Loading...
HomeMy WebLinkAboutAmerican Structurepoint, Inc/Eng/1,290,998/116th St and Hoover Rd RAB, 116th St Trail, Pedestrian Trail - ASA 2 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 American Structurepoint,Inc. Engineering Department-2023 Appropriation#2200 0 44-628.71 2022 Bond Fund;P.O. #108573 Contract Not To Exceed$1,290,998.00 IAPPROVED ey Sergey Grechukhin at tt:d3 am,Mar 0y,2023 ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement")entered into by and between the City of Carmel and American Structurepoint, Inc. (the "Professional"), as City Contract dated May 6, 2022 shall amend the terms of the Agreement by adding the additional services to be provided by Professional consistent with the Scope of Work attached hereto and incorporated herein as Exhibit"A". The terms and conditions of the Agreement shall not otherwise be affected by this Additional Services Amendment and shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment as follows: CITY OF CARMEL, INDIANA American Structurepoint, Inc. by and through its Board of Public Works and Safety By: By: DocuSigned by: Not Present �°°� £ . ` .F19 2 E23A 2D.. James Brainard, Presiding Officer Authorizea signature Date: Cash E. Canfield DocuSigned by: '1 aln,& mac, Printed Name Val 'AcrlifBalke, Member 3/15/2023 Date: Chief operating officer DocuSigned by: Title Lavi watSbin, 131168231/Ma n, Member FID/TIN: 35-1127317 Date: 3/15/2023 ATTEST: Date: 3/7/2023 ,-DocuSigned bb-y:o�.� Suc W01-t-q `ft2t5,..Clerk Date: 3/15/2023 [S:\Contracts\Deparnnents\ENG\2023\American Stmcnuepoutt.Inc.ASA#2.docx:3/3/2023 1:52 PM] DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 ®II Exhibit A • �,,t t c.N 9025 RIVER ROAD,SUITE 200 ■ STRUCTUREPOINT INDIANAPOLIS. INDIANA 46240 TEL 317.547.5580 FAX 317.543.0270 • February 14, 2023 Mr. Jeremy Kashman Carmel City Engineer One Civic Square Carmel, Indiana 46032 Re: 116th Street & Hoover Road Roundabout and 1 16th Street Trail from Towne Road to Spring Mill Road including Pedestrian Bridge over Williams Creek Dear Mr. Kashman, American Structurepoint, Inc. is pleased to submit this proposal for 116t' Street & Hoover Road Roundabout and 116th Street Trail from Towne Road to Spring Mill Road including Pedestrian Bridge over Williams Creek Design and Bidding Services. The professional services will include survey,environmental, roadway/trail design, bridge design, retaining wall design, lighting design, landscaping design, utility coordination, geotechnical engineering, bidding services, right-of-way engineering and construction inspection for the planned construction of 116t1i Street & Hoover Road Roundabout and 1 16t11 Street Trail from Towne Road to Spring Mill Road. Upon receiving notice to proceed from the City of Carmel, American Structurepoint will commence with the survey, environmental, roadway/trail design, bridge design, retaining wall design, lighting design, landscaping design, utility coordination, and bidding services for a total lump-sum fee of $1,076,330. Geotechnical engineering and right-of-way engineering will be invoiced on a unit cost basis according to the attached Exhibit C/D for a maximum amount of $214,668. Construction Inspection will be invoiced on an hourly not-to-exceed basis in an amount to be determined at a later date. Invoices will be forwarded to the City of Carmel on a monthly basis in accordance with our contract. We look forward to working with the City of Carmel on this project. If you should have any questions, please do not hesitate to contact me at (317) 547-5580. Very truly yours, American Structurepoint, Inc. Mike McBride, PE Cash E. Canfiel PE Vice President Chief Operating Officer Attachments 2022.02347 www.structurepoint.com DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 2 Exhibit A Overall Project Assumptions A. For the proposed Single Lane Roundabout at 1 16`'' Street & Hoover Road the funding will be 100% Local. B. For the proposed Trail on 1 16t Street from Towne Road to Spring Mill Road the project will be funded in part through the Indianapolis MPO Federal Funds Exchange.No Federal Funding. C. Documentation for this project will be in compliance with the Indianapolis Metropolitan Planning Organization Federal Funds Exchange Program Guidance. D. There will be no involvement,reviews,or approvals by INDOT Environmental/Road/Bridge,etc. for the project environmental document and project design plans. Topographic Survey A. Scope of work to include traditional ground survey and limits are generally described as follows: 1. 116th Street: Beginning on the east side of Towne Road heading east approximately 10,500' to the west side of Spring Mill Road at approximately 90' in width. Area also includes 350' north along Hoover Road,300' south along Ditch Road, 1,300' north along Clay Center Road, along with additional areas along Clay Creek, Will Creek, and Williams Creek. See Survey Area in Exhibit B. B. PROFESSIONAL will prepare a Route Survey for the project in accordance with Section 865 IAC 1-12-21 thru 25 of Indiana Administrative Code including the following: 1. Survey crews shall have unrestricted access to project limits 2. Establish horizontal control(INGCS Hamilton) 3. Establish vertical control (NAVD 1988) a. Set temporary benchmarks on site for use during construction 4. Select topographic survey with 50-foot grid a. Show spot elevations to the nearest 0.01 foot b. Provide the location, size, and elevation of all improvements within the survey limits c. Plot the location of storm drainage structures, sanitary structures, roads, driveways, edges of curbs, parking areas, walks, edge of water, drainage ways, fencing,etc. d. Provide the location and size of individual trees outside of wooded areas larger than 8" DBH within the survey limits e. Plot the location of the drip line of all groups of tree and vegetation where locating individual trees is not feasible 5. Provide location,size,depth,material,and direction of flow for sanitary and storm sewers serving or on the site 6. Locate heritage trees within the project area marked by others 7. Locate aboveground evidence of utilities on site, plus marks made on the ground by local utility companies (One Call). One Call will only locate utilities within the public right- of-way or within recorded easements 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February I4, 2023 Page 3 8. CAD Drafting and creation of a TIN and contours(I-foot contour interval) 9. Land Surveyor review and deed plot based on limited fieldwork and research obtained from the Hamilton County Recorder's Office. a. Deed lines of adjoining parcels and right-of-way lines of adjoining roads will be plotted on the Topographic Survey b. This Survey Scope includes the preparation of a Route Survey Plat. II. Environmental Services Assumptions A. For I 16°i and Hoover RAB I. Funding will be 100% Local B. For Trail from Towne Road to Spring Mill Road I. Project will be funded through Indianapolis MPO Federal Funds Exchange 2. No Federal Funding 3. No National Register of Historic Places or State owned historic/archaeology sites 4. Documentation will be in compliance with Indianapolis Metropolitan Planning C. Organization Federal Funds Exchange Program Guidance I. The City of Carmel will be the responsible LPA for determining the impact finding for the Federal Fund Exchange project and the LPA will be the responsible official that signs the State EA 2. There will be no involvement, reviews,or approvals by INDOT for the State EA or its supporting environmental documentation Scope of Services A. The PROFESSIONAL shall conduct a Red Flag Investigation(RFI)of the project corridor. The RFI will include a preliminary analysis of publicly available infrastructure, environmental, hydrological, and cultural resources data within the project corridor. In addition, the IDEM Virtual File Cabinet will be reviewed to assess the potential for sites requiring additional investigation due to potential soil and/or groundwater contamination. A narrative summary and maps depicting findings of the RFI will be produced. The RFI will be prepared in general accordance with the Indianapolis MPO Federal Funds Exchange Program Guidance. If after completion of the Red Flag survey and preliminary site investigation it is determined the project will require a Phase I Initial Site Assessment (ISA), Phase II Site Investigation, or development of a remediation work plan the services required to complete these additional investigations will be considered out of scope and additional or supplemental services will be required. B. The PROFESSIONAL shall carry out environmental analyses and develop the appropriate level of State Environmental Policy Act (SEPA)documentation for the project. A State Environmental Assessment is anticipated for this project. The environmental services required to develop this project shall be in accordance with the Indianapolis MPO Federal Funds Exchange Program Guidance(202 1)and revisions thereto.Copies of this document is on file with Indianapolis MPO and are incorporated by reference and made a part hereof. 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 4 C. To demonstrate the absence of above ground and/or archaeological resources listed on the National Register of Historic Places or owned by the State,the PROFESSIONAL shall complete a review of the Indiana State Historic Architectural and Archaeological Research Database (SHAARD). It is anticipated that the scope of the proposed project will not require coordination with the State Historic Preservation Officer(SHPO) under the Indiana Historic Preservation Act (IC 14-21-1). If it is determined that coordination is required with (SHPO) or it is determined field investigations or evaluations are required, these additional services will be considered out of scope, and additional or supplemental services will be required. D. It is not anticipated that Section 6(f)documentation will be required as part of this project. Based on review of the Land and Water Conservation Fund database, Coxhall Gardens is not a Section 6(f) property. If during development of the preferred alternative it is determined a Section 6(f) resource will be impacted and a Section 6(f)evaluation is necessary, additional, or supplemental services will be required to develop and evaluate potential avoidance alternatives, determine whether any alternatives are feasible and prudent,and analyze impacts from identified avoidance alternatives, as required for individual evaluations. E. An analysis of Noise Impacts is not anticipated, as the scope of the proposed project is consistent with a Type 3 project, as defined in the most recent version of the INDOT Traffic Noise Analysis Procedures and revisions thereto. If during development of design and coordination with the LPA it is determined an analysis of noise impacts is required,services required for determining existing noise levels, identification of noise receivers, predictions of future noise levels, evaluation of impacts, and an analysis of noise abatement will be considered out of scope and additional or supplemental fees will be required. F. The PROFESSIONAL shall conduct an analysis of Environmental Justice and Community Impacts, which is consistent with the Indianapolis MlMIPO Federal Funds Exchange Program Guidance. This shall include review of the identified Environmental Justice Areas in the latest Indianapolis MPO's Metropolitan Transportation Plan. If an environmental justice area is identified and disproportionate burdens are anticipated, the services required to quantify the project's effects and determine appropriate mitigation, including coordination and consultation meeting with local community representatives,will be considered out of scope and additional or supplemental services will be required. G. The proposed project is anticipated to be found consistent with the Indianapolis MPO's Metropolitan Transportation Plan and will be listed in the Indianapolis Regional Transportation Improvement Program. If the project is found to be regionally significant or require additional air quality analysis,the work required to complete these additional investigations will be considered out of scope and additional or supplemental services will be required to complete the air quality abatement analysis. H. The PROFESSIONAL shall prepare a Wetland Delineation Report to determine the presence of wetlands and other aquatic resources that are regulated by the US Army Corps of Engineers (USACE) and/or Indiana Department of Environmental Management (IDEM). The Wetland Delineation Report will include the location of wetlands or waterways and coordination with the design engineers regarding avoidance and minimizations efforts for the proposed project. The Wetland Delineation will be prepared in accordance with the USACE Wetland Delineation Manual (1987), and guidance provided by the USACE since 1991, including the appropriate Regional Supplement to the Corps of Engineers Wetland Delineation Manual. 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 5 The PROFESSIONAL shall prepare and submit the appropriate permit applications for the project including Section 401 Individual Water Quality Certificate to the Indiana Department of Environmental Management (IDEM) and Section 404 Regional General permit to the United States Army Corps of Engineers (USACE). Mitigation is anticipated and shall use the Indiana Stream and Wetland Mitigation Program (INSWMP), also known as the In-Lieu Fee. If during coordination it is determined that the INSWMP cannot be use or that an Individual Section 404 Permit is required for impacts to water resources, the work to identify potential sites and to prepare mitigation plans or other related services shall be considered a change in the scope or work, and additional or supplemental services will be required. J. To support the use of In-Lieu Fee Mitigation for removal of trees within the regulated floodway of Williams Creek and Clay Creek,the PROFESSIONAL shall complete two(2) Floristic Quality Assessments for portions of the project area within the Indiana DNR regulated floodways of Williams Creek and Clay Creek. The FQA will be completed in accordance with the Indiana Department of Natural Resources guidance. Should it be determined that In-Lieu Fee Mitigation for DNR Floodway impacts cannot or will not be used and restoration plans are needed, this shall be considered a change in scope of work and supplemental services will be required. K. Based on coordination with the OWNER and desire to preserve trees where possible, the PROFESSIONAL shall complete a tree survey to identify trees over 10"diameter at breast height (dbh) within the project area. The location, species, and dbh of each tree shall be taken and a summary table produced for further discussion. If it is determined that restoration or landscape plantings are required to offset trees cleared within the project area, this shall be considered a change in scope of work and supplemental services will be required. III. Roadway/Trail Design A. PROFESSIONAL shall prepare preliminary and final plans, special provisions for the specifications, and opinion of probable construction cost for the roundabout and trail. The plans shall be in accordance with the accepted standards for such work and in accordance with the following documents in effect at the time the plans or reports are submitted except as modified by supplemental specifications and special provisions, if any: the City of Carmel Standard Drawings; the American Association of State Highway and Transportation Officials "A Policy on Geometric Design of Highways and Streets, Part V"; and the Indiana Department of Transportation's Standard Specifications. The opinion of probable construction cost shall be prepared according to the current practices of the City and shall include all types of work required for the complete construction of the work, including all temporary work necessary in connection therewith,but shall not include the cost of such items of work for which the City, through its own forces or through other party or parties, will perform the actual construction or engineering. The unit prices to be used shall be in accordance with the methods used by the City. B. PROFESSIONAL shall provide roadway/trail design services for the following locations: 1. Single Lane Roundabout design at the intersection of 116''' Street and Hoover Road a. Roundabout design will include the required approach roadway design per the final roundabout layout. b. Roundabout Maintenance of Traffic is assumed to be a full closure with detour (no phased roundabout construction) 2. Trail design on the north side of 116'' Street from Towne Road to Spring Mill Road approximately 10,500' in length&trail design on the west side of Clay Center Road north of 1 I6'' Street approximately 1,200' in length. 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 6 a. Trail is anticipated to be 10' wide HMA. b. PROFESSIONAL will work with Owner to determine trail separation from existing roadway(buffer width/curb and gutter/gravel with guardrail/paved, etc.) C. PROFESSIONAL shall conduct 30-minute virtual progress meetings with the Owner on a bi- weekly basis throughout project development (up to 50 meetings) D. PROFESSIONAL shall schedule and host an on-site preliminary field check meeting and prepare and distribute field check meeting minutes at the appropriate time (40% complete plans) during the design phase. E. The PROFESSIONAL shall design storm sewers for the roundabout at 1 16th Street and Hoover Road to collect and convey storm water maintaining the existing drainage patterns for the watersheds within the project. F. The PROFESSIONAL shall design the required drainage for the addition of the proposed trail along 116`'' Street and Clay Center Road G. The contract plans shall include a Title Sheet, Index Sheet,Typical Section Sheets, Miscellaneous Details Sheets, Plat No. I Sheet, Maintenance-of-Traffic Sheets, Plan and Profile Sheets, Construction Details Sheets, Spot Elevation Sheets, Pavement Marking and Signing Plans, Lighting Sheets, Landscaping Sheets, Erosion Control Sheets, Structure Data Table, Underdrain Table, Approach Table, and Cross-Sections. H. The contract documents shall contain sufficient information to enable the contractor to perform the required work. I. Upon completion and final approval of the deliverables by the Owner, the PROFESSIONAL shall deliver to the Owner the following submittals/deliverables required for the design activities (all plans black and white unless otherwise noted). I. Preliminary Plans:Two(2)full-size(22"x34")plan sets,two(2)half-size(I l"x17")plan sets, and one (1) preliminary opinion of probable construction cost provided to the Owner. 2. Five(5) full-size(22"x34")plan sets or digital plans provided to utility companies 3. Final Plans—four(4)full-size(22"x34")plan sets,one(I)quantity and design calculation binder, one(I)specification document,and one(I) final opinion of probable construction cost IV. Pedestrian Bridge Design Services A. The PROFESSIONAL shall prepare contract bid documents for a bridge plan set in accordance with 1NDOT design practices and policy for a new pedestrian bridge over Williams Creek adjacent to 116th Street in Cannel. The pedestrian bridge is assumed to be a single span, prefabricated steel truss (Designed and provided by Contractor/Supplier) on concrete abutments supported by piling.Also included are calculations, special provisions,geotechnical coordination, and opinion of probable construction cost in accordance with the Indiana Design Manual for Stage I, 3, and Final Tracings submissions. V. Culvert Extension Design Services A. The PROFESSIONAL shall prepare contract bid documents for a culvert plan set in accordance with 1NDOT design practices and policy for a structure extension of the Clay Center Road crossing of Will Creek to accommodate the new pedestrian trail. The structure is assumed to be a 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 7 prefabricated three-sided structure to perpetuate the existing structure. It is assumed that the roadside safety design criteria will be met by the use of concrete moment slab and barrier or guardrail approximately 30 linear feet long. Contract plans for the culvert, moment slab and standard concrete barrier rail, special provisions for the specifications,geotechnical coordination, estimated quantities, and opinion of probable construction cost shall be provided in accordance with the INDOT design manual. VI. Retaining Wall Design Services A. It is assumed that retaining walls will be required at various locations adjacent to the proposed trail. The PROFESSIONAL shall prepare final retaining wall details as required for the retaining wall locations based on the general scope assumed,opinion of probable construction cost,and all applicable design calculations and documentation in accordance with INDOT Design Manual Chapter 14. The provided compensation is for an estimated 300 linear feet of retaining wall on the north side of 116t'' Street west of Ditch Road, and an estimated 700 linear feet of retaining wall on the north side of 116t" Street near Williams Creek. The retaining walls are anticipated to be MSE Walls or Modular Block Walls and are anticipated to utilized pedestrian handrails not concrete moment slabs with concrete barrier. The design will conform to INDOT design criteria listed in the INDOT Design Manual.Contract plans for retaining wall, special provisions for the specifications, geotechnical coordination, estimated quantities, and opinion of probable construction cost shall be provided in accordance with the INDOT Design Manual. It is assumed that steel handrails will be utilized between the pedestrian trail and the retaining walls. VII. Hydraulic Analyses and Floodway Permitting A. The PROFESSIONAL will provide the following design services for Williams Creek at the 1 16th Street crossing. All permitting for Williams Creek, except as described below, is assumed to be covered by other aspects of the proposal or otherwise considered out of scope. According to the Hamilton County Surveyor, Williams Creek is a County Regulated Drain only south of the 116th Street crossing, and therefore, a County Regulated Drain Permit will be considered out of scope. I. Hydraulic analysis to determine the required waterway opening, minimum low chord elevation of the proposed pedestrian bridge, and scour parameters for foundation design. This analysis is not required to be reviewed or approved by the INDOT Office of Hydraulics but will be used for permitting mentioned herein. 2. Indiana Department of Natural Resources (IDNR) Construction-in-a-Floodway (CIF) permit 3. An application for a FEMA Conditional Letter of Map Revision (CLOMR). The PROFESSIONAL will adhere to FEMA's requirements for such applications including the required hydrologic and hydraulic modeling, Revised Flood Insurance Rate Map,and MT-2 application forms No. 1,2,&3. The PROFESSIONAL has included the$6,500.00 application fee to FEMA in this fee. The PROFESSIONAL excludes the application of the As-Built post construction conditions to FEMA for the coordination of the official Letter of Map Revision (LOMR). Should this be requested by the COUNTY, a supplemental fee shall be provided. 4. An application of a Floodplain Development Permit to the Hamilton County Floodplain Administrator in accordance with Article 28 of the Hamilton County Code of Ordinances. 2022.02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 8 B. The PROFESSIONAL will provide the following design services for Clay Creek near 116`h Street, west of Ditch Road. All permitting for Clay Creek,except as described below, is assumed to be covered by other aspects of the proposal or otherwise considered out of scope. 1. Indiana Department of Natural Resources (IDNR) Construction-in-a-Floodway (CIF) permit using the IDNR "Change in Effective Cross Sectional Flow Area Non-Modeling Worksheet."A hydraulic analysis of the Clay Creek or the I 16th Street crossing over Clay Creek will be considered out of scope. 2. An application for a FEMA Conditional Letter of Map Revision (CLOMR) as described above. The PROFESSIONAL has included the $6,500.00 application fee to FEMA in this fee. 3. An application of a Floodplain Development Permit to the Hamilton County Floodplain Administrator in accordance with Article 28 of the Hamilton County Code of Ordinances. C. The PROFESSIONAL shall conduct a hydraulic analysis of Will Creek at the Clay Center Road crossing to verify the hydraulic performance of the structure extension and to determine scour parameters for foundation design. This analysis is not required to be reviewed or approved by the INDOT Office of Hydraulics. It is not anticipated that an IDNR CIF permit will be required for Will Creek at the Clay Center Road crossing due to the drainage area being less than I square mile. All permitting for Will Creek is assumed to be covered by other aspects of the proposal or otherwise considered out of scope. VIII. FAA Permitting A. According to the Federal Aviation Administration(FAA)online Notice Criteria Tool,this project is in proximity to the Westfield Airport 172 and the Indianapolis Executive Airport, and thus an FAA permit is required. It is assumed that the PROFESSIONAL will file for one(I) permit with the FAA for this project using estimated construction procedures. Revisions to the permit to account for actual construction methods are assumed to be by others. Should several permit applications be required, a supplemental fee shall be provided. IX. Construction Stormwater General Permit A. PROFESSIONAL shall prepare and submit a Construction Stormwater General Permit and Storm Water Pollution Prevention Plan (SWPPP) to procure appropriate Notice of Intent for Construction. X. Roundabout Lighting Design A. The PROFESSIONAL shall provide engineering and prepare roundabout lighting plans, photometric analysis, preliminary opinion of probable construction cost, and specifications for providing roundabout lighting for the proposed roundabout at the intersection of 116°i Street and Hoover Road in Carmel, Indiana. B. Lighting submittals will include Preliminary Plans and Final Plans. C. The design will be based on City of Carmel Standard using 30' light poles with 8' mast arm length and approved luminaires. D. Coordination Meetings (up to two(2))with Owner. E. The PROFESSIONAL will review all roadway lighting shop drawings. 2022.02 47 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14,2023 Page 9 Xl. Landscaping Design A. PROFESSIONAL will perform landscape architectural design services and plan development services for the center island and splitter islands of the proposed roundabout located at 1 16th Street & Hoover Road. It is assumed that the center islands will include landscape, hardscape, and/or feature elements. Landscape plans are also anticipated to include preservation (or replacement) of landscape elements within the project area along the 116`'' Street and Hoover Road corridors, special tree preservation methods necessary to preserve significant existing trees, and buffer/screening landscaping at select locations. As part of this task, our team will perform the following services: 1. The landscape architect will attend up to two (2) planned meetings to discuss the following: a. Meeting I: Kickoff meeting to discuss design intent and identify any initial concerns or opportunities with the site and share preliminary design ideas. b. Meeting 2: Design presentation to discuss concept designs and identify direction for a selected concept design. 2. Conceptual Design Drawings a. The landscape architectural team will develop up to three (3) scenarios for improvements within the roundabout. b. The landscape architect will develop up to two(2)scenarios for additional street landscaping with the design intent of creating and preserving a consistent landscape character on the 116th Street corridor. c. The landscape architect will develop up to two(2)scenarios for additional buffer landscaping(on City right-of-way). d. The landscape architect will develop a plan to preserve existing mature trees and significant vegetation adjacent to (whose roots enter the construction area) or within the construction area as requested by the City of Carmel. e. Presentations will be produced on 11x17 format with renderings depicting planting, hardscape, materials, and features proposed for the sites. 3. Construction Documents a. Project Meeting i. Project landscape architect will attend up to one (1) final design team meeting to produce the final concept to be approved by the Owner. Any final decisions or modifications should be identified at this time to produce a final set of construction documents. b. Landscape and Improvements Plan i. The final landscape plan will include all improvements as well as any designed hardscape components as identified in concept drawings. ii. All planting components will meet city standards. 2022.02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 10 iii. Other center island features will be called out as Basis of Design if they are a standard specifiable element. Any Custom Art selection will be coordinated with the City of Carmel. iv. Landscape lighting design to be called out as Basis for Design. c. Irrigation Drawings i. Irrigation drawings will be provided for roundabout islands if needed for site location and designed improvements. ii. Final drawings and details will be provided by the Owner, locating adjacent utilities to connect all system components. d. Landscape Details Sheets i. Sheets will be provided to identify materials and proper installation techniques. ii. Sheets shall include applicable standard City drawings. e. Project Specifications Landscape Architect will prepare specifications for all pertaining components,as necessary. ii. Irrigation specifications will be provided as requested. 4. Construction Administration a. Landscape architect will anticipate attending any pre-bid or pre-construction meetings,as necessary. b. All RFI's and contractor inquiries will be addressed as requested and submittals will be reviewed and approved,as necessary. c. Final site walkthrough and punch list will be created at the Owner's direction. This may be performed at substantial completion or as a one-year warranty review but will include photographed documentation of any concerns or final needs to be corrected by the contractor. d. PROFESSIONAL will be available during construction to review and reply to RFI's, and/or product submittals. XII. Utility Coordination A. The PROFESSIONAL shall identify and notify all affected utilities and coordinate plans for utility relocation. The PROFESSIONAL shall assist the Owner with the preparation of all required utility relocation agreements.The PROFESSIONAL shall maintain a record of all utility contracts to be submitted to the Owner. XIII. Geotechnical Engineering A. The PROFESSIONAL shall make or cause to be made a complete geotechnical investigation. The general scope of geotechnical services can be seen in Exhibit D. In the event more extensive boring, sampling, testing analyses and engineering services are needed, such services will be added via a supplemental contract. 2022.02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 1 1 XIV. Bidding Services A. PROFESSIONAL shall assist the Owner in advertising for and obtaining bids or proposals for the Work and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, attend pre-Bid conferences, if any, and receive and process contractor deposits or charges for the Bidding Documents. B. PROFESSIONAL shall issue Addenda as appropriate to clarify,correct, or change the Bidding Documents. C. PROFESSIONAL shall provide information or assistance needed by Owner in the course of any negotiations with prospective contractors. D. PROFESSIONAL shall consult with Owner as to the acceptability of subcontractors, suppliers, and other individuals and entities proposed by prospective contractors for those portions of the Work as to which such acceptability is required by the Bidding Documents. E. PROFESSIONAL shall attend the Bid opening, prepare Bid tabulation sheets, and assist Owner in evaluating Bids or proposals and in assembling and awarding contracts for the Work. XV. Construction Phase Services A. The PROFESSIONAL shall review all shop drawings for this Contract during construction. Such reviews and approvals or other action will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto,or accuracy or completeness of details, such as quantities, dimensions, weights or gauges, fabrication processes, coordination of the work with other trades,all of which are the sole responsibility of the Contractor. The PROFESSIONAL's review will be conducted with reasonable promptness while allowing sufficient time in the PROFESSIONAL's judgment to permit adequate review. Review of a specific item shall not indicate that the PROFESSIONAL has reviewed the entire assembly of which the item is a component. The PROFESSIONAL shall not be responsible for any deviations from the Construction Documents not brought to the attention of the PROFESSIONAL in writing by the Contractor. The PROFESSIONAL shall not be required to review partial submissions or those for which submissions of correlated items have not been received. B. Following the award of a construction contract, the PROFESSIONAL will be responsible for attending the preconstruction meeting. C. During the course of construction, the PROFESSIONAL shall be available at reasonable times during normal working hours to respond to reasonable inquiries concerning the accuracy or intent of the PROFESSIONAL's plans. All such inquiries will be made only by persons designated by the Owner to interpret the plans and contract documents for the benefit of the contractors and subcontractors performing the work. The PROFESSIONAL shall not be required to respond to inquiries by persons other than the Owner's designated representative and shall not be required to engage in exhaustive or extensive analysis or interpretation of the plans. D. As needed and directed by the Owner, the PROFESSIONAL shall perform construction-phase utility coordination services. XVI. Right-of-Way Engineering A. PROFESSIONAL shall provide right-of-way engineering services, to City of Carmel, for the additional right of way needed for the project improvements for the affected parcels according to Exhibit C. 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14,2023 Page 12 XVII. Construction Inspection A. Engineering Personnel 1. For the fulfillment of all services outlined in Section "B" below, the PROFESSIONAL will provide one full-time Resident Project Representative, inspectors, and clerical and secretarial personnel as required for a period of time necessary to complete the construction project and final construction report. 2. The qualifications and experiences of personnel provided by the PROFESSIONAL are subject to approval by the Owner, and no personnel will be assigned to the project until the Owner's approval is obtained. 3. The full-time Resident Project Representative will report to the Owner on all matters concerning contract compliance and administration. 4. The full-time Resident Project Representative will coordinate project activities with Owner's project manager. B. Description Of Services I. Construction Schedule: Review and monitor the construction schedules prepared by the Contractor for contract compliance and provide detailed documentation and recommendations to the Owner concerning the schedule's acceptability. 2. Conferences: Schedule, conduct, notify participants, and provide minutes of preconstruction meetings, partnering meetings, progress meetings, and such other job conferences as required for the timely and acceptable conduct of the job. Attend Public Information Meetings conducted by the Owner. The PROFESSIONAL shall be available for conferences as requested by the Owner to review working details of the project. The Owner may review and inspect the activities whenever desired during the life of the agreement. 3. Liaison: Serve as the Owner's liaison with the Contractor, working principally through the Contractor's field superintendent or such other person in authority as designated by the Contractor. The full-time Resident Project Representative shall be thoroughly familiar with the plans and specifications applicable to the project to monitor the Contractor for compliance with the provisions therein. Any deviation observed shall be addressed to the Contractor by the Resident Project Representative. Recommendations to obtain compliance also shall be reported to the Owner. 4. Cooperate: Cooperate with the Owner in dealing with various federal, state, and local agencies having jurisdiction over the project. 5. Obtain from the Contractor a. A list of his proposed suppliers and subcontractors b. Additional details or information when needed at the job site for proper execution of the work 6. Certification of Materials: Check for completeness of certifications of materials delivered to the site. 7. Shop Drawings a. Receive shop drawings and falsework drawings. Check falsework drawings for completeness and obtain structural engineer's approval of the proposed design. Forward shop drawings to the design consultant for review and approval. 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 13 b. Review the approved shop falsework drawings, specifications and other submissions, record receipt of this data, maintain a file of all drawings and submissions, and check construction for compliance in accordance with the Contract Documents. c. Alert the Contractor's field superintendent when it is observed that materials or equipment is being or is about to be used or installed before approval of shop drawings or samples, where such are required, and advise the Owner when it is necessary to disapprove work as failing to conform to the Contract Documents. 8. Review of Work, Inspection, and Tests a. Conduct on-site inspections for the Owner,of the work in progress,as a basis for determining that the project is proceeding in accordance with the Contract Documents b. Accompany visiting inspectors representing local, state, or federal agencies having jurisdiction over the project and report details of such inspections to the Owner c. Verify that the required quality control sampling and testing has been accomplished and materials certification has been provided by the Contractor. Perform soil and aggregate compaction testing as required. Perform concrete testing as required. d. Review the Contractor's test/certification results and the Owner's independent assurance tests for accuracy and retain in the project file e. Questionable testing methods or results from the Contractor may initiate an increase in the volume of assurance tests. 9. Modification: Consider and evaluate the Contractor's suggestions for modifications in drawings and/or specifications and report them with recommendations to the Owner. 10. Records a. Prepare and maintain at the job site orderly files of correspondence, reports of job conferences,shop drawings and other submissions, reproductions of 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 b. Keep a diary or logbook, recording hours on the job site, 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 Owner. c. Maintain for the Owner,a record of names, addresses,and telephone numbers of all subcontractors and major material suppliers d. Maintain a set of drawings on which authorized changes are noted and deliver to the Owner upon request, but in any event, at the completion of the project e. Prepare the Final Construction Record and Final Estimate as required by the Owner 11. Reports: Furnish to the Owner at periodic intervals, as required, progress reports of the project, including the Contractor's compliance with the approved construction schedule 2022.023-17 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 14 12. Progress Estimates: Prepare progress estimates for periodic partial payments to the Contractor and deliver to the Owner 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. 13. Project Responsibility: 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 this project. 14. Work Schedule and Suspension: The PROFESSIONAL's crew will be required to regulate their workweek to conform to the Contractor's hours in accordance with the directions of the Owner. If work on the construction project is suspended and all matters concerning contract compliance and administration are complete, the services of the PROFESSIONAL may also be suspended without cost to the project. 15. Contract Administration: The PROFESSIONAL will administer the contract in accordance with Owner's procedures. 16. If directed by the Owner,the PROFESSIONAL shall prepare, as needed,design, survey, right-of-way, and other services consistent with the previous services that have been performed by the PROFESSIONAL on this project. These services will be performed and paid for based on an amendment to this agreement to be negotiated between the Owner and the PROFESSIONAL. 17. If the Owner requests services beyond the scope of this agreement and capabilities of the PROFESSIONAL, PROFESSIONAL will prepare an amendment to provide these services through a subconsultant approved by the Owner. XVIII. Items Excluded A. Stormwater Detention design B. Pavement design C. Utility Relocation design D. Traffic capacity analysis,simulation analysis, simulation videos E. Traffic Data Collection/Traffic Forecasting/Traffic Modeling F. Traffic Management Plan G. ITS Design Services H. Wetland and Stream Mitigation Design 1. Tree restoration/mitigation plantings J. Subsurface Utility Engineering(SUE) K. Landscape Monument/Sculpture or specialty structure design L. Large art foundation design/electrical design M. Fencing/masonry features design relating to private property items N. Landscape Architecture three-dimensional modelling O. Decorative hardscape design on paths/sidewalks P. Public Meetings 2022.02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Mr. Jeremy Kashman February 14, 2023 Page 15 Q. Requests for Approved Jurisdictional Determinations R. Investigation and evaluation of potential mitigation or restoration planting site(s) S. Involvement, reviews, or approvals by INDOT Environmental/Road/Bridge, etc. for the project environmental document and project design plans T. Pedestrian Bridge Prefabricated Truss Structural Design and Load Rating U. Pedestrian Bridge Handrail Design V. Structural Design and Load Rating of Culvert W. Cast-In-Place Closure Pours X. Temporary or Permanent Retaining Walls for the Culvert Extension Location of the Clay Center Road Crossing of Will Creek Y. Aesthetic Details for Retaining Walls/Handrails/Concrete Barrier/Pedestrian Bridge Z. Asbestos Testing on existing structure of Clay Center Road Crossing of Will Creek AA. Investigation into alternative wall types(beyond MSE or Modular Block Wall) BB. Temporary shoring or temporary retaining wall design CC. Extensive Stormwater BMP design(sizing mechanical BMP structure in accordance with INDOT Sample USP "Stormwater Treatment System" is included in Roadway Drainage Improvements, any storm water quality design beyond INDOT Sample USP "Stormwater Treatment System" will be treated as Extensive storm water quality design). DD. Land Acquisition Services 2022 02347 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 I.KcarenniallanintiMENIMMitilikAIBIMMICii 116th & Hoover Roundabout and 116th Trail from Towne to Spring Mill Legend ''_> Potential MSE Wall EXHIBIT B ... e• Proposed Path- �'/ ... '-\ � I, ' I Survey Area t • . ,1 ,.. .( 4. f k - '.-. — I." ,- . . -,4115 ...d.,?,_ . . . . ,. • , ,, •,•_.L. .,. .., . , . . „ , . .z. . f� . a ••;.•_ , : . i } Potential P l Retaining,Wall De ign Required at Clay Creek l i _ , Proposed Single Lane Roundabout J , . Will a +r rti-x- _ ;�r_. , • 1 �.'- � i; � r ��" ,`�, Center Cre _ !• f •�jD. ,.. a 'r• s P . _. ` iC ab �, �s; -,o •i ` ,y •� . ' N •\,.." .3 :. _. r ad z A. 1 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 .q, I1iiiiiii_ w - •a _-_ J 11C ..% e Legend 116th & Hoover Roundabout and 116th Trail from Towne to Spring Mill ` ; c g Potential MSE Wall EXHIBIT B p a:. Proposed Path- aff ^ \� , I� i 7 / Survey Area {{ 43 I 7r lair}, z� , 'F Le''-tix / Iv :i 1, a i "n s 7 ^• C O s1 l 7 1ti7,kny ifi i w � o n n Q4 '�J f yam' ,.. / • .• 1 .. t x.�'� r—,- . 1 1'l,. \ ' . E ®•.- 4i t ; • ( •• 1 - ,cry i l:-_ •sue°., , 'j \l n4�I I p s - 4f Y77. 7 .'. 1 ' ,. I..... t I 1 -ii Jr- - 1 3 ' 1 A ',k7 ‘ P':,j— -, ,-) •. Allifflia:---..': . ' , .ir' '. i - Bridge extension or rec struction required at Will Creek " _ ( , , • - 4."`_ Ams Run Required at Clay Creek B ams Crek/ ,, e • w" ,ss PotentiaMSWfls• eqth etadeastbrge r enter Creek _ .,i../ • , C(ayCreek • _:; ` i . w gam' ��%-�i� .l r3 v } v Go•• • Earth - • ;1 ams Creek „'g' 4• . ,,. .,�, - �, a, o+o . , .i.y ,; DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Exhibit C 116th Street S Hoover Road 1 FEE PROPOSAL,Dated: Parcel Information Right of Way Engineering Total Fees TOW Wah Tp,I`ee. '3.3 0Nw �•1 au Owner fa•10 pp Typea I. r.e ..• ro F5faa.,a in,.... ,n•-56nCpa re6 Re my Pacetafeoard 29.3.60069u0000 WJ 18 SF 1 00 s rs J2 1 a p0009 I 400510$ 317.501 1. a waea500n 06 0ay. 25611050000110000,0 SF _S 60300 S 100 1 000000 9 50000 3 47000 s .. 0 t4603656 a-asa Leab C6, N a01. 2913L00-0000p00'0 a SF 5 10000 5 3500 5 4.00000 5 30000 f 3 3 Tar..TrFOI,ry N.d LI0448 28.04•35000 021 0044 SF S 49 OC 5 '2500.1 600000 5 60000 5 6..17600 5.17500 ] Fur.Jame,Slr.n 55,196.00 0 0u03w 0,5 SF 60000 5 35000 ap00001 80000 S 5.95000�5 5.95000 2909 32 000011 NI 016 JBme3S .99 Tms1 09 00001 01016 SF 2..000 5 1 22500 4.00000 5.50000 5 13.5500.5 •332103 0r840 El ut 29043 000032.5018 SF 10000 5 17500 800000 80000 5 5.37500 5 5.32500 3 r8.S -E a 24093e000032203016 SF .00.1 2500 690000 80000 S 057506 �1 5.95500 mn S 556060 10043a.080e12091 a,a SF 40300 5 7500 100000 00000 3 0 3502 1 13.00 41e0116330 29043e009052011•0'8 SF +0000 5 .75031 5008001 80000 5 6.12500 1,#r500 Oa3 Bs^nw _ 2909-3.00603a.0W 0'a LF 60000 5 13500 6.00000 60000 5 ;,#i;00 5 5#3500 K.50,Rawal 290432.00002500001E SF 14300 5 13500 4.00000 80000 5 8331 00 1 1.12500 - _ 2909..00A023001018 1 San 441)10081431 E7.8 29 0934900023 002016 LF 53090 5 35000 4.00000 60000 S 5.95000 5 095010 _ 0 30,140 DP.e61E 5tk..ra5 240414+01008000018 LF 60000 1 13500 400000 80000 5 5.37500 I e9.56eppan O S Carelw4aatrc7O T.ve 2909=31a019n1'0000`6 IF 60000 5 13500 5.00000 60000 5 1 t0e04.James E.Y.SCam13n1 000918 VF 30000 5 13500 5..00000 80900 5 5175..0 5 3 8.1 00 000210J0018 13 ,IG Vra9 290v00 e LLC 000 019 000 0,8 SF 60300 5 35000 4..00003 BOO 00 5 16 00r0,85'8.81.Emma le0 Et m 29 43-32 000 020,000018 1 LF 40055 S 12500 4..00000 600.00 5 5.37500 3 5.37500 19 TED 280 S 20003 5 00 1 1.01 5 60000 5 533500 5 5.37500 20 350 700 f 40003 3 .0190 S 610500 5 80000 S 533500 1 5.37500 f 6 5004300.4708(E I I I ■ • Total. -511.600001 5 5.07500[55 60 tt000I 5 2030000,5 11>.57500 I 1 1.50 NOTE: Initial lees based on 2023 INDOT Fee Schedule. NOTE:Any revisions required to'Parcel Development'due to design changes will be charged at hall of the original lee. 'If LPA records necessary documents,the Recording fee will not be billed. FINAL FOR PM'S REVIEW 12/20/2022 FINAL APPROVED BY PM FOR CONTRACI'PURPOSES I/23/2027 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Exn,bi c -.rN ,_ `�rl •..ft`� �'� ���~ I . a$� _I,u. g�'� r'Y�9�1100 2411111 •- e. ;:� r' .?,fit 3QlI � G G6 b��df � S5l5A in I ,21 � ,!C ite,0 414,. {{f��� ro `wt .�. <t Ekv i0k,a��rk RIM `lor.� '�� -r slep"! ' � . •.r x � ie 7� � _�EfisE9 �t ,( Cal s �a, . � Y I�l1 E9 • �.fA l�l� is�P1�FL t ( ii#M5 1}��4 j9 �, . s F C am rya o` "' �`r • ) '•- 12 1' 1 �y �b • t 'ad �ft it ti (',' im,a tf I l '+ w, I F p �nr6. •1� iy, ,. -- . Q ;1 e:.. F(-�4@. . 1, ▪ 3 '"4 � 'a R..� . r- *, .. . Le 1 f .¢y p�sag$® M w it F+ ` ..r 'L'�• f .. a ` 'bl 1 et; • 6 .'gi 4 L ' er;lam �h111�1� ,1XI' a t ,,I H. .,-7..'_ Mpg. 34 .._-1 a .r:- :�I (\)1 `yy,ry�_ � �'f �t 6 ];1' yr+I 8 J. 7 `.r ��ii 73-tom.j, .t ��.y���„ � ♦ , •- .741 .,.., t i,.1. ,L e t 1,t � `.�\. y.,..�a • 8 5 1� 'ij,4,, N I - f :,�„"'F.i " .�/ • ' 7y,, hFs r� - ra ( 1 ,�'I 'Ii... 'k Ss - ‘-'1' .. t%T. <Ci'.6: _�dJT .• 17 C-k .9 1 : r , 4 M. 4,..,,.... .11,31 fit t ,•.',.,.-;,-.1, . • 'R- Wei . -,. _ - -�� 9 4 , , — flQta ®�-- 1.1-F-----141-7.0.--i,,,,,,-1071-.,1,�cq- I: � 1.,.,,,ycc4_V©),®I ' • .' 11 r^iry ,. l J l� \ $p T ,II 4`` t----y�y f • ',_. / r .,vK ' ( apt. t � � n �,® 'i.. ��j' m9 ® f:) m! Q O ® Yt� • i/ / Q.Orma�.® ; 'u �t. 44.:*: I fl�Fa „-reaszi'tit h . `: !, • c / 'ez1 . ` �eFL44k11l�1� �� T. 1�7 t�! �� r • a f9lBE•r , d ... w •atQ4d1prir In 0 ��— ',,,,11 a.4i` T-; "! ''h ' a �� Q.�ilP4 79G, �: DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Exhibit D iiterracon December 22, 2022 Mr. Tanner McKinney, P.E. American Structurepoint Via electronic mail: tmckinneystructurepoint.com Re: Proposal for Professional Services Geotechnical Evaluation 116th St and Hoover Rd Intersection lmpr & 116th St Trail Carmel, Indiana Terracon Proposal No. PCJ225551 Dear Tanner: Thank you for including us on your team. We understand that representatives of the City of Carmel, with the assistance of state funds, are planning to construct a new roundabout at the intersection of 116th Street and Hoover Road. In addition, a new trail is planned on the north side of 116th Street from Towne Road to Spring Mill Road for a distance of about 2 mi and along the west side of Clay Center Road from 116th St and extending north for a distance of about '/4 mi. Based on information provided with the request, the following project elements are anticipated: • Two retaining walls totaling about 1,100 ft in length, and we anticipate the height of the walls to be less than 15 ft. The walls are necessary for the trail construction; • A new single span pedestrian bridge over Williams Creek; • 2% mi of new trail construction established near the existing grade except at the wall locations; • A new roundabout constructed near the existing grade at 116'h St & Hoover Rd. We anticipate enclosed storm sewers established within 10 ft of the existing surface; and • A lengthened or replaced bridge on Clay Center Road. As such, we propose the following: • Performing up to 12 borings near the planned retaining wall locations; • Performing two borings at each new bridge for deep and shallow foundation considerations; • Performing up to 16 borings for the new trail and intersection, including for the sewers; • Completing a number of hand auger borings in wooded areas and areas of congested utilities. The hand auger borings will help identify topsoil thicknesses and soft soil risks that may impact earthwork; • Completing laboratory testing to characterize the subsurface conditions; and • Preparing a geotechnical report to provide recommendations for pavement subgrade treatment, foundation soil preparation, retaining wall and bridge foundations, and sewer recommendations. Borings will be backfilled with auger cuttings, bentonite chips, and a pavement patch where appropriate. Where access to private property will be required, your firm or the city will lead the coordination and communication efforts with the impacted property owners and any property restoration costs and efforts will be addressed by the city. We will provide right-of-entry letters and provide small tree and brush clearing, but we have not included any costs for property restoration. In the event the borings cannot be completed off of the roadway, we have included traffic control to complete the work from the existing roadway. We will obtain a city ROW permit and a permit for completing the borings per the city's water well requirements, but we have not included any costs or schedule impacts for roadway cut and patch permits. DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Exhibit D Mr.Tanner McKinney, P.E. December 22, 2022 American Structurepoint, Inc. Page 2 116th St and Hoover Rd Intersection Impr& 116th St Trail For the scope discussed above, we propose to provide our services on a unit rate basis in accordance with the attached Fee Justification. Our fee is estimated to be $97,293. For your planning purposes, please allocate five months for the duration of the geotechnical evaluation in anticipating of private property owner coordination. Should you or the city have any questions or if you require additional information, feel free to contact us. We understand that your firm will prepare a task order referencing our MSA. Sincerely, T O Of‘l(SiticifINTS, INC. f Michael S. Wigger, P.E. Principal Enclosure: as stated DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Exhibit D FEE JUSTIFICATION Geotechnical Evaluation 116th St and Hoover Rd Intersection Impr& 116th St Trail Carmel, Indiana EXPLORATORY FIELD ACTIVITIES Mobilization and demobilization 1 LS $750.00/LS 750.00 Test boring with SPT sampling, 0-50 ft 740 ft $25.00/ft 18,500.00 Test boring with SPT sampling, up to 100 ft 160 ft $35.00 /ft 5,600.00 Shelby tube sampling ea $125.00 /ea ATV-mounted equipment 10 day $600.00 /day 6,000.00 Truck-mounted equipment day $300.00 /day Rock coring ft $60.00 /ft Rock core set-ups ea $150.00 /ea Hand auger borings 8 hr $120.00 /hr 960.00 Pavement cores ea $175.00 /ea Road closure day $200.00/day Traffic control (flagmen) 9 day $2,500.00 /day 22,500.00 Boring layout, permits and utility coordination 40 hr $125.00 /hr 5,000.00 Brush and small tree clearing 6 hr $300.00 /hr 1,800.00 Private property letters, includes cost of certified mail 8 hr $125.00 /hr 1,000.00 Support truck 10 day $125.00 /day 1,250.00 Per diem day $90.00 /day Overnight living expense night $230.00 /night Subtotal 63,360.00 LABORATORY Visual soil/rock classification, moisture content and hand penetrometer readings 20 hr $80.00 /hr 1,600.00 Atterberg limits 12 ea $100.00 /ea 1,200.00 Grain size analysis 6 ea $160.00 /ea 960.00 Unconfined compression 25 ea $85.00 /ea 2,125.00 Standard Proctor ea $160.00 /ea California bearing ratio(CBR) ea $400.00 /ea Unit Weight ea $40.00 /ea Loss on Ignition 5 ea $50.00 /ea 250.00 Specific Gravity ea $70.00 /ea Topsoil Testing ea $440.00 /ea Pavement core logging, summary ea $80.00 /ea Subtotal $6,135.00 ENGINEERING STAFF Engineering and Project Mgmt 1 LS $27,798.00 /LS 27,798.00 Subtotal $27,798.00 Estimated Total $ 97,293.00 DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 AMERICAN STRUCTUREPOINT, INC. TRANSPORTATION GROUP 2023 STANDARD HOURLY RATES SCHEDULE Standard Hourly Rates are subject to annual review and adjustment. Hourly rates for services in effect from Jan 1, 2023, to Dec 31, 2023 are: EMPLOYEE CLASSIFICATION HOURLY RATE Principal $395 Project Manager $305 Senior Engineer $230 Project Engineer $190 *Staff Engineer $135 Senior Planner $190 Project Planner $175 *Staff Planner $95 Senior Environmental Specialist $280 Environmental Specialist $170 *Staff Scientist $110 Senior Designer $260 *Designer $205 *Senior Technician $180 *Technician $125 *Researcher $150 Senior Registered Land Surveyor $250 Registered Land Surveyor $200 Staff Land Surveyor $140 *Senior Survey Crew Chief $210 *Survey Crew Chief $155 *Survey Crew Member (1) $105 *Resident Project Representative $190 *Construction Inspector $135 *Interns and Co-ops $80 Landscape Architect $160 *Rates for these classifications are subject to overtime premium of an additional 0.18 x hourly rate. DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 REIMBURSABLE EXPENSES Reimbursable expenses include direct expenses incurred by American Structurepoint, Inc., or our consultants in the performance of work which is directly related to the project. These expenses are in addition to compensation for Basic and Supplemental services. Reimbursable expenses will be invoiced at 1.1 times our direct costs. These expenses include, but are not limited to, the following: • Renderings, models, or colored elevations • Governmental agency review or permit fees • Reproduction of documents for governmental agency review, bidding, or construction • Reimbursable expenses charged to us by subconsultants • Airline tickets, car rental, mileage, and per diem expenses for out-of-town travel • Couriers and overnight deliveries, including FedEx, UPS, or similar carriers The following expenses, if incurred in the process of providing professional services included in basic services, are included in the fee noted and are not considered reimbursable expenses: • Printing for in-house purposes and progress meetings • Plotting expenses • Computer charges • Postage and handling DocuSign Envelope ID: D44A0317-A70E-4F0E-9017-1CF02E5D29D2 Design Fees 116th & Hoover Roundabout and 116th Trail Towne to Spring Mill ESTIMATED CONSTRUCTION COSTS (FY 2025) $7,200,000 Bridge, $358,100 Lump Sum Pedestrian Bridge $76,500 Culvert Extension $63,200 Retaining Wall Design $62,600 Hydraulics and Permitting $134,500 FAA Permitting $2,500 Construction Phase Services $18,800 Road. $414,440 Lump Sum Roundabout and Trail Design $294,770 Bidding Services $11,595 Utility Coordination $33,755 Construction Stormwater General Permit $10,710 Project Management $49,150 Construction Phase Services $14,460 Environmental $60,180 Lump Sum Survey $181,400 Lump Sum Lighting $27,810 Lump Sum Landscape Architecture $34,400 Lump Sum Geotech $97,293 Unit Basis RW Engineering $117,375 Unit Basis Construction Inspection $$TBD Unit Basis TOTAL FEE = $1,290,998i DocuSign Envelope ID: D44A0317-A70E-4FOF-9017-1CF02E5D29D2 a INDIANA RETAIL TAX EXEMPT Page 1 of 1 Clayof Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER w FEDERAL EXCISE TAX EXEMPT _ 108573 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AP CARMEL. INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL- 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO VENDOR NO I DESCRIPTION — —3/1/2023 00350562 ASA 2-22-ENG-03-116th&Hoover Rd RAB 116th St Path from Towne to Spring Mill; Ped Brid-Design AMERICAN STRUCTURE POINT, INC City Engineering's Office VENDOR 9025 RIVER RD SHIP 1 Civic Square SUITE 200 TO Carmel, IN 46032- I INDIANAPOLIS, IN 46240- Laurie Slick L PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 74580 QUANTITY UNIT OF MEASURE DESCRIPTION 1 UNIT PRICE EXTENSION Department: 2200 Fund: 0 2022 Bond Account: 44-628.71 1 Each ASA 2 -22-ENG-03-116th &Hoover Rd RAB 116th St Path 1,290,998.00 $1,290,998.00 from Towne to Spring Mill; Ped Brid-Design Sub Total $1,290,998.00 /{ \J ff" YY °a 7/ L ill r i * 4 I ,, iv k...-..10,112z. ! JLAh , ,:-. -4, Send Invoice To. k,i _, ,' ,a, ,... .,'.., ,X`.-:: Jill Newport \ CrossRoad Engineers, PC \ / 115 N. 17" Avenue 6 4. ._ �u� / Beech Grove, IN 46107 `�,4 r h A r' PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT f PROJECT I PROJECT ACCOUNT AMOUNT PAYMENT $1,290,998.00 SHIPPING INSTRUCTIONS 'A,P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P 0 NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID AFFIDAVIT ATTACHED I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C 0 D SHIPMENT CANNOT BE ACCEPTED THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL �`� + 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY —� — -- - Jeremy Kashman James Crider TITLE Director Director of Administration CONTROL NO. 1 08573 CONTROLLER