Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
American Structurepoint, Inc./ENG/($176,799)/22-SW-01 Springmill Run Culver - ASA 4
DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF American Structurepoint,Inc. Engineering Department-2023 Appropriation#2200 0 44-628.71 2020 Storm Water Bond Fund; P.O.#109905 APPROVED Contract Not To Exceed S 176,799.00 By Sergey Grechukhin at 11:21 am,Jui26,2023 • 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. f-DocuSigned by: DocuSigned by: Cd.aG, e. --97256E8218D6431_. -}Ty t;ctz3Fa4zU James Brainard, Presiding Officer Authorizecdtlgnature Date: 8/16/2023 ,—Docusigned by: Cash E. Canfield, PE tkayli atm& bold, Printed Name Z 6E37CC0C068E4C4. Mary Ann Burke, Member 8/16/2023 Chief Operating Officer Date: —DocuSigned by: Title Ravi wafsatn, 35-1127317 B6D22381184264OD. L011 vvdtson, Member FID/TIN: Date: 8/16/2023 ATTEST: Date: 7/25/2023 —DocuSigned by: Svc WOVC —�683A89D7A9844C5. Sue vvoirgang, Clerk Date: 8/16/2023 [S\Contracts\Deparhnents\EVG\2023\American Stncnuepoun.Inc.ASA P4.docx:7/24/2023 3:54 PM] DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Exhibit A O 9025 RIVER ROAD.SUITE 200 INDIANAPOLIS. ■■ INDIANA 46240 STRUCTUREPOINT TEL 317.5475580 INC FAX 317.543.0270 • July 6, 2023 Mr. Jeremy Kashman Carmel City Engineer One Civic Square Carmel, Indiana 46032 Re: Spring Mill Run Culvert Replacement Under Tam-O-Shanter Drive Dear Mr. Kashman, American Structurepoint, Inc. is pleased to submit this proposal for the Spring Mill Run Culvert Replacement under Tam-O-Shanter Drive Design and Bidding Services. The professional services will include survey, environmental services, culvert hydrologic and hydraulic analysis, roadway/sidewalk design, utility coordination, geotechnical engineering, bidding services, and right-of-way engineering and for the planned Spring Mill Run Culvert Replacement under Tam-O-Shanter Drive. Upon receiving notice to proceed from the City of Carmel, American Structurepoint will commence with the survey, environmental, culvert hydrologic and hydraulic analysis, headwall and wingwall design, roadway/sidewalk design, utility coordination, geotechnical engineering, and bidding services for a total lump-sum fee of$152,279. Right-of-way engineering will be invoiced on a unit cost basis according to the attached Exhibit C for a maximum amount of$24,520. 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. eta/ Mike McBride, PE Cash E.Canfield, PE Vice President Chief Operating Officer Attachments www.structurepoint.com DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Mr. Jeremy Kashman July 06, 2023 Page 2 Exhibit A Overall Project Assumptions A. For the proposed Spring Mill Run Culvert Replacement under Tam-O-Shanter Drive, the funding will be 100%Local. B. Hamilton County Regulated Drain Permit and Review will be required. C. Construction Stormwater General Permit will not be required due to project land disturbance under one(1)acre. Topographic Survey A. Scope of work to include traditional ground survey and limits are generally described as follows: 1. Tam-O-Shanter Drive from Approximately 50' north of Tam-O-Shanter Court to approximately 350' south of Burning Tree Lane as well as approximately 100' upstream and downstream of the existing structure. See Survey Area in Exhibit B. 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 trees 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 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. 7. CAD Drafting and creation of a TIN and contours(1-foot contour interval) 8. Determination of alignment, property lines and right-of-way along with the preparation of a Route Survey Plat 9. When directed, the PROFESSIONAL shall survey the project location. The PROFESSIONAL shall obtain deeds of record, subdivision plats, survey plats, section corner location information, highway plans, and section or auditor plats for all properties within the project limits. The PROFESSIONAL's work shall be in accordance with I.C. 25-21.5; 865 I.A.C. 1-12; and the INDOT Design Manual(IDM)which is available online on the INDOT website,and which is incorporated by reference. If there is precedence shall be: a. l.C. 25-21.5 2023.01525 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Mr. Jeremy Kashman July 06, 2023 Page 3 II. Environmental Services A. WETLAND DELINEATION The proposed project includes conducting a delineation of anticipated aquatic resources and preparation of a Wetland Delineation and Waters Report performed 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. The proposed project is located along Tam-O-Shatner at the crossing of Spring Mill Run. The proposed Scope of Services for the Wetland Delineation and Waters Report includes the following: 1. Records Review a. Review USGS Topographic mapping to evaluate shape and elevation of the land, drainage patterns, and vegetation, associated with the study area and surrounding area b. Review the National Wetland Inventory mapping maintained by the US Fish and Wildlife Service to evaluate any potential baseline wetland mapping already established for the study area c. Review high-resolution orthophotography from the Indiana Geographic Information Council to evaluate land use of the study area and surrounding area, and other features such as waterways, drainage patterns, flooding, or dark coloration of surface soils indicating hydric soils d. Review the Hamilton County Soil Survey to determine soil classification and drainage features within the study area. e. Prepare a written summary of the records review, including narrative description of physical setting of the study area 2. Field Reconnaissance of the Study Area a. Investigate and evaluate site in compliance with the Corps of Engineers Manual for Wetland Delineation. i. Based on the US Army Corps guidance,fieldwork should occur during the growing season. The US Army Corps of Engineers defines the beginning of the growing season as the date that the soil temperature 12 inches below the ground surface reaches and remains above 41 degrees Fahrenheit. Fieldwork completed at risk, outside the growing season, at the direction of the client may require additional or follow up field review. If it is determined additional or follow up field review is necessary by the US Army Corps or IDEM due to field recon being completed outside the growing season, this will be considered a change in scope of work and supplemental services will be required. b. Collect the appropriate number of data points to sufficiently document the presence and/or absence of wetlands and their boundaries based on an assessment of plants, soils, and hydrology observed on the site c. Identifying any drainage channels, and assess their habitat using the methodology described in Methods for Assessing Habitat in Flowing Waters: Using the Qualitative Habitat Evaluation Index(QHEI)Manual(Rankin 1995 and 1989;and Platts et al., 1983) 2023 01525 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Mr. Jeremy Kashman July 06, 2023 Page 4 d. Photo-document the study area, including all data points. aquatic resources, and drainage features e. Prepare a summary of the field reconnaissance, including narrative and tabular summaries of site conditions observed and exhibits depicting site conditions, including aquatic resource acreage and/or linear feet 3. Prepare Evaluation and Report a. Prepare a written report summarizing the results of the records review and field reconnaissance consistent with the 1987 US Army Corps of Engineers Wetland Delineation Manual. The report will be acceptable to both the US Army Corps of Engineers and the Indiana Department of Environmental Management. b. Include the Environmental Professional's opinion of the jurisdictional analysis of the aquatic resources identified in the study area. B. SECTION 401 AND 404 REGIONAL GENERAL PERMITTING 1. Submit Section 401/404 Water Quality Permit Applications a. Prepare and submit the appropriate permit applications for the project including Section 401 Regional General Permit (RGP) to IDEM and Section 404 RGP to USACE.It is anticipated that impacts to regulated water resources will be less than 0.10 acre or less than 300 1ft. b. If during coordination with the USACE or IDEM it is determined that an Individual 401 or 404 permit and/or mitigation is required to offset proposed project impacts, 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. III. Roadway Design A. The PROFESSIONAL shall prepare preliminary and final plans, special provisions for the specifications, and opinion of probable construction cost for the culvert replacement. 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. The PROFESSIONAL shall provide roadway design services for the culvert crossing and associated pavement/sidewalk and inlet replacement on Tam-O-Shanter Drive. Storm sewer design and calculations shall not be included. C. The PROFESSIONAL shall prepare final headwall design and hand rail details as required for the headwalls at each end of the precast box structure. The design will conform to INDOT design criteria listed in the INDOT Design Manual. 2023.01525 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Mr. Jeremy Kashman July 06, 2023 Page 5 D. The PROFESSIONAL shall develop the headwall loads, size the footings, and design the reinforcement for the concrete headwalls. Appropriate design calculations, reinforcement design and required detail sketches will be included. E. The PROFESSIONAL shall provide vehicular and pedestrian detours to accommodate full-closure of Tam-O-Shanter Drive for the duration of construction. F. The PROFESSIONAL shall conduct 30-minute virtual progress meetings with the Owner on a monthly basis throughout project development(up to six(6)meetings) G. The 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. H. The contract plans shall include a Title Sheet, Index Sheet, Typical Section Sheets, Miscellaneous Details Sheets, Plat No. 1 Sheet, Maintenance-of-Traffic Sheets, Plan and Profile Sheets, Construction Details Sheets, Spot Elevation Sheets, Culvert and Headwall Detail Sheets, Erosion Control Sheets, Structure Data Table, and Approach Table. I. The contract documents shall contain sufficient information to enable the contractor to perform the required work. J. 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: Digital Plan Set, and digital preliminary opinion of probable construction cost provided to the Owner. 2. Digital plans provided to utility companies 3. Final Plans — Digital Plan Set, digital quantity and design calculation binder, digital specification document,and digital final opinion of probable construction cost IV. Culvert Hydrologic and Hydraulic Design Services A. The PROFESSIONAL shall prepare a hydrologic and hydraulic analysis in accordance with INDOT design practices and policy for a structure replacement for Spring Mill Run under Tam-O- Shanter Drive.The structure will be sized to accommodate the City of Carmel and Hamilton County Standards and is assumed to be a single-cell application. It is assumed that the structure will extend outside clear zone and will not require roadside safety design elements. B. The PROFESSIONAL shall conduct a hydraulic analysis of Spring Mill Run at the Tam-O-Shanter Drive crossing to verify the hydraulic performance of the structure replacement and to determine permanent scour protection requirements.This analysis is required to be reviewed by the Hamilton County Surveyors' Office. It is not anticipated that an IDNR CIF permit will be required for Spring Mill Run at the Tam-O-Shanter Drive crossing due to the drainage area being less than one (1) square mile. C. The PROFESSIONAL shall coordinate with the Hamilton County Surveyor's Office to obtain a Regulated Drain Discharge Permit. V. 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 2023.01525 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Mr. Jeremy Kashman July 06, 2023 Page 6 relocation agreements. The PROFESSIONAL shall maintain a record of all utility contracts to be submitted to the Owner. VI. 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. VII. Biddint Services A. The 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. The PROFESSIONAL shall issue Addenda as appropriate to clarify,correct,or change the Bidding Documents. C. The PROFESSIONAL shall provide information or assistance needed by Owner in the course of any negotiations with prospective contractors. D. The 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. The 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. VIII. 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. 2023.01525 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Mr. Jeremy Kashman July 06, 2023 Page 7 D. As needed and directed by the Owner, the PROFESSIONAL shall perform construction-phase utility coordination services. IX. Right-of-Way Engineering A. The 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. X. Items Excluded Traffic Engineering Services: a. Traffic data collection, analysis,design, and simulations b. Traffic signal system inventory of existing equipment c. Traffic signal design or warrant analysis d. Traffic safety analysis e. Pavement marking and signage design f. Lighting design for roadway/roundabout g. ITS design 2. Environmental Services: a. Phase I or Phase II Environmental Site Assessment b. Asbestos testing c. Karst investigation d. Detailed groundwater assessment e. Stream and wetland mitigation design and plan development f. Individual Section 401/404 permits g. Hazardous material remediation plan h. Cemetery development plans i. Public involvement or public information meeting or public hearing 3. Structural Design Services: a. Bridge design b. Noise wall design c. Retaining wall design 4. Roadway Design Services: a. Abbreviated engineers report b. Engineering assessment c. Roundabout design d. Pavement design i. Alternate Bid pavement design and plan development e. ADA curb ramp design 2023.01525 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Mr. Jeremy Kashman July 06, 2023 Page 8 f. Landscape and/or streetscape design 5. Drainage Design Services: a. Scour analysis for small structures b. Storm sewer, stormwater quality design, and detention analysis and/or design c. Sanitary sewer or storm sewer lift station design,sanitary sewer plan/profile, water main plan/profile, and submittals to IDEM for sanitary sewer and water main extension d. Floodplain or floodway analysis, modeling, and submittals to IDNR and FEMA 6. Right-of-way acquisition services 7. Utility Services: a. Utility relocation design and plan preparation b. Subsurface Utility Exploration/Location/Engineering c. Determination of location or depth of utilities by means such as vacuum excavation or potholing 8. Railroad coordination services 9. Permits a. Construction Stormwater General Permit b. City/INDOT permits c. FAA Permit 10. Zoning and rezoning or development of standard variance submittals and presentations for public hearings,colored renderings, and exhibits for public hearings 11. Construction inspection 2023 01525 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF � .-- • • ' - ir t, • '`• -,., ,j. *4 , ? ".41 k>,. S; t5.,C.-f _�. e'*r - j. - , , • ' I; - µ• : \ '`. 1N 't } y C Y.. I', - .ti , I• ,>, A * � � '` N,. a. co 'r ttI.-49. L .. )j „ � t:. i f� '% `tr,-' ~ ' , rr '� , J 4. Ld •P- .'qs -i . T 'T ' . _ r, .Y 'O ' : � . i y1yL • rYr s` 1,A. {",;.t- / f. .,„ ltf•r S ,y• ', I ti- J • CC 13. - O , ' ' 4 • '`,q , 4l , •` • 1.4 Y.• 4 t i�y f a+Jllki' ry p,ty ` • L 'ad d • J ++' 'a 4, • r•• •'. .., >t0''� rr •,fir '•r� A`it'• , e ., \• 'S"T., - .. c J ,,..i i fi?1• •a4 ,t J f aMrt Lf"' t,J.• ]T 1hf`�+ '-a. 1 t • .... • f 4 ,',/,, C • t +1• .l'?.. Y 0'.r 11 . S`_:d*t C*-.. • -�, 'r 11 r ♦ �r'r�J `1� `4� e ,1: 1 '• ' 1i•';:t�YS. F, 4 y� �, '�'7 ,, - ' # ,-{ . t.1 , Tr✓.'} 1 1i 15 .4S::I'.-' r - ' aN .�., - µme,. �, F—..•S\ ,171 ,,r'f,_; iv .. :1.1 4,t, t.,: e am. , ti *,, t , . `C ', a ,f� , ,., A. ' - " = •r 1 • rN5?4 "F ; :k11 s .s J-k i'' U •, �~-n yf - •J"` I it , .. �} , +t` f � r , it 1 Vt �I, . ?. r 's• 1 cti �'.' C ;; ' :t 11%1 �FM 'r-f i.} ,}Vr�.t 7TY �''.• - .a, •.�r1 7i y.,, ti $n ,tit1, 's1 x: t^^r41 f�i... KFt b. 1 1'. c ..a �fil f � `.f r1 Tip. ? k. 5 }K7{ Ar i. .a° e f , jpp a O, 7arn O-Shanter EV AO Jalue g-p-u-1e 1 { S rt dr« Ly�tt ' . :- II a) 1 a• i 7 Er 9 --11'..-:-.,—.--- \'' . i a ' i• fit/ •' t 1 f� •+,1 �' .i 1 , 4r0 • n #�j31 1 �t A rEl, 4 a i, -�+ y F. � i� •;n .�4a •�• i37 •t ( +� };' r z ,. ry a1• ,?i y, < r' ; y- 1 t - • �b 0 , '1)t!` r`r',y4 r O%Is .1 , s .• '• !lei.qll • i R (;wygpyc � R ,. .} `? 1• 4i.. r •i'tZt:+ j . •o, � S'f•4 7.. -+6 4 •,ri. _{ ,^q*!�1'~`t \I ?_S } kr r ' ` • • •i = -i ,iAr i,1$, yl, ; .4 i h'• %a , 4) .5 fr�:~4 1s;k ,It'1 �7 •1,j .F, _ 1,•f = -• L `},r ,` - -t l ; y, . .SJr •y7, i 4). }f ? A 05); I 1 ,,sl ••' 1.1--+ ` ,mot" V.� s !M' �71 J +. �"�h'?� •� .5 'c f�. 1 !; / i 3�a l+1 •(� �5;.-"� (13 k. 'I '•i�. I • �f- , „ 1i f• •f"i ti -\, �1 , •e4 ' , r. , ••,,,. ,. y. Lf'.kSrpF, y''kr `s r'`-' f CO tr. i! • * �Y Jr 5 'V%C (r -J• �1`�y�� ��..' , ;.,...4, dl ,i R' r { rtli,.,, ,,I{, .4 ¢. tl - t« I •t. tl.l .( `S • 1 • st {c -y rK�iv.,Y 0 ••,• ` ; 1'4. ' ]'!,{d • f ,4xss DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Tom, .r. - gi t:rr' �ij� r pr• �' •f, st •� g ' • ._ _. -;:=•' ' , 7 , . ,,,,g. ,,,, ,„,„„,3„,,. ._ .f t-:).(1) 'N ', ' , ... 1 / l .11.. ' <. g . ...7-'" 1. •' 1 r 4 rt ir- in elo 0 't I At ' ti'•. '''' .a ,.... 4 ` W i Uic.a1�M11rMlllr■M v_ \- -v vr-_ :, .�A._1 :'iT.•;— -'—' PI r),Tr'a7r;Trr" MO Eati 8 , Y. 6. � � t ,U6 i • .8,,. , ‘„ , . ,f.,,,,, ........ •_,.. ;.. ..„ ,., ev: , .., . , 1 + 1; t t 411,7r.. (rNiti"11111111111_ ,t4t, '''!_, f- g , - - cr) •B _ fip-,..''. i , . '7kAj T "` I • �i `It.:). 4,..iiii k ., ,',':'' r r.e... , ...... : .,...,..: .: :_-- :.. --.7r, . t. ..:__ . — -- —. oms)n Envelope ID:A783BRe»1&4»Emk-ogmaDF 1I-w.. ) 8888 8 }§BE§ / _ 2 Ln d! § _ 21.''' . . ,... 8 _ LU ]! §mmB i ƒ !! E a) o_ , .... . Al ti " - 8888 8 _ g ei 0i. §m 7 - fn \ . - j § \ }B\\ 8 ) k \ \\\ . ��•ƒ § m \ :ssa 8 )\ »§ - \;a k] .0- 2 0 ---- - V>t 22 ■Ir / a /}% o � - k 2,n ) c ,,,, , k/\ K li$5 f !%# } ` - ) ' H ` __ ({/ CC _ )k11 / ` =mo ) / k .. .. .. LU j�:„ F-mI- 222 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Exhibit D lerracon June 5, 2023 Mr. Jordan Bosse, P.E. American Structurepoint, Inc. Via electronic mail:jbosse©structurepoint.com Re: Proposal for Professional Services Geotechnical Evaluation Tam-O-Shanter Drive over Spring Mill Run Carmel, Indiana Terracon Proposal No. PCJ235226 Dear Jordan: Thank you for including us on your team. We understand that the City of Carmel is planning to replace a small structure carrying Tam-O-Shanter Drive over Spring Mill Run. The new structure is anticipated to be a 13-ft by 4-ft pre-cast concrete box with head and wing walls at both ends. Roadway approach improvements are planned to be minimal since grade changes are not anticipated. As such, we propose the following: • Performing a 30-ft deep boring at the new structure location. The boring will be completed from the roadway. The boring will identify the foundation soils as it relates to design of the head and wing walls; • Completing hand auger borings in the creek/ditch at both ends of the existing structure. The hand auger borings will help identify the thickness of soft soil risks, if any, as it relates to preparation of the foundation subgrade for the wing walls; • Completing laboratory testing to characterize the subsurface conditions; and • Preparing a geotechnical report to provide recommendations for foundation soil preparation and wall foundation design. The borings will be backfilled with auger cuttings, bentonite chips, and a pavement patch. 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. Anticipating slow and low-volume traffic, traffic control will consist of signs and cones. For the scope discussed above, we propose to provide our services on a lump sum basis in accordance with the attached Fee Justification. Our fee will be $8,125. 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, TERRACON CONSULTANTS, INC. i . Wig er, P. Principal Enclosure: as stated DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF Exhibit D Fee Justification Geotechnical Engineering Tam-O-Shanter Drive over Spring Mill Run Carmel, Indiana EXPLORATORY FIELD ACTIVITIES Exploratory field work 0.75 day $3,700.00 /day 2,775.00 Road closure day $200.00 /day Traffic control (signs and cones) 1 day $200.00 /day 200.00 Boring layout, permits and utility coordination 7 hr $115.00 /hr 805.00 Support truck 1 day $125.00 /day 125.00 Per diem day $90.00 /day Overnight living expense night $230.00 /night Subtotal 3,905.00 LABORATORY Visual soil/rock classification, moisture content and hand penetrometer readings 2 hr $80.00 /hr 160.00 Atterberg limits 1 ea $100.00 1 ea 100.00 Grain size analysis ea $160.00 /ea Unconfined compression 1 ea $85.00 /ea 85.00 Standard Proctor ea $160.00 /ea California bearing ratio (CBR) ea $400.00 /ea Unit Weight ea $40.00 /ea Loss on Ignition ea $50.00 /ea Specific Gravity ea $70.00 1 ea Topsoil Testing ea $440.00 /ea Pavement core logging, summary ea $80.00 /ea Subtotal $345.00 ENGINEERING Report of results, discussion, and recommendations 1 LS $3,000.00 /LS 3,000.00 Project oversight and coordination 1 LS $875.00 I LS 875.00 Subtotal $3,875.00 Estimated Total $ 8,125.00 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF AMERICAN STRUCTUREPOINT,INC. Road Design-Manhour Justification Project:City of Cannel Description:Spring Mill Run Culvert Replacement C rider I am-t)-'banter Drive o3-kda! ESTIMATED TIME(HOURS) Prinetpat Project Project Stan Senior WORK CLASSIFICATION Stanger Engineer Engineer Technician TOTAL i. Hydrologic&Hydraulic Analysis Culvert Analysis,Report and Review 0 2 16 32 0 50 Hamilton County Surveyors Office Review/Coordination 0 I 0 8 0 17 Subtotal= 0 3 24 40 0 62 Preliminary Plans(40%) Develop Title Sheet 0 0 0 0 2 _ Develop Index Sheet 0 0 0 1 2 3 Develop Roadway Typical Sections 0 0 I 1 2 4 Develop Plat No.I 0 0 I 0 1 2 Preliminary Detour Design(Vehicular&Pedestrian) 0 0 2 4 0 6 Develop Detour Plan Sheets 0 0 0 0 4 4 Set Roadway Alignments and Review 0 I I I 1 4 Develop Structure Data Table 0 0 I 2 0 3 Proposed Structures on Plans 0 0 1 2 2 5 Develop Construction Detail Sheets 0 0 0 2 6 8 Develop Culvert/Headwall Detail Sheet 0 0 2 6 4 12 Develop Construction Limits 0 0 0 I 2 3 Preliminary Erosion Control Design 0 0 0 2 0 2 Develop Erosion Control on Plans 0 0 0 I 4 5 Layout and Add Right-of-Way on Plans 0 0 I 3 3 7 Preliminary Quantities&Cost Estimate 0 0 2 10 0 12 QC Cost Est.and Quantities 0 2 4 0 0 6 Address QC Comments on Cost Est.and Quantities 0 0 0 2 0 2 QC Preliminary Plans 0 6 10 0 0 16 Address QC Comments on Preliminary Plans 0 0 I 8 16 25 Submit Preliminary Plans to Client 0 I 0 0 0 I Subtotal- 0 10 27 46 49 132 Page 1 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF AMERICAN STRUCTUREPOINT,INC. Road Design-Manhour Justification Project:City of Carmel Description:Spring Mill Run Culvert Replacement Ender Tam-U-Shunter Drive 03-Jul-23 ESTIMATED TIME(HOURS) Principe' Project Project Stilt Senior WORK CLASSIFICATION %tanager Engineer tnginerr fectnicien TOTAL Final Tracings Plans(100%) Address Final Comments from City 0 I _ 3 6 12 Revise Plans per Utilities&Field Check 0 I 1 I I 4 Final Typical Sections 0 0 I I I 3 Final Detour Plans 0 0 1 _ - 5 Final Construction Detail Sheets 0 0 1 3 6 10 Final Culvert/Headwall Detail Sheet 0 0 I -I - 7 Spot Elevation Design 0 0 I _ 2 5 Final Structure Data Tables 0 0 1 1 0 2 Final Erosion Control Plans 0 0 1 1 4 6 Erosion Control Tables 0 0 0 1 0 1 Final Approach Tables 0 0 0 _ 4 6 Compute Final Quantities&Cost Estimate 0 0 0 6 0 6 QC Quantities and Cost Estimate 0 2 4 0 0 6 Address QC Comments on Quantities and Cost Estimate 0 0 0 6 0 6 Compile Bid Documents&Specs&C113 0 6 14 20 0 40 Final QC/QA of Plans 2 4 4 0 0 10 Address Final QC Comments 0 0 2 6 6 14 Submit Final Package 0 2 2 0 0 4 Subtotal= 2 16 36 59 34 147 Bidding Services Advertise and obtain bids 0 8 8 0 0 16 Issue Addenda 0 8 8 8 0 24 Run Pre-Bid Meeting 0 2 2 0 0 4 Review Bids/Certified Bid Tabs/Award Memo 0 1 3 3 0 7 Subtotal= 0 19 21 I I 0 51 Construction Phase Services Pre-Construction Meeting 0 4 4 0 n 8 Shop Drawing Review and RFI responses 0 4 6 0 0 10 Subtotal= 0 8 10 0 0 18 Utility Coordination . Utility Initial Notices 0 2 2 0 2 6 Utility Verification Plans 0 2 2 0 2 6 Utility Conflict Review 0 1 2 0 0 3 Field Check Meeting 0 4 4 4 0 12 Prepare and Distribute Minutes of Field Check 0 I 2 0 0 3 Utility Relocation Review 0 2 3 3 0 8 Create Utility XREF 0 0 1 1 I 3 Utility Agreements 0 I 2 2 0 5 Utility Relocation Coordination in Construction 0 I 2 2 0 5 Subtotal= 0 14 20 12 5 51 Project Management Revenue/Invoicing 0 8 0 0 0 8 6-30 Minute Meetings w/30 minute prep/notes 0 6 6 0 0 12 Subtotal= 0 14 6 0 0 20 TOTAL HOURS 2 84 144 168 88 WEIGHTED HOURLY RATE $395 $305 $190 $135 S180 DIRECT SALARY COST $790 S25,620 $27,360 S22,680 S15,840 $92 296 DIRECT COSTS(See Below) $26 TOTAL FEE S92,316 I Quantity Mileage(PFC-I trip,2 vehicles) $0.65 40 $26.00 Shipping 0 Meals 0 Lodging 0 Blueprints 0 Copies 0 Mylats 0 TOTAL= $26,00 Page 2 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF AMERICAN STRUCTUREPOINT,INC. Fee Summary svxzi PROJETC NUMBER: 2023.01525 PROJECT DESCRIPTION: Tam-OShatner over Spring MIII Run Culvert Improvements,Carmel,IN DESCRIPTION:Environmental Documentation Project Item Hours Direct Salary Total Fee WellandslWalerways Delmealton and PerrnItug 96 5 14.300.00 S 14,34320 Subtotal{Duet[Salary) 96 $ 14,300.00 5 14.343.20 Total Project Costs 5 14.343.20 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF AMERICAN STRUCTUREPOINT, INC. 7rY ''7'' MAN-HOUR JUSTIFICATION PROJECT NUMBER: 2023.01525 PROJECT DESCRIPTION: Tam-O-Shatner over Spring Mill Run Culvert Improvements,Carmel,IN 6/512023 Wetland Delineation and Permitting ESTIMATED TIME(HOURS) WORK CLASSIFICATION Project Project Sr.Env. Environmental Staff Senior TOTAL Manager Engineer Specialist Specialist Scientist Technician - — Conduct Field Investigation 0 0 6 0 6 0 12 Prepare Wetland Boundary Mapping/Exhibits 0 0 3 0 12 0 15 Prepare Delineation Report/Data Sheets/PJD Form 0 0 3 0 12 0 15 Coordinate Project with Regulatory Agencies 0 0 4 0 4 0 8 Prepare IDEM 401(RGP)1404(RGP)Applications 0 0 6 0 40 0 46 I otal Hours 0 0 22 0 74 0 96 Average Hourly Rate $ 305.00 $ 190.00 $ 280.00 $ 170.00 $ 110.00 $ 180.00 SUBTOTAL DIRECT SALARY COST $ - $ - $ 6,160.00 $ - $ 8,140.00 $ - I $ 14,300.00 DIRECT COSTS QUANTITY UNIT QUANTITY UNIT UNIT COST COST Mileage 20 Miles $ 0.66 $ 13.20 Lodging 0 person 0 Night $ - $ - Per Diem 2 person 1 Day $ 15.00 $ 30.00 $ - SUBTOTAL DIRECT EXPENSE COST I I$ 43.20 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF :\\IERICAN STRUCTUREPOINT,INC. Spring Mill Run Culvert-Cannel,Indiana MANHOUR JUSTIFICATION June 9,2023 DESCRIPTION: Field Survey ESTIMATED TIME Senior Waisted Registered Land Senior Survey Survey Survey Researcher Senior ORK CLASSIFICATION Land Surveyor Surveyor Crew Chief Crew Chief Crew Member Technician TOTAL RESEARCH 1 ssessorlAuditor Maps _ __ 1 •wners Names&Addresses ' 1 Deeds _ _ 4 Section Corner Ties 1 Recorded Surveys 1 Utilities 1 LCRSP Recording - oordination 1 SURVEY NOTICES l Prepare Mailings 0.5 _ 1 UTILITY COORDINATION --- Utility Call In --- 0.5 •nsite Meeting --- 0.5 L 0.5 oordinaiion 0.5 _- L - -- �- SURVEY CONTROL 3 -© et&Reference Control PS Locate Control Points --© _ Bench Circuit --- 2 2 - ocrdination 1 SECTION CORNER-TIE-IN •ecover and Reference Section Corners - ©-©-0 PS Locate Section Corners 1 •LIGNMENT&PROPERTY CORNER TIE-IN Recover property corners 1 Recover alignment/CL points 1 TOPOGRAPHIC SURVEY am-O-Shanter Dr ariable Width --_ 30 30 oordinalion ©- --UTILITIES,SEWERS&DRAIN PIPES am-O-Shanter Dr(Variable Width) Ilr.7 oordination 2 COMPUTATIONS Property&Right of Way Line Computations 2 12 Plot Survey Data 2 26 Route Survey Plat 1 16 12 SKELETON FIELD BOOK 2 4 1 OTAL HOURS 12 30 11 33.5 38.5 14.5 I 45 HOURLY RATE I S 250.00 $ 200.00 $ 210.00 $ 155.00 $ 105.00 $ 150.00 $ 180.00 UB TOTAL S 3,000.00 $ 6,000.00•$ 2,310.00 $ 5,192.50 $ 4,042.50 S 2,175.00 $ 8,100.00 S 30,820.00 DIRECT COST I $ 199.45 OTAL FEE $ 31,019.45 Direct Costs Mileage 5 trips x 38 miles x 0.6551mile= $ 124.45 Lodging N/A PerDiem N/A Deed&Plat Copies S 25.00 LCRSP Recording $ 50.00 $ 199.45 Sheet 1 dactrlmaslers\Spnng Mill Run Culven.Carmel.Indiana.Revised.2023-06-26 DocuSign Envelope ID:A783BF4D-1315-40FE-B644-39D2680629DF AMERICAN STRUCTUREPOINT, INC. M ANIEOI R JUSTIFICATION PROJECT: PI. SPRINGMILL RUN-PROJECT Scope of Work: BRIDGE FILE NUMBER: 7/5/2023 DES.NO. Headwall and footing sizing for Box Contract No.: Culvert-Geometry&Layout by road group ESTIMATED TIME Project Project Design Senior WORK CLASSIFICATION Manager Engineer Engineer Designer Technician Technician TOTAL STAGE 3 FINAL PLANS SUBMITTAL 1 Headwall Wall Design/Layout/Grading 0 0 0 0 0 Geotechnical Recommendations&Coord. 1 1 Loads Development 1 2 4 0 Footing Sizing 1 2 _ Reinforcement design 1 2 6 Reinforcement Bills 2 2 Coordination w Road group 1 Earthwork Computation&Balance 0 0 CIP Wall Quantity Calculations 2_ 2 I Headwall related Quantities&Engineers Estimate 1 1 Preliminary Special Provisions 0 0 -- C2AQC 1 2' RACINGS SUBMITTAL II E Revise Items Per Final Check Print Review 1 1 OTAL HOURS 3 10 18 0 6 1 •VERAGE HOURLY RATE $305.00 I $190.00 $135.00 $180.00 $125.00 DIRECT SALARY COST $ 915.00 $ 1,900.00 $ 2,430.00 $ - $ 1,080.00 $ 125.00 $ 6,450.00 OTAL FEE $ 6,500.00 INDIANA RETAIL TAX EXEMPT Page 1 of 1 Crtyof C2I]rr1ie11 CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 109905 . ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P 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 DESCRIPTION 7/21/2023 00350562 Professional Services Agreement 5/4/22-22-SW-01 AMERICAN STRUCTURE POINT, INC City Engineering's Office VENDOR 9025 RIVER RD SHIP 1 Civic Square SUITE 200 TO Carmel, IN 46032- INDIANAPOLIS, IN 46240 - Laurie Slick PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 79363 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 0 2020 Storm Water Bond Account: 44-628.71 1 Each 22-SW-01 -ASA4-Springmill Run Culvert Replacement $176,799.00 $176,799.00 under Tam-O-Shanter Drive-Design/Bid/RW Engr. Sub Total $176,799.00 ''''' 'S aft: ,1' 1/ \a / 7 \4( \ / IT"' l 1 \ \\ `l ��1 * a , Send Invoice To: \ \s_,` . a z,. :,< " -�` Jill Newport \ CrossRoad Engineers, PC �'` 115 N. 17th Avenue >-� /f �` Beech Grove, IN 46107 f� `--- _aak -, 7 jnewportCa�crossroadenaineers.com - � PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT I PROJECT I PROJECT ACCOUNT I AMOUNT PAYMENT $176,799.00 SHIPPING INSTRUCTIONS 'A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 ---e C "v-0 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY -- ---------- Jeremy Kashman James Crider TITLE Director Director of Administration CONTROL NO. 1 09905 CONTROLLER