changes in Work”.

15. The CONSULTANT shall attend such conferences with the LPA and other interested

agencies, as may be required, in connection with this work, and to make their services

available to the LPA during the construction of the work for the interpretation of the plans

where disagreement may arise and for consultation during construction in the event of

unforeseen or unusual conditions that arise.

16. CONSTRUCTION PHASE SERVICES - The CONSULTANT shall provide construction phase

office services for each project bid and shall include the following:

A. The CONSULTANT will provide design support to the Resident Project Engineer, as

required. The CONSULTANT will meet at the project site with the LPA and Resident

Project Engineer, as required and directed by the LPA, to assist in any matter that

may arise during the construction of the project related to the design that is not

associated with errors or omissions of the original design by the CONSULTANT.

B. The CONSULTANT shall review or take other appropriate action upon the

Contractor’s submittals such as Shop Drawings, Product Data and Samples, but only

for the limited purpose of checking for conformance with information given and the

design concept expressed in the Contract Documents. The CONSULTANT’s action

shall be taken with such reasonable promptness as to cause no delay in the Work of

in the activities of the LPA, Contractor, or separate contractors, while allowing

sufficient time in the CONSULTANT’s professional judgement to permit adequate

review. Review of such submittals is not conducted for the purpose of determining

the accuracy and completeness of other details such as dimensions and quantities, or

for substantiating instruction for installation of performance of equipment or

systems, all of which remain the responsibility of the Contractor as required by the

Contract. The CONSULTANT’s review shall not constitute approval of safety

precautions or, of any construction means, methods, techniques, sequences, or

procedures. The CONSULTANT’s approval of a specific item shall not indicate

approval of an assembly of which the item is a component.

C. If professional design services or certifications by a design professional related to

systems, materials, or equipment are specifically required of the Contractor by the

Contract Documents, the CONSULTANT shall specify appropriate performance and

design criteria that such services must satisfy. Shop Drawings and other submittals

related to the Work designed of certifies by the design professional retained by the

contractor shall bear such professional’s written approval when submitted to the

CONSULTANT. The CONSULTANT shall be entitled to rely upon the adequacy,

accuracy, and completeness of the services, certifications, or approvals performed by

such design professionals.

D. Attend Pre-Construction Meeting

E. Provide conform to contract documents if necessary. Modifications to the bid

documents after advertisement will be

Appendix “A” - Page 10

17. PART TIME CONSTRUCTION OBSERVATION SERVICES - The CONSULTANT shall provide part

time Construction Observation services for each project bid unless directed otherwise by the

LPA. These services shall include:

A. Attend the preconstruction conference, as directed, by the LPA.

B. Review the construction schedule prepared by the Contractor for compliance with

the Contract, and provide the LPA detailed documentation concerning its

acceptability. The CONSULTANT shall not be responsible for the Contractor’s

schedules or failure to carry out the Work in accordance with the Contract

Documents. CONSULTANT shall not have control over or charge of acts or omissions

of the Contractor, Subcontractors, or their agents or employees, or of any other

persons performing portions of the Work.

C. Arrange a schedule of progress meetings, and other such job conferences, as

required, for the timely and acceptable conduct of the job, and submit such

schedules prepared to the LPA for notification to those who are expected to attend.

Record for the LPA minutes of such meetings. The CONSULTANT shall be available

for conferences as requested by the LPA to review working details of the project.

The LPA may review and inspect the activities whenever desired during the life of the

Agreement.

D. The CONSULTANT will assist the LPA in obtaining from the Contractor a list of his

proposed suppliers and subcontractors.

E. Assist the LPA in obtaining from the Contractor additional details of information

when needed at the jobsite for proper execution of the work.

F. The CONTRACTOR shall serve as the LPA’s liaison with the Contractor, working

principally through the Contractor’s field superintendent or such other person in

authority as designated by the Contractor. Acting in liaison capacity, the Resident

Project Engineer shall be thoroughly familiar with the plans and specifications

applicable to the project to verify that all provisions therein are complied with. Any

deviation observed shall be reported to the LPA by the Resident Project Engineer.

G. The CONSULTANT shall cooperate with the LPA in dealing the various Federal, State

and Local Agencies having jurisdiction over the project.

H. The CONSULTANT shall provide the following services in relation to Shop Drawings

to the LPA:

1. Receive shop and falsework drawings. Check for completeness and forward

to the LPA’s Design Engineer for review.

2. Alert the Contractor’s field superintendent when it is observed that materials

or equipment are being or are about to be used or installed before approval

of shop drawings or samples, when such are required, and advise the LPA

when he believes it is necessary to disapprove work as failing to conform to

the Contract Documents.

I. The CONSULTANT shall provide the following services in relationship to review of

the work in progress, inspection and tests:

1) Conduct on-site inspections for the LPA of the work in progress as a basis for

determining that the project is proceeding in accordance with the Contract

Documents. The CONSULTANT shall neither have control over or charge of,

nor be responsible for, the construction means, methods, techniques,

sequences or procedures, or the safety precautions and programs in

Appendix “A” - Page 11

connection with the Work, since these are solely the Contractor’s rights and

responsibilities under the Contract Documents.

2) The CONSULTANT shall report to the LPA known deviations from the

Contract Documents and from the most recent construction schedule

submitted by the Contractor. However, CONSULTANT shall not be

responsible for the Contractor’s failure to perform the Work in accordance

with the requirements of the Contract Documents. The CONSULTANT shall

not have control over or charge of, and shall not be responsible for acts or

omissions of the Contractor, Subcontractors, or their agents or employees,

or of any other persons or entities performing portions of the Work.

3) Review testing procedures of Contractor’s Independent Testing Agency for

accuracy and completeness.

4) Accompany visiting inspectors, representing Local, State, or Federal Agencies

having jurisdiction over the project, and report details of such inspections to

the LPA.

J. The CONSULTANT shall consider and evaluate for the LPA the Contractor’s

suggestions regarding any modifications within the contract drawings and/or

specifications and report them with recommendations to the LPA.

K. The CONSULTANT shall provide the following in regards to standard construction

engineering records:

1) Prepare and maintain at the job site orderly files of correspondence, report

of job conferences, shop drawings and other submissions, reproductions or

original Contract Documents, including all addenda, change orders, and

additional drawings subsequent to the award of the Contract, progress

reports and other project related documents.

2) Keep a diary or logbook, recording hours on the jobsite, weather conditions,

list of visiting officials, decisions, general observations, and specific

observations with regard to test procedures. Upon request, furnish copies

of such a diary or logbook to the LPA.

3) Maintain for the LPA a record of names, addresses, and telephone numbers

of all subcontractors and major material suppliers.

4) Prepare the Final Construction Record and Final Estimate as required by the

LPA.

5) Furnish to the LPA at periodic intervals, as required, progress reports of the

project, including the Contractor’s compliance with approved construction

schedules.

6) Review progress estimates for periodic partial payments to the Contractor

and deliver to the LPA for review and processing. The payments to the

Contractor will be based on estimates of the value of work performed and

materials complete in place in accordance with the contract.

7) The Resident Project Representative will be responsible for the

documentation of pay quantities and estimates, and the maintenance of

appropriate records related to the construction of the project.

8) The CONSULTANT’s crew will be required to regulate their work week to

conform to the Contractor’s hours in accordance with the directions of the

LPA. In the event the Contractor(s) schedules double shifts and/or night

Appendix “A” - Page 12

work on an extensive basis to meet or accelerate his work effort, the

CONSULTANT’s total not to exceed fee may require adjustment as necessary.

II – ADDITIONAL SERVICES BY CONSULTANT

If authorized in writing by the LPA, CONSULTANT shall furnish or obtain from others

Additional Services of the types listed in the following paragraphs. These services are not

included as part of the base scope of services by CONSULTANT.

1) Preparation of an Environmental Assessment or Environmental Impact Statement

for the project

2) Section 106 Consultation and documentation relating to a finding of Adverse Effect

3) Specialized environmental compliance and/or assessment services including, but

not limited to: Waters of the US Report; individual or programmatic Section 4(f)

evaluations for involvement public parks, recreational areas, wildlife and waterfowl

refuges, and/or historic sites; Section 6(f) Evaluation; wetland mitigation design and

permitting; QHEI or HHEI stream assessments; Biological Assessment and

consultation under Section 7 of the Endangered Species Act; aquatic or

macroinvertebrate survey; Initial Site Assessment or Preliminary Site Investigation

for hazardous substances and/or contamination; traffic noise studies; Air Quality

analyses; Sole Source Aquifer groundwater assessment; and/or intensive level

(Phase Ib or Phase Ic) archaeological investigation

4) Custom design of a bus shelter or modifications to the shelter catalog item

5) Bus shelter options involving mechanical, electrical, or lighting design options

6) Redesign or reissuing of retaining wall documentation due to value engineering

7) Street lighting design

8) Pavement design (beyond the application of local Allen County & Grabill pavement

sections)

9) Permits not listed above

10) Water main or sanitary sewer design

11) Traffic Signal Warrant analysis

12) Crash Analysis

13) Roadway Capacity Analysis

14) Traffic analysis of any intersections

15) Site amenities such as but not limited to bike racks, drinking fountains, bike repair

stations, trash receptacles and benches

16) Title Work (currently provided by County)

17) Appraisal services

18) Transfer documents

19) Buying services

20) Condemnation (if required)

21) Right of Way Management

22) Preapplication permit scoping with the Corps of Engineers

23) Wetland Permitting

24) Wetland Mitigation Design Plans

25) Annual mitigation monitoring, if required as a permit condition

26) Floristic Quality Assessment

Appendix “A” - Page 13

27) Threatened and Endangered Species Surveys

28) Any Section 106 (Historic Property) Consultation or Investigations that may be

requested by the Corps of Engineers during the permit process

29) Other site investigations that may be required as a permit condition

30) Preparation of a Categorical Exclusion, Environmental Assessment or

Environmental Impact Statement

31) Qualitative Habitat Evaluation Index (QHEI) and Headwater Habitat Evaluation

Index (HHEI) stream assessments

32) This agreement assumes the design, bid, and construction phases will be

completed as one project. Services associated with multiple projects will be

considered additional services

33) Construction Observation services beyond the scope and assumptions listed in

Section 17 of Appendix A

[Remainder of Page Intentionally Left Blank]

Appendix ”B” – Page 1

APPENDIX "B"

Information and Services to be furnished by LOCAL PUBLIC AGENCY

The LOCAL PUBLIC AGENCY shall furnish the CONSULTANT with the following:

1. Provide an Employee in Responsible Charge (ERC) to act as LPA’s representative with

respect to the services to be rendered under this Agreement. Such person shall transmit

instructions, receive information, interpret and define LPA’s policies and decisions with

respect to the CONSULTANT’s services for the Project.

2. Provide all criteria and full information as to LPA’s requirements for the Project, including

design objectives and constraints, space, capacity and performance requirements,

flexibility and expandability, and any budgetary limitations.

3. Furnish all Town specifications and standard drawings applicable to the project and all

criteria for design and details including, but not limited to, signage, highways, structures,

grades, curves, sight distances, clear zones, clearances, and design loadings

4. Assist the CONSULTANT by placing at CONSULTANT’s disposal all available information

pertinent to the Project including, but not limited to, the following:

A. Previous reports and any other data relative to design or construction of the project.

B. Available data from the transportation planning process.

C. Utility plans available to the LPA.

5. Furnish to CONSULTANT, as required for performance of CONSULTANT’s Basic Services

(except to the extent provided otherwise in Appendix “A”) the following:

A. Data prepared by or services of others and appropriate professional interpretations

of such.

B. All written views pertinent to the location and environmental studies that are

received by the LPA.

C. Existing ambient air quality data available from State and Local Air Pollution Control

Agency.

D. Existing water quality data.

6. Arrange for access to and make all provisions for CONSULTANT and/or Subcontractors to

enter upon public and private property as required to perform services under this

Agreement.

7. Authorize and execute applications for necessary permits from all governmental

authorities having jurisdiction over the Project and such approvals and consents from

others as may be necessary for completion of the Project. LPA shall pay permit fees at

time of submission of said applications.

8. Examine all studies, reports, sketches, drawings, specifications, proposals, and other

documents presented by CONSULTANT, obtain advice of attorney, insurance counselor,

and other consultants as LPA deems appropriate for such examination and render in

writing decisions pertaining thereto within a reasonable time so as not to delay the

services of CONSULTANT.

9. Furnish appropriate legal services as may be required for the development of the project.

10. Provide written approval of completed work phases as described in Appendix “A” of this

Agreement. Accomplish reviews and provide written approvals in a timely manner.

Appendix ”B” – Page 2

11. Furnish, or direct CONSULTANT to provide, As Required Services as described in Appendix

“A” of this Agreement or other services required

[Remainder of Page Intentionally Left Blank]

Appendix “C” - Page 2

APPENDIX "C"

Schedule

All work by the CONSULTANT under this Agreement, except for construction phase

services, shall be completed and delivered to the LOCAL PUBLIC AGENCY in accordance with the

following schedule (see Figure A, Appendix C, for table of approximate dates), unless otherwise

agreed by both parties, and assuming reasonable transfer of information by all parties to

accomplish the same goal:

1. Field Survey

A. Electronic Field Survey within 60 calendar days after receipt of the notice to proceed

from the LPA.

2. Trail Design and Plans

A. 50% Plans within 120 calendar days after completion of the Field Survey.

B. Preliminary Field Check Meeting within sixty (60) calendar days after receipt of

review comments from the LPA on 50% plans.

C. 90% Plans within 120 calendar days after holding the Preliminary Field Check

Meeting.

D. Bid Documents with Statement of Probable Construction Cost and Special Provisions

within forty-five (45) calendar days after completion of Right of Way Acquisition.

3. Right of Way

A. Right of Way Plans, legal descriptions, and land plats for each parcel within 90

calendar days after receipt of review comments from the LPA on 50% plans.

B. Right of Way Stake-out within fifteen (15) calendar days after notification to

proceed with the stake-out from the appraiser.

C. Right of Way Acquisition within 150 calendar days after the Right of Way stake-out.

4. Construction Observations Services

A. Onsite construction activities are assumed to begin on or about April 1, 2021. All

construction records and documentation directly related to Construction

Observation services will be submitted to the LPA within 30 days of the final

acceptance of the project. See EXHIBIT “B”

The approximate bid date for this project is August, 2021, based on a notice to proceed date of

February 28, 2020.

Appendix “C” - Page 2

Schedule Table*

Task Duration Approximate Start

Date**

Approximate End

Date**

Design Schedule

1A Field Survey 60 days February 28, 2020 April 28, 2020

2A 50% Plans 120 days April 28, 2020 August 26, 2020

LPA Review 15 days August 26, 2020 September 10, 2020

2B Preliminary Field Check 60 days September 10, 2020 November 9, 2020

Right of Way Schedule

Informational Meetings

(Public and Individual with Owners)

June 1, 2020 December 9, 2020

Right of Way Engineering 90 days September 9, 2020 December 9, 2020

Right of Way Stakeout 15 days December 9, 2020 December 24, 2020

Final Design & Right of Way Acquisition

90% Plans 120 days November 9, 2020 March 9, 2021

Right of Way Acquisition 150 days December 24, 2020 May 23, 2021

LPA Review 15 days June 10, 2020 June 25, 2020

Final Tracings (Bid Ready) 45 days May 23, 2021 July 7, 2021

Bidding and Construction

Project Bidding August 2021

Construction August 2021 August 2022

Final Construction Record 30 days August 15, 2022 September 14, 2022

*Schedule represents the completion of all trail segments. Some segments may be completed

prior to the above schedule.

**Assumes Notice to Proceed on February 28, 2020.

[Remainder of Page Intentionally Left Blank]

Appendix “D” - Page 1

APPENDIX "D"

Compensation

1. Amount of Payment

A. The CONSULTANT shall receive as payment for the work performed under this

Agreement a Total Lump Sum Not to Exceed Fee of $718,680.00 unless a

modification of agreement is approved in writing by the LPA.

B. The CONSULTANT will be paid for the work performed under Appendix “A” of this

Agreement on a Lump Sum basis in accordance with the following schedule except

as noted in the items below:

Description Amount

DESIGN ENGINEERING SERVICES

A Project Management $14,500.00

B Topographic Survey and Location Route Survey Plat $64,900.00

C Informational Meetings $15,500.00

D Utility Coordination $14,500.00

E Waters of the U.S. Determination Report $3,500.00

F Routine Wetland Delineation (If Required) $4,000.00

G Trail Design $177,750.00

H Geotechnical Investigation and Report $14,500.00

I Pedestrian Bridges $46,000.00

J IDEM Rule 5 Permit, Erosion Control Report, Plans, and NOI Letter $8,000.00

K Allen County Drainage Board Permit $6,500.00

L IDEM 401 Regional General Permit Application (both ditch crossings) $4,800.00

M Army Corps 404 Permit Application (both ditch crossings) $4,800.00

N Reimbursable (Permit Fees, Publication costs, etc.)* $2,000.00

DESIGN ENGINEERING SERVICES SUBTOTAL $381,250.00

RIGHT OF WAY ENGINEERING

O Legal Descriptions (approx. 26 @ $1,350.00 Per Parcel) $35,100.00

P Parcel Plats (approx. 26 @ $1,250.00 Per Parcel) $32,500.00

Q Right of Way Staking (Based on 26 Parcels) (One Time Only) $350/pa $9,100.00

RIGHT OF WAY ENGINEERING SERVICES SUBTOTAL $76,700.00

Appendix “D” - Page 2

BIDDING SERVICES

R Bidding – West Segment $7,000.00

S Bidding – Middle Segment $10,000.00

T Bidding – North Segment $9,000.00

BIDDING SERVICES SUBTOTAL $26,000.00

CONSTRUCTION (DESIGN) SERVICES (HOURLY RATE)

U Construction (Design) Services– West Segment $8,000.00

V Construction (Design) Services – Middle Segment $18,000.00

W Construction (Design) Services – North Segment $12,000.00

CONSTRUCTION (DESIGN) SERVICES SUBTOTAL $38,000.00

CONSTRUCTION OBSERVATION SERVICES (HOURLY RATE)

X Construction Observation Services– West Segment (Figure A) $50,590.00

Y Construction Observation Services – Middle Segment (Figure B) $73,070.00

Z Construction Observation Services – North Segment (Figure C) $73,070.00

CONSTRUCTION OBSERVATION SERVICES SUBTOTAL $196,730.00

TOTAL $718,680.00

Toll telephone calls, printing, mailing, fax costs required for the permits enumerated

hereinabove will not be reimbursable expenses and the costs thereof are included

in the itemized costs as shown herein in Appendix "D", Section A.2.

*The cost of reimbursable expenses (subconsultants, permit application fees,

publications costs and/or regulatory fees) will be paid for by the LPA as a

reimbursable fee at actual cost incurred by the CONSULTANT.

The CONSULTANT shall not be paid for any services performed by the LPA or not

required to develop this project.

C. The CONSULTANT will be paid for Part-Time Construction Observation Services

under Appendix “A” of this Agreement on an hourly rate basis in accordance with

the schedule shown below and rate schedule shown included as Exhibit B. The

schedule and amounts are estimated only, and the final amount shall not exceed

their respective amounts, without prior written approval from the LPA, in

accordance with Section V, paragraph 13 of this Agreement and/or a subsequent

approved amendment to the Agreement.

Appendix “D” - Page 3

FIGURE “A”

ESTIMATED COST FOR CONSTRUCTION OBSERVATION SERVICES WEST SEGMENT

CLASSIFICATION BILLABLE

RATE ESTIMATED HOURS COST

Division Manager (2020) 1 hr/wk April thru Oct. (20 wks) + 5 hrs

precon

$ 208.00 25 $ 5,200.00

Const. Observer/Manager (2020) 20 hrs/wk April thru Oct. (20 wks) + 40 hrs

closeout + 5 hrs precon

$ 102.00 445 $ 43,390.00

Total DLZ Labor Cost for West Segment $ 50,590.00

FIGURE “B”

ESTIMATED COST FOR CONSTRUCTION OBSERVATION SERVICES MIDDLE SEGMENT

CLASSIFICATION BILLABLE

RATE ESTIMATED HOURS COST

Division Manager (2020) 1 hr/wk April thru Oct. (30 wks) + 5 hrs

precon

$ 208.00 35 $ 7,280.00

Const. Observer/Manager (2020) 20 hrs/wk April thru Oct. (30 wks) + 40 hrs

closeout + 5 hrs precon

$ 102.00 645 $ 65,790.00

Total DLZ Labor Cost for Middle Segment $73,070.00

FIGURE “C”

ESTIMATED COST FOR CONSTRUCTION OBSERVATION SERVICES NORTH SEGMENT

CLASSIFICATION BILLABLE

RATE ESTIMATED HOURS COST

Division Manager (2020) 1 hr/wk April thru Oct. (30 wks) + 5 hrs

precon

$ 208.00 35 $ 7,280.00

Const. Observer/Manager (2020) 20 hrs/wk April thru Oct. (30 wks) + 40 hrs

closeout + 5 hrs precon

$ 102.00 645 $ 65,790.00

Total DLZ Labor Cost for North Segment $73,070.00

Appendix “D” - Page 4

MAN-HOUR ESTIMATES 2021

PERSON MONITORING (REG) RECORDS TOTAL

Division Manager 80 15 95

Const. Obs./Mgr. 1,600 135 1,735

D. The CONSULTANT shall receive as payment from the LPA for the Additional Services

rendered under this Agreement as follows:

1) For Additional Services of CONSULTANT's principals and employees engaged

on the project, except services to appear as a consultant or witness, on the

basis of actual hours of work performed by essential personnel exclusively on

this Agreement in accordance with the rate schedule attached as Exhibit B.

2) For services and reimbursable expenses of independent professional

associates and consultants employed by the CONSULTANT to render

Additional Services, the amount billed to CONSULTANT.

3) For services rendered by CONSULTANT's principals and employees to appear

as consultants or witnesses on behalf of the LPA in any litigation, arbitration

or other legal or administrative proceeding, except for time spent in preparing

to appear in any such litigation, arbitration or proceeding, at the rate of

$2,500.00 per principal or employee per day or any portion thereof.

4) The hourly rates, mean salaries and wages (basic and incentive) paid to all

CONSULTANT's personnel engaged directly on the project, including, but not

limited to, engineers, architects, surveyors, planners, designers, draftsmen,

specification writers, estimators, other technical and business personnel, and

include the cost of customary and statutory benefits including, but not limited

to, social security contributions, unemployment, excise and payroll taxes,

worker's compensation, health and retirement benefits, sick leave, vacation

and holiday pay, other group benefits, overhead expenses and profit.

5) Reimbursable Expenses mean the actual expenses incurred by CONSULTANT

or CONSULTANT's independent professional associates or consultants, directly

or indirectly in connection with the project, such as expenses for:

transportation and subsistence incidental thereto; obtaining bids for

proposals from Contractor(s); overnight mail; reproduction of reports,

drawings, specifications, bidding documents, and similar project related items

in addition to those required under Appendix A; and, if authorized in advance

by the LPA, overtime work requiring higher than regular rates.

Method of Payment for Design Services

E. The CONSULTANT may submit a maximum of one invoice voucher per calendar

month for work covered under this Agreement. The invoice voucher shall be

submitted to the LPA. The invoice voucher shall represent the value, to the LPA, of

the partially completed work as of the date of the invoice voucher. The

CONSULTANT shall attach thereto a summary of each pay item in Section A.2 of this

Appendix, percentage completed and prior payments.

Appendix “D” - Page 5

F. The LPA, for and in consideration of the rendering of the engineering services

provided for in Appendix "A", agrees to pay to the CONSULTANT for rendering such

services the fees established above in the following manner:

1) The amount invoiced based upon percent complete or the contract unit price,

except that:

The maximum payment for design plans shall be in accordance with the

following schedule:

i. 50% Plans 50%

ii. 90% Plans and Project Manual 90%

iii. Final Plans and Project Manual 100%

Payment for any item not otherwise set out herein shall be made based

upon percentage of completion.

G. The LPA for and in consideration of the rendering of the engineering services

provided for in Appendix "A", agrees to pay the CONSULTANT for rendering such

services the fee established above upon completion of the work there under and

acceptance thereof by the LPA.

H. If design changes are required during construction due to design errors in the final

plans or specifications, the CONSULTANT will make such necessary design changes

without additional cost to the LPA. However, if design changes are required during

construction which are occasioned by changed conditions or conditions which could

not have been reasonably foreseen by the CONSULTANT prior to construction, the

CONSULTANT will be paid for such modifications in accordance with section A.3

above.

I. If the LPA fails to make any payment due CONSULTANT for services and expenses

within thirty (30) days after receipt of CONSULTANT's statement therefore, the

amounts due CONSULTANT shall be increased at the rate of 1% per month from said

thirtieth day, and in addition, CONSULTANT may, after giving seven (7) days' written

notice to LPA, suspend services under this Agreement until CONSULTANT has been

paid in full all amounts due for services, expenses and changes.

J. In the event of a substantial change in scope, character or complexity of the work

on the project, the maximum fee payable and the specified fee shall be adjusted in

accordance with Section VI, titled “Changes” of this Agreement.

The CONSULTANT shall submit invoices to the LOCAL PUBLIC AGENCY, not more often than once

per month during the progress of the work, for partially completed work as of the date of the

invoice. Such invoices shall represent the value, to the LOCAL PUBLIC AGENCY, of the partially

completed work based on the proportion which its percentage of completion bears to the total

cost of the fully completed work.

The LOCAL PUBLIC AGENCY, for and in consideration of the rendering of the engineering services

provided for in Appendix "A", agrees to pay to the CONSULTANT for rendering such services the

fees established above within 60 days of receipt of invoice.

ACCOUNTS PAYABLE VOUCHER REGISTER

County County of Allen, IndianaGovernmental Unit Agency

For Period February 19, 2020 to February 26, 2020 Pages 1 of 11 pages

DATE FILEDVOUCHER NUMBER NAME OF CLAIMANT

OFFICE, DEPARTMENT OR FUND

AMOUNT OF VOUCHER

AMOUNT ALLOWED

WARRANT NUMBER MEMORANDUM

2/4/2020 2020-002116 INTERIOR PRODUCTS SUPPLY (EFT) Maintenance $704.00 $704.00 972422/7/2020 2020-002313 SDG LLC Building $3,925.00 $3,925.00 97250

2/11/2020 2020-002573 KNOT JUST DECKS Circuit Court $55.00 $55.00 7139292/11/2020 2020-002578 OFFICE DEPOT INC * Circuit Court $7.78 $7.78 7139242/11/2020 2020-002579 RECOVERY CENTER OF AADP(EFT) Circuit Court $12,525.25 $12,525.25 972022/11/2020 2020-002601 ALLEN COUNTY SERVICES DEPT Homeland Security $139.84 $139.84 7139202/11/2020 2020-002604 FBM HOLDINGS LLC (EFT) Human Resources $2,131.99 $2,131.99 713936

2/11/2020 2020-002609 JANITORS SUPPLY CO INC * (EFT) Juvenile Center $516.75 $516.75 971082/12/2020 2020-002622 SDG LLC Building $620.00 $620.00 972502/12/2020 2020-002628 TRI-STATE WATERSHED ALLIANCE (EFT) NIRCC $5,287.50 $5,287.50 972282/12/2020 2020-002634 SDG LLC Building $775.00 $775.00 972502/12/2020 2020-002635 OFFICE DEPOT INC * Purchasing $20.17 $20.17 7139242/12/2020 2020-002637 DIAMOND MEDICAL SUPPLY Sheriff's Office $565.26 $565.26 7139412/12/2020 2020-002640 IRON MOUNTAIN INC. (EFT) Adult Probation $579.57 $579.57 971672/12/2020 2020-002641 FEDERAL RECORDS MGMT&SHREDDING-EFTAdult Probation $113.08 $113.08 971862/12/2020 2020-002642 SUMMIT FOOD SERVICE MANAGEMENT LLCSheriff's Office $19,814.46 $19,814.46 7139382/12/2020 2020-002645 CANON SOLUTIONS AMERICA (EFT) Superior Court $135.10 $135.10 971752/12/2020 2020-002646 HOME LUMBER OF NEW HAVEN INC- EFTSuperior Court $31.59 $31.59 970882/12/2020 2020-002647 BIG C LUMBER CO (EFT) Superior Court $145.90 $145.90 972192/12/2020 2020-002648 OFFICE DEPOT INC * Superior Court $73.86 $73.86 7139242/12/2020 2020-002649 REBECCA MOREDOCK-THOMAS, MD (EFT)Superior Court $2,333.25 $2,333.25 971952/13/2020 2020-002681 GERVAIS, JESSICA (EFT) Superior Court $88.29 $88.29 972432/13/2020 2020-002701 ADVANCED SYSTEMS GROUPS (EFT) Maintenance $145.00 $145.00 971542/13/2020 2020-002703 MACYS AUTO PARTS (EFT) Purchasing $1,061.44 $1,061.44 971092/13/2020 2020-002704 MACYS AUTO PARTS (EFT) Purchasing $722.04 $722.04 971092/13/2020 2020-002705 JANITORS SUPPLY CO INC * (EFT) Maintenance $118.69 $118.69 971082/13/2020 2020-002706 BRATEMANS INC (EFT) Maintenance $100.00 $100.00 971032/13/2020 2020-002707 DELL MARKETING LP * (EFT) Information Technology $8,881.92 $8,881.92 972062/13/2020 2020-002709 OFFICE DEPOT INC * Sheriff's Office $244.58 $244.58 713924

2/13/2020 2020-002710 JANITORS SUPPLY CO INC * (EFT) Sheriff's Office $4,356.27 $4,356.27 971082/13/2020 2020-002711 HEALTHCARE WASTE MANAGEMENT (EFT)Sheriff's Office $295.50 $295.50 972042/13/2020 2020-002712 HABEGGER CORP (EFT) Sheriff's Office $16.65 $16.65 971642/13/2020 2020-002714 PARKVIEW HEALTH SYSTEM LABS (EFT) Sheriff's Office $15.19 $15.19 971362/13/2020 2020-002715 SUMMIT RADIOLOGY PC (EFT) Sheriff's Office $7.44 $7.44 971832/13/2020 2020-002716 CANON SOLUTIONS AMERICA (EFT) Superior Court $32.02 $32.02 971752/13/2020 2020-002717 STUCKY LAUER & YOUNG LLP (EFT) Superior Court $50.00 $50.00 972352/13/2020 2020-002718 MCELROY, NATHAN (EFT) Superior Court $150.00 $150.00 972132/13/2020 2020-002719 PIZZA HUT OF FORT WAYNE INC (EFT) Superior Court $378.08 $378.08 972142/13/2020 2020-002720 GRIFFIN REAL ESTATE SVCS INC (EFT) County Assessor's Office $500.00 $500.00 971552/13/2020 2020-002721 MCGUIRE, ERIN (EFT) Building $800.00 $800.00 972402/13/2020 2020-002722 LEE SUPPLY CORP-FT WAYNE (EFT) Purchasing $2.91 $2.91 972082/13/2020 2020-002724 OHIO TREASURER OF STATE Human Resources $5.00 $5.00 7139351/29/2020 2020-002726 DELL MARKETING LP * (EFT) Information Technology $394.08 $394.08 972062/12/2020 2020-002727 ITSAVVY LLC (EFT) Commissioners' Office $1,177.84 $1,177.84 971562/14/2020 2020-002730 SPANICUS LLC (EFT) Adult Probation $394.50 $394.50 971252/14/2020 2020-002731 AG PLUS INC (EFT) Memorial Coliseum $662.27 $662.27 970952/14/2020 2020-002732 FASTENAL COMPANY (EFT) Memorial Coliseum $213.10 $213.10 972172/14/2020 2020-002733 ALL PHASE ELECTRIC SUPPLY CO* (EFT) Memorial Coliseum $169.52 $169.52 970942/14/2020 2020-002734 SPANGLE FASTENERS INC (EFT) Memorial Coliseum $257.80 $257.80 970912/14/2020 2020-002736 OFFICE DEPOT INC * Adult Probation $7.44 $7.44 7139242/14/2020 2020-002737 SANOFI PASTEUR (EFT) Health $4,707.35 $4,707.35 971662/14/2020 2020-002741 Savieo Matthew D & Harris Tyler D Surplus - Auditor's $274.90 $274.90 7138952/14/2020 2020-002742 Woods Scott Surplus - Auditor's $647.42 $647.42 7138902/14/2020 2020-002743 Gibson Mark S & Cathlene J Surplus - Auditor's $256.27 $256.27 7138962/14/2020 2020-002744 CULLIGAN OF FORT WAYNE (EFT) Adult Probation $19.58 $19.58 972052/14/2020 2020-002745 Friend Bradley C & Courtney C Surplus - Auditor's $731.33 $731.33 7138972/14/2020 2020-002746 Bilger Timothy J & Scherf Steven A Surplus - Auditor's $650.00 $650.00 7138982/14/2020 2020-002748 Miles Danielle Surplus - Auditor's $230.64 $230.64 7138992/14/2020 2020-002749 Wagner Lance R Surplus - Auditor's $450.56 $450.56 7139002/14/2020 2020-002750 Elkins Kylie & Antonio Jr Surplus - Auditor's $227.05 $227.05 7139012/14/2020 2020-002751 Pfeiffer Bruce A & Victoria J Surplus - Auditor's $301.11 $301.11 7138922/14/2020 2020-002752 OFFICE DEPOT INC * Clerk's Office $50.91 $50.91 7139242/14/2020 2020-002753 Coplen Jennifer L Surplus - Auditor's $347.58 $347.58 7139022/14/2020 2020-002754 Arrington Betty J Surplus - Auditor's $596.05 $596.05 7138942/14/2020 2020-002755 Talent Properties LLC Surplus - Auditor's $200.98 $200.98 7139032/14/2020 2020-002756 ADAMS REMCO INC *(EFT) Clerk's Office $123.12 $123.12 971312/14/2020 2020-002757 Stenger Gerald C & Linda A Surplus - Auditor's $3,927.07 $3,927.07 7139042/14/2020 2020-002758 Dorlybounxou Selina P Surplus - Auditor's $652.24 $652.24 713905

2/14/2020 2020-002759 Caldwell Norman Surplus - Auditor's $91.26 $91.26 7139062/14/2020 2020-002760 Main Street Enterprises LLC Surplus - Auditor's $198.00 $198.00 7139072/14/2020 2020-002761 Sampranoi Nai Raman Surplus - Auditor's $227.64 $227.64 7139082/14/2020 2020-002762 ADAMS REMCO INC *(EFT) Clerk's Office $9.29 $9.29 971312/14/2020 2020-002763 Reichard Justin E & Wendy S Surplus - Auditor's $5,166.33 $5,166.33 7139092/14/2020 2020-002764 Jessie Timothy & Ingram Alisa Dawn Surplus - Auditor's $1,607.90 $1,607.90 7139102/14/2020 2020-002765 Hook Jeff & Tina R Surplus - Auditor's $1,097.20 $1,097.20 7139112/14/2020 2020-002766 Jong Shinta Surplus - Auditor's $956.20 $956.20 7139122/14/2020 2020-002767 Werner Joshua Surplus - Auditor's $394.35 $394.35 7139132/14/2020 2020-002768 Parmenter Stephen A Surplus - Auditor's $231.82 $231.82 7138932/14/2020 2020-002769 Porter Fairlene Surplus - Auditor's $103.28 $103.28 7138912/14/2020 2020-002770 Hale Patrick R Surplus - Auditor's $233.67 $233.67 7139142/14/2020 2020-002771 Bowers Sherman H & Cathey S Surplus - Auditor's $329.48 $329.48 7139152/14/2020 2020-002772 Williams Properties Llc Surplus - Auditor's $6,630.72 $6,630.72 7139162/17/2020 2020-002777 AUTO PARTS BY TRIER (EFT) Purchasing $396.89 $396.89 971512/17/2020 2020-002778 FASTENAL COMPANY (EFT) Purchasing $108.51 $108.51 972172/17/2020 2020-002779 ELEMENT MATERIALS TECHNOLOGY-EFTParks $80.00 $80.00 971282/17/2020 2020-002780 FERGUSON FACILITIES SUPPLY (EFT) Parks $34.74 $34.74 971622/17/2020 2020-002781 E-Z-GO A TEXTRON COMPANY Parks $802.48 $802.48 7139422/17/2020 2020-002782 ATTORNEYS TITLE GROUP INC (EFT) Auditor's Office $2,600.00 $2,600.00 970752/17/2020 2020-002783 FOUR-U PACKAGING SUPPLIES (EFT) Memorial Coliseum $906.00 $906.00 972242/17/2020 2020-002784 MUTTON OUTDOOR POWER EQUIP (EFT)Parks $37.90 $37.90 972612/17/2020 2020-002785 NICHOLS PAPER & SUPPLY CO (EFT) Memorial Coliseum $663.30 $663.30 971582/17/2020 2020-002786 INDIANA POLYGRAPH ASSOCIATION Sheriff's Office $150.00 $150.00 7139302/17/2020 2020-002787 OFFICE DEPOT INC * Memorial Coliseum $27.24 $27.24 7139242/17/2020 2020-002788 INDIANA MICHIGAN POWER COMPANY Sheriff's Office $546.25 $546.25 7138842/17/2020 2020-002789 ALL PHASE ELECTRIC SUPPLY CO* (EFT) Memorial Coliseum $467.52 $467.52 970942/17/2020 2020-002790 USC INTERNAL MERGER CO LLC Sheriff's Office $2,129.35 $2,129.35 7139452/17/2020 2020-002791 BARRETT & MCNAGNY (EFT) Memorial Coliseum $240.00 $240.00 971232/17/2020 2020-002792 COMCAST (EFT) Sheriff's Office $246.89 $246.89 970792/17/2020 2020-002793 BRINKS INC (EFT) Memorial Coliseum $1,065.85 $1,065.85 971822/17/2020 2020-002794 LEADERS STAFFING, LLC (EFT) Memorial Coliseum $18,659.07 $18,659.07 971212/17/2020 2020-002795 LEADERS STAFFING, LLC (EFT) Memorial Coliseum $9,239.14 $9,239.14 970732/17/2020 2020-002796 ALLEN COUNTY COMMUNITY CORRECTIONSPurchasing $463.75 $463.75 7139322/17/2020 2020-002797 UNITED PARCEL SERVICE Memorial Coliseum $7.38 $7.38 7139252/17/2020 2020-002798 IRON MOUNTAIN INC. (EFT) Recorder's Office $2,447.43 $2,447.43 971672/17/2020 2020-002799 LOWES * (EFT) Maintenance $145.47 $145.47 971462/17/2020 2020-002800 INKWORKS MARKETING PRINTING &(EFT)Memorial Coliseum $470.00 $470.00 972462/17/2020 2020-002801 FASTSIGNS (EFT) Memorial Coliseum $107.70 $107.70 97092

2/17/2020 2020-002802 JOHNSON CONTROLS Memorial Coliseum $1,277.88 $1,277.88 971882/17/2020 2020-002803 SYMPLEXITY (EFT) Memorial Coliseum $1,508.00 $1,508.00 970902/17/2020 2020-002804 BUILDING TEMPERATURE SOLUTIONS-EFTMemorial Coliseum $1,493.75 $1,493.75 971442/17/2020 2020-002805 BOBCAT OF FORT WAYNE (EFT) Memorial Coliseum $169.96 $169.96 971602/17/2020 2020-002806 AIR TECHNOLOGIES (EFT) Memorial Coliseum $2,808.86 $2,808.86 971702/17/2020 2020-002807 KONE INC (EFT) Memorial Coliseum $2,509.81 $2,509.81 971382/17/2020 2020-002808 NATIONAL MEDICAL SERVICES INC Coroner's Office $5,079.00 $5,079.00 7139182/17/2020 2020-002809 FORENSIC & PATHOLOGY CONSULT (EFT)Coroner's Office $24,050.00 $24,050.00 971692/17/2020 2020-002810 ASSOCIATION OF INDIANA CO (EFT) County Assessor's Office $60.00 $60.00 972002/17/2020 2020-002811 ROSE PEST SOLUTIONS (EFT) Memorial Coliseum $670.00 $670.00 971352/17/2020 2020-002812 CINTAS CORPORATION (EFT) Memorial Coliseum $99.10 $99.10 971112/17/2020 2020-002813 KELMAR CORPORATION (EFT) Maintenance $365.20 $365.20 972162/17/2020 2020-002814 WA JONES Maintenance $3,825.00 $3,825.00 7139502/17/2020 2020-002815 AG PLUS INC (EFT) Maintenance $14.02 $14.02 970952/17/2020 2020-002816 NORTH SIDE PLUMBING & HTG (EFT) Maintenance $11.90 $11.90 971142/17/2020 2020-002817 ALL PHASE ELECTRIC SUPPLY CO* (EFT) Maintenance $197.95 $197.95 970942/17/2020 2020-002818 MORE'S KUBOTA OF FORT WAYNE (EFT)Maintenance $83.85 $83.85 971472/17/2020 2020-002821 EI PHYO AUNG (EFT) Health $616.00 $616.00 972342/17/2020 2020-002822 SAW RIDGEWAY (EFT) Health $1,512.50 $1,512.50 972072/17/2020 2020-002823 BIG C LUMBER CO (EFT) Health $278.35 $278.35 972192/17/2020 2020-002825 COMBUSTION MECHANICAL INC (EFT) Maintenance $2,656.57 $2,656.57 971322/17/2020 2020-002827 SCHENKELS DAIRY (EFT) Youth Services Center $147.51 $147.51 971762/17/2020 2020-002828 PERFECTION BAKERIES (EFT) Youth Services Center $24.62 $24.62 971492/17/2020 2020-002829 CRESCENT AVENUE GARDENS (EFT) Youth Services Center $47.12 $47.12 970872/17/2020 2020-002830 SEELY OFFICE SOLUTIONS (EFT) Youth Services Center $518.00 $518.00 971842/17/2020 2020-002831 BERKHEIMER CO G W (EFT) Youth Services Center $29.98 $29.98 971012/17/2020 2020-002832 CENTRAL SUPPLY CO INC (EFT) Youth Services Center $42.86 $42.86 970982/17/2020 2020-002833 BURNS CABINETS & DISPLAYS (EFT) Youth Services Center $212.00 $212.00 971732/17/2020 2020-002834 METAL SUPERMARKETS (EFT) Youth Services Center $90.43 $90.43 971992/17/2020 2020-002835 HERITAGE FOOD SERVICE GROUP,INC EFTYouth Services Center $40.30 $40.30 972182/17/2020 2020-002836 STANZ FOODSERVICE INC (EFT) Youth Services Center $1,607.98 $1,607.98 972122/17/2020 2020-002837 KLEENIT GROUP INC (EFT) Youth Services Center $1,190.00 $1,190.00 972622/17/2020 2020-002840 JANITORS SUPPLY CO INC * (EFT) Maintenance $297.70 $297.70 971082/17/2020 2020-002841 REAL CLEAN (EFT) Maintenance $590.00 $590.00 972252/17/2020 2020-002842 GRAYBAR * (EFT) Maintenance $979.68 $979.68 971052/17/2020 2020-002843 BEST PLUMBING SPECIALTIES (EFT) Maintenance $229.55 $229.55 971712/17/2020 2020-002844 ANTHONY WAYNE WHOLESALE (EFT) Commissioners' Office $45.75 $45.75 971392/17/2020 2020-002845 KONE INC (EFT) Commissioners' Office $4,500.86 $4,500.86 971382/17/2020 2020-002846 THOMSON REUTERS - WEST (EFT) Commissioners' Office $200.85 $200.85 97197

2/17/2020 2020-002848 RIDGE COMPANY AUTOMOTIVE (EFT) Maintenance $359.61 $359.61 971182/17/2020 2020-002850 CME CORPORATION Commissioners' Office $1,477.34 $1,477.34 972472/17/2020 2020-002851 SELECTIVE INSURANCE COMPANY Commissioners' Office $284.00 $284.00 7139372/17/2020 2020-002853 FORT WAYNE NEWSPAPERS LEGAL (EFT)Commissioners' Office $2,413.00 $2,413.00 971072/17/2020 2020-002854 DOCS CRANE & RIGGING INC (EFT) Commissioners' Office $5,870.00 $5,870.00 7139402/17/2020 2020-002855 FT WAYNE PARKING CO (EFT) Commissioners' Office $1,220.00 $1,220.00 972232/17/2020 2020-002856 ASSOCIATION OF INDIANA CO (EFT) County Assessor's Office $40.00 $40.00 972002/17/2020 2020-002857 ALLEN COUNTY BOARD OF COMMISSIONERSCommunity Corrections $407.28 $407.28 7139222/18/2020 2020-002859 OFFICE DEPOT INC * Superior Court $85.99 $85.99 7139242/18/2020 2020-002860 INDIANA ASSOCIATION OF Auditor's Office $140.00 $140.00 7139232/18/2020 2020-002862 PIZZA HUT - EAST STATE Superior Court $595.38 $595.38 7139482/18/2020 2020-002863 MILLER, AMANDA N (EFT) Superior Court $70.42 $70.42 972492/18/2020 2020-002864 CLINICAL AND FORENSIC PSYCH SVC-EFTSuperior Court $350.00 $350.00 971872/18/2020 2020-002865 SPANICUS LLC (EFT) Superior Court $4,089.65 $4,089.65 971252/18/2020 2020-002866 GHILARDI, MICHAEL (EFT) Superior Court $25.00 $25.00 972302/18/2020 2020-002867 SCOTT, MICHAEL BRUCE Superior Court $25.00 $25.00 972322/18/2020 2020-002868 CHRISTOFF & CHRISTOFF ATTY (EFT) Superior Court $25.00 $25.00 970832/18/2020 2020-002869 SHAMBAUGH KAST BECK & WILLIAMS EFTSuperior Court $50.00 $50.00 970932/18/2020 2020-002870 RENBARGER LAW FIRM (EFT) Superior Court $25.00 $25.00 972112/18/2020 2020-002871 WEBBER, BETH A (EFT) Superior Court $25.00 $25.00 971412/18/2020 2020-002872 LAW OFFICE OF JON J. OLINGER Superior Court $25.00 $25.00 7139442/18/2020 2020-002873 FLORA, DANIELLE (EFT) Superior Court $25.00 $25.00 972202/18/2020 2020-002874 ROLF REPORTING INC (EFT) Public Defender $3,114.85 $3,114.85 971152/18/2020 2020-002875 SPANICUS LLC (EFT) Public Defender $138.40 $138.40 971252/18/2020 2020-002876 ALLEN, THOMAS C (EFT) Superior Court $80.00 $80.00 971292/18/2020 2020-002877 BELLINGER LAW OFFICES (EFT) Superior Court $260.00 $260.00 972212/18/2020 2020-002878 OFFICE DEPOT INC * Public Defender $86.54 $86.54 7139242/18/2020 2020-002879 CHRISTOFF & CHRISTOFF ATTY (EFT) Superior Court $880.00 $880.00 970832/18/2020 2020-002880 FUMAROLO, GREGORY (EFT) Superior Court $120.00 $120.00 970862/18/2020 2020-002881 THOMSON REUTERS - WEST (EFT) Public Defender $679.90 $679.90 971972/18/2020 2020-002882 LINDSAY FRANKLIN (EFT) Superior Court $260.00 $260.00 972392/18/2020 2020-002883 GRIEBEL LAW OFFICE LLC (EFT) Superior Court $480.00 $480.00 971812/18/2020 2020-002884 CDW GOVERNMENT INC (EFT) Juvenile Center $960.00 $960.00 971852/18/2020 2020-002885 ADAMS, NICHOLAS A. (EFT) Public Defender $1,730.77 $1,730.77 971722/18/2020 2020-002886 HAMILTON, CHRISTOPHER P. (EFT) Superior Court $1,730.77 $1,730.77 971422/18/2020 2020-002887 QHG OF FT WAYNE CO LLC (EFT) Juvenile Center $22.50 $22.50 972102/18/2020 2020-002888 CLIFTON, JOHN G (EFT) Public Defender $1,730.77 $1,730.77 971332/18/2020 2020-002889 GRIEBEL LAW OFFICE LLC (EFT) Superior Court $280.00 $280.00 971812/18/2020 2020-002890 LAW OFFICE OF MEGAN L CLOSE LLC Public Defender $1,730.77 $1,730.77 97256

2/18/2020 2020-002891 ESSEX JR., THOMAS Public Defender $1,730.77 $1,730.77 972542/18/2020 2020-002892 ALLEN COUNTY BOARD OF COMMISSIONERSJuvenile Center $2,673.32 $2,673.32 7139222/18/2020 2020-002894 HARMEYER LAW FIRM (EFT) Superior Court $820.00 $820.00 972032/18/2020 2020-002895 FLORA, DANIELLE (EFT) Public Defender $1,730.77 $1,730.77 972202/18/2020 2020-002896 NATIONAL SERV-ALL LANDFILL (EFT) Building $114.30 $114.30 970742/18/2020 2020-002897 KOEHLINGER , DENIS L (EFT) Superior Court $80.00 $80.00 970802/18/2020 2020-002898 SDG LLC Building $480.00 $480.00 972502/18/2020 2020-002900 GHILARDI, MICHAEL (EFT) Public Defender $1,730.77 $1,730.77 972302/18/2020 2020-002901 MCELROY, NATHAN (EFT) Superior Court $40.00 $40.00 972132/18/2020 2020-002902 HAVEL - AN EMCOR COMPANY (EFT) Juvenile Center $4,512.00 $4,512.00 971042/18/2020 2020-002904 MCGEE, PAULA Superior Court $520.00 $520.00 7139272/18/2020 2020-002906 RENBARGER LAW FIRM (EFT) Superior Court $140.00 $140.00 972112/18/2020 2020-002907 TRINITY SERVICES GROUP INC Juvenile Center $11,175.65 $11,175.65 7139472/18/2020 2020-002908 LAW OFFICE OF JON J OLINGER, LLC Public Defender $692.31 $692.31 7139432/18/2020 2020-002910 KOEHLINGER , DENIS L (EFT) Public Defender $1,730.77 $1,730.77 970802/18/2020 2020-002912 LANGE, BRIAN J. Public Defender $1,730.77 $1,730.77 971612/18/2020 2020-002913 STUCKY LAUER & YOUNG LLP (EFT) Superior Court $480.00 $480.00 972352/18/2020 2020-002914 MCELROY, NATHAN (EFT) Public Defender $1,730.77 $1,730.77 972132/18/2020 2020-002916 SPILLERS, YVONNE (EFT) Superior Court $160.00 $160.00 971632/18/2020 2020-002917 URBERG, KONRAD (EFT) Superior Court $200.00 $200.00 971522/18/2020 2020-002918 RENBARGER LAW FIRM (EFT) Public Defender $1,730.77 $1,730.77 972112/18/2020 2020-002920 CHERRIE LB WELLS (EFT) Superior Court $80.00 $80.00 972522/18/2020 2020-002921 SWIHART, T. DEAN (EFT) Public Defender $1,730.77 $1,730.77 971342/17/2020 2020-002922 ADAMS REMCO INC *(EFT) Community Corrections $176.05 $176.05 971312/18/2020 2020-002923 STUCKY LAUER & YOUNG LLP (EFT) Superior Court $240.00 $240.00 972352/18/2020 2020-002925 WAITER ON THE WAY (EFT) Superior Court $260.97 $260.97 971202/18/2020 2020-002926 STUCKY LAUER & YOUNG LLP (EFT) Public Defender $1,730.77 $1,730.77 972352/18/2020 2020-002927 INDIANA STAMP COMPANY INC (EFT) Planning Services $15.92 $15.92 971132/18/2020 2020-002928 RICOH USA, INC. (EFT) Planning Services $325.30 $325.30 972592/18/2020 2020-002929 ESG SECURITY INC (EFT) Memorial Coliseum $1,142.00 $1,142.00 7138862/18/2020 2020-002930 CALIBRE PRESS Community Corrections $359.00 $359.00 7139342/18/2020 2020-002931 R&C FENCE INC (EFT) Parks $2,620.00 $2,620.00 972602/18/2020 2020-002932 ESG SECURITY INC (EFT) Memorial Coliseum $3,915.00 $3,915.00 971402/18/2020 2020-002933 ALLEN COUNTY TREASURER Community Corrections $3,750.00 $3,750.00 7138802/18/2020 2020-002934 JANITORS SUPPLY CO INC * (EFT) Community Corrections $89.57 $89.57 971082/18/2020 2020-002935 CONVERGEONE INC (EFT) Commissioners' Office $72,562.44 $72,562.44 972332/18/2020 2020-002936 BEERS MALLERS BACKS & SALIN (EFT) Commissioners' Office $2,372.50 $2,372.50 971502/18/2020 2020-002937 BEERS MALLERS BACKS & SALIN (EFT) Commissioners' Office $712.50 $712.50 971502/18/2020 2020-002938 B&W EQUIPMENT COMPANY INC (EFT) Memorial Coliseum $4,560.00 $4,560.00 97193

2/18/2020 2020-002939 KENDALL ELECTRIC INC. (EFT) Memorial Coliseum $198.85 $198.85 971572/18/2020 2020-002940 BEERS MALLERS BACKS & SALIN (EFT) Building $221.00 $221.00 971502/18/2020 2020-002941 INDIANA MICHIGAN POWER COMPANY Memorial Coliseum $55,502.33 $55,502.33 7138842/18/2020 2020-002942 LOWES * (EFT) Health $149.01 $149.01 970772/18/2020 2020-002943 ESG SECURITY INC (EFT) Memorial Coliseum $382.50 $382.50 7138862/18/2020 2020-002944 Devin Sharick Health $72.70 $72.70 7139512/18/2020 2020-002945 Kate Roth Health $40.00 $40.00 7139522/18/2020 2020-002946 INDIANA MICHIGAN POWER COMPANY Homeland Security $23.83 $23.83 7138842/18/2020 2020-002947 INDIANA MICHIGAN POWER COMPANY Homeland Security $19.00 $19.00 7138842/18/2020 2020-002948 NEW ERA TECHNOLOGY Memorial Coliseum $2,099.03 $2,099.03 971922/18/2020 2020-002949 JANITORS SUPPLY CO INC * (EFT) Memorial Coliseum $593.00 $593.00 971082/18/2020 2020-002950 HEALTHCARE WASTE MANAGEMENT (EFT)Health $363.00 $363.00 972042/18/2020 2020-002951 UNITED PARCEL SERVICE Health $15.88 $15.88 7139252/18/2020 2020-002952 INDIANA MICHIGAN POWER COMPANY Health $101.49 $101.49 7138842/18/2020 2020-002953 LABORATORY CORP OF AMERICA (EFT) Health $4,127.63 $4,127.63 972262/18/2020 2020-002954 Jordan Werling Health $10.00 $10.00 7139532/18/2020 2020-002955 INDIANA LAW ENFORCEMENT Sheriff's Office $50.00 $50.00 7139492/18/2020 2020-002956 QUALITY CORRECTIONAL CARE LLC (EFT)Sheriff's Office $72.99 $72.99 972372/18/2020 2020-002957 MENTAL HEALTH AMERICA OF NE IN(EFT)Superior Court $5,899.05 $5,899.05 972012/18/2020 2020-002958 OFFICE DEPOT INC * Sheriff's Office $85.71 $85.71 7139242/18/2020 2020-002959 CDW GOVERNMENT INC (EFT) Superior Court $500.00 $500.00 971852/18/2020 2020-002960 SUMMIT FOOD SERVICE MANAGEMENT LLCSheriff's Office $19,726.52 $19,726.52 7139382/18/2020 2020-002961 POSTMASTERS (EFT) Superior Court $228.16 $228.16 972092/18/2020 2020-002962 SEELY OFFICE SOLUTIONS (EFT) Sheriff's Office $234.39 $234.39 971842/18/2020 2020-002963 ALLEN COUNTY BUILDING MANAGER Superior Court $690.00 $690.00 7139172/18/2020 2020-002964 ALLEN COUNTY BUILDING MANAGER Superior Court $105.00 $105.00 7139172/18/2020 2020-002965 ALLEN COUNTY BUILDING MANAGER Superior Court $210.00 $210.00 7139172/18/2020 2020-002966 TODD, CATALINA Superior Court $100.00 $100.00 972572/18/2020 2020-002967 AHA PROCESS INC Superior Court $10,567.00 $10,567.00 7139312/18/2020 2020-002968 PURDUE UNIVERSITY FORT WAYNE (EFT)Superior Court $1,420.00 $1,420.00 971122/18/2020 2020-002969 OFFICE DEPOT INC * Memorial Coliseum $32.39 $32.39 7139242/18/2020 2020-002970 LOMBARD PHD LLC, DAVID (EFT) Superior Court $800.00 $800.00 971892/18/2020 2020-002971 MENARDS - ILLINOIS RD (EFT) Health $1,254.41 $1,254.41 971962/18/2020 2020-002972 CITY UTILITIES Juvenile Center $3,274.55 $3,274.55 7138822/17/2020 2020-002973 NCS PEARSON, INC. (EFT) Community Corrections $155.00 $155.00 971942/18/2020 2020-002974 NADCP Community Corrections $1,490.00 $1,490.00 7139282/18/2020 2020-002975 TORK PRODUCTS, INC./DBA TPI (EFT) Juvenile Center $138.28 $138.28 971192/18/2020 2020-002976 FORT WAYNE ANIMAL CARE AND CONTROLCommissioners' Office $5,820.00 $5,820.00 7139462/18/2020 2020-002977 PNC BANK Memorial Coliseum $2,693.90 $2,693.90 713887

2/18/2020 2020-002978 BEERS MALLERS BACKS & SALIN (EFT) Health $315.00 $315.00 971502/18/2020 2020-002979 MIDWEST REPORTING, INC. Commissioners' Office $453.90 $453.90 7139212/18/2020 2020-002980 CHEM TECH SERVICES LLC (EFT) Juvenile Center $279.05 $279.05 972152/18/2020 2020-002981 HALLER & COLVIN (EFT) Commissioners' Office $16,276.50 $16,276.50 970812/18/2020 2020-002982 KENDALL ELECTRIC INC. (EFT) Juvenile Center $474.00 $474.00 971572/18/2020 2020-002983 ATHENAHEALTH INC (EFT) Health $4,262.55 $4,262.55 972362/18/2020 2020-002984 JOHNSTONE SUPPLY COMPANY INC (EFT)Juvenile Center $224.22 $224.22 970842/18/2020 2020-002985 J&K COMMUNICATIONS INC (EFT) Juvenile Center $62.44 $62.44 970852/18/2020 2020-002986 JANITORS SUPPLY CO INC * (EFT) Juvenile Center $733.16 $733.16 971082/18/2020 2020-002987 ADAMS REMCO INC *(EFT) Juvenile Center $109.86 $109.86 971312/18/2020 2020-002988 BECKMAN LAWSON (EFT) Juvenile Center $152.00 $152.00 971002/18/2020 2020-002989 INDIANA MICHIGAN POWER COMPANY Maintenance $224.15 $224.15 7138842/18/2020 2020-002990 EVANSVILLE STATE HOSPITAL (EFT) Commissioners' Office $200.00 $200.00 971652/18/2020 2020-002991 COMCAST (EFT) Juvenile Center $0.82 $0.82 970792/18/2020 2020-002992 INDIANA MICHIGAN POWER COMPANY Juvenile Center $13,564.15 $13,564.15 7138842/18/2020 2020-002993 HARTLEY EXCAVATING AND (EFT) Surveyor's Office $600.00 $600.00 972442/18/2020 2020-002994 HAYBURNERS LLC (EFT) Surveyor's Office $2,850.00 $2,850.00 972452/18/2020 2020-002995 POSTMASTERS (EFT) Surveyor's Office $173.95 $173.95 972092/19/2020 2020-002996 OFFICE DEPOT INC * Building $142.83 $142.83 7139242/19/2020 2020-002997 LOWES * (EFT) Maintenance $130.87 $130.87 971462/19/2020 2020-002998 BUSINESS CONSULTING & Building $30.91 $30.91 972412/19/2020 2020-002999 ALLEN COUNTY BUILDING MANAGER Environmental Management $630.00 $630.00 7139172/19/2020 2020-003001 FWSBF LLC (EFT) Maintenance $571.88 $571.88 972272/19/2020 2020-003002 YOUTH SERVICES/PETTY CASH Youth Services Center $225.90 $225.90 7138832/19/2020 2020-003003 TREASURER OF ALLEN COUNTY Surplus - Auditor's $501.11 $501.11 7139602/19/2020 2020-003004 YOUTH SERVICES/PETTY CASH Youth Services Center $31.67 $31.67 7138832/19/2020 2020-003008 ADVANCED SYSTEMS GROUPS (EFT) Maintenance $598.00 $598.00 971542/19/2020 2020-003011 WA JONES Maintenance $277.44 $277.44 7139502/19/2020 2020-003012 OAK TREE WOODWORKING SUPPLIES (EFT)Maintenance $19.50 $19.50 971592/19/2020 2020-003013 METAL SUPERMARKETS (EFT) Maintenance $16.75 $16.75 971992/19/2020 2020-003014 Walters Rachel A Surplus - Auditor's $769.48 $769.48 7139742/19/2020 2020-003016 Smith Carl J Surplus - Auditor's $222.32 $222.32 7139752/19/2020 2020-003017 Walker Michael C & Kathryn L Surplus - Auditor's $199.82 $199.82 7139762/19/2020 2020-003018 Shirley Justin & Justine Surplus - Auditor's $159.71 $159.71 7139692/19/2020 2020-003019 Junk Dennis J Surplus - Auditor's $506.26 $506.26 7139772/19/2020 2020-003020 Worley Nolan & Amy Surplus - Auditor's $326.00 $326.00 7139782/19/2020 2020-003021 Wetzel Zachariah & Scriven Kaitlyn Surplus - Auditor's $666.98 $666.98 7139792/19/2020 2020-003022 Stover Michael W & Linda M Surplus - Auditor's $939.24 $939.24 7139802/19/2020 2020-003023 PAC RES SPE 1 LLC Surplus - Auditor's $1,448.70 $1,448.70 713981

2/19/2020 2020-003024 Schneider Terry Surplus - Auditor's $778.34 $778.34 7139822/19/2020 2020-003025 Roth Gage I & Nakai K Surplus - Auditor's $254.22 $254.22 7139832/19/2020 2020-003026 Platt John H & Marilyn J Surplus - Auditor's $265.12 $265.12 7139842/19/2020 2020-003027 Lengacher Matthew J Surplus - Auditor's $1,350.66 $1,350.66 7139852/19/2020 2020-003032 TREASURER OF ALLEN COUNTY Surplus - Auditor's $136.44 $136.44 7139612/19/2020 2020-003034 CLERK OF THE SUPREME COURT Prosecutor's Office $4.24 $4.24 7138852/19/2020 2020-003035 FRONTIER (EFT) Prosecutor's Office $54.11 $54.11 970782/19/2020 2020-003037 ALLEN COUNTY JUVENILE CENTER Juvenile Center $201.29 $201.29 7138792/20/2020 2020-003039 ALLEN COUNTY TREASURER NIRCC $9,490.43 $9,490.43 7138812/20/2020 2020-003044 INDIANA MICHIGAN POWER COMPANY Maintenance $37,267.00 $37,267.00 7138842/20/2020 2020-003052 CITY UTILITIES Superior Court $91.63 $91.63 7139572/20/2020 2020-003058 Riojas Consuelo Surplus - Auditor's $537.60 $537.60 7139862/20/2020 2020-003061 Wiehe Jeffrey S & Ashley C Surplus - Auditor's $807.58 $807.58 7139672/20/2020 2020-003062 Trump-Coldren Stephanie Surplus - Auditor's $677.67 $677.67 7139872/20/2020 2020-003063 Wheeler Nicole C Surplus - Auditor's $191.76 $191.76 7139712/20/2020 2020-003064 Lewis Benjamin M Surplus - Auditor's $122.00 $122.00 7139882/20/2020 2020-003065 McCracken Colleen & Quinlan Kullen Surplus - Auditor's $505.28 $505.28 7139892/20/2020 2020-003066 Wattley Brielle Surplus - Auditor's $528.62 $528.62 7139902/20/2020 2020-003067 Egly Sharon K Surplus - Auditor's $644.48 $644.48 7139912/20/2020 2020-003068 Silverado Properties LLC Surplus - Auditor's $24,069.72 $24,069.72 7139922/20/2020 2020-003069 Schenkel Benjamin Surplus - Auditor's $874.50 $874.50 7139932/20/2020 2020-003070 Robertson Kelly L Surplus - Auditor's $647.85 $647.85 7139942/20/2020 2020-003071 Nelson Road Property Holdings Llc Surplus - Auditor's $24,663.60 $24,663.60 7139952/20/2020 2020-003072 Sugar Maple Properties LLC Surplus - Auditor's $1,090.78 $1,090.78 7139962/20/2020 2020-003073 Jones Mackenzie & Chadman Surplus - Auditor's $508.38 $508.38 7139972/20/2020 2020-003074 Wibben Megan O & Cynthia W Surplus - Auditor's $52.06 $52.06 7139982/20/2020 2020-003075 Cho Mya Surplus - Auditor's $315.90 $315.90 7139992/20/2020 2020-003076 Sanchez Phillip & Surplus - Auditor's $2,931.00 $2,931.00 7140002/20/2020 2020-003077 Wilkie Jonathan & Marissa Surplus - Auditor's $1,481.34 $1,481.34 7140012/20/2020 2020-003079 Barnhart Linda G Surplus - Auditor's $1,093.14 $1,093.14 7140022/20/2020 2020-003080 Dempsey Jo Surplus - Auditor's $408.86 $408.86 7139722/20/2020 2020-003081 Fall Creek Homes Inc Surplus - Auditor's $64.13 $64.13 7140032/20/2020 2020-003082 Hockenberry Steven L & Sharon M Surplus - Auditor's $580.74 $580.74 7140042/20/2020 2020-003083 Kellermeyer Kierstin M Surplus - Auditor's $103.62 $103.62 7139682/20/2020 2020-003084 Oyer Lawrence Dean Jr Surplus - Auditor's $1,015.99 $1,015.99 7140052/20/2020 2020-003085 Perez Ruben Jr & Makic Enajda Surplus - Auditor's $297.98 $297.98 7139702/20/2020 2020-003086 Prather Lee G & Rachel M Surplus - Auditor's $740.65 $740.65 7140062/20/2020 2020-003087 Lewis Bradley Allen Surplus - Auditor's $1,402.85 $1,402.85 7140072/20/2020 2020-003088 McChesney Matt Surplus - Auditor's $33.98 $33.98 714008

2/20/2020 2020-003089 Joseph R Graber and Sons Inc Surplus - Auditor's $351.16 $351.16 7140092/20/2020 2020-003090 Abbott Kevin K & Angela K Surplus - Auditor's $19.55 $19.55 7140102/20/2020 2020-003091 Hoffman Jason & Melissa Surplus - Auditor's $121.65 $121.65 7140112/20/2020 2020-003092 Johnson David & Jackie Surplus - Auditor's $1,920.28 $1,920.28 7140122/20/2020 2020-003093 Neuhaus Brooke Surplus - Auditor's $184.82 $184.82 7140132/20/2020 2020-003094 BENEFITS SCIENCE LLC Auditor's Office $807.00 $807.00 7138882/20/2020 2020-003095 Smith Kelly D & Lisa Surplus - Auditor's $513.78 $513.78 7140142/20/2020 2020-003096 Hudson Danny W & Debra L Surplus - Auditor's $835.13 $835.13 7140152/20/2020 2020-003097 Stewart David R Surplus - Auditor's $132.82 $132.82 7140162/20/2020 2020-003098 Mattox Ronald A & Deborah K Surplus - Auditor's $96.89 $96.89 7140172/20/2020 2020-003100 Hadi Alasti Health $313.00 $313.00 7138892/20/2020 2020-003102 Cooper Stephen & Theresia Surplus - Auditor's $1,700.98 $1,700.98 7140182/20/2020 2020-003104 Cromwell Carlotta Surplus - Auditor's $134.98 $134.98 7140192/20/2020 2020-003105 Roberts William V Trs Surplus - Auditor's $63.00 $63.00 7140202/20/2020 2020-003106 Rang Austen C & Ross Olivia V Surplus - Auditor's $634.30 $634.30 7140212/20/2020 2020-003107 Sparling John C Surplus - Auditor's $1,194.64 $1,194.64 7140232/20/2020 2020-003108 Rager David J & Trisha A Trs Surplus - Auditor's $1,781.91 $1,781.91 7140242/20/2020 2020-003109 Olry John M & Carol S Surplus - Auditor's $1,230.80 $1,230.80 7140252/20/2020 2020-003110 Daystar Development Inc Surplus - Auditor's $100.00 $100.00 7140262/20/2020 2020-003111 Maloney Joan Surplus - Auditor's $198.37 $198.37 7140272/20/2020 2020-003112 Marcotte Thomas F & RIta A Surplus - Auditor's $165.00 $165.00 7140222/21/2020 2020-003121 CITY UTILITIES Maintenance $1,177.90 $1,177.90 7139572/21/2020 2020-003122 FORT WAYNE CITY UTILITIES Maintenance $290.00 $290.00 7139592/21/2020 2020-003128 NIPSCO Health $646.68 $646.68 7139652/21/2020 2020-003150 ALLEN COUNTY RECORDER Surveyor's Office $100.00 $100.00 7139552/24/2020 2020-003159 LOWES * (EFT) Maintenance $47.62 $47.62 972652/24/2020 2020-003161 NEW HAVEN UTILITIES (EFT) Superior Court $76.52 $76.52 972692/24/2020 2020-003166 NEW HAVEN UTILITIES (EFT) Health $248.92 $248.92 972692/24/2020 2020-003169 INDIANA MICHIGAN POWER COMPANY Purchasing $499.14 $499.14 7139622/24/2020 2020-003171 INDIANA MICHIGAN POWER COMPANY Superior Court $420.84 $420.84 7139622/24/2020 2020-003191 WAL MART Youth Services Center $160.90 $160.90 7139582/24/2020 2020-003198 FRONTIER (EFT) Youth Services Center $23.70 $23.70 97266

Nick Jordan, Auditor

ALLOWANCE OF VOUCHERSWe have examined the vouchers listed on the forgoing accounts payable voucher register, consisting of ______ pages, and except for vouchers not allowed as

shown on the Register such vouchers are allowed in the total amount of : $669,619.21

Dated this _______day of _______________________, ________.

________________________________________ ________________________________________ ________________________________________F. Nelson Peters Therese M. Brown Richard E. Beck

The Board of Commissioners of the County of Allen, Indiana