Loading...
HomeMy WebLinkAboutBeam, Longest & Neff, LLC/ENG/$462,500/22-ENG-15 Clay Ctr Rd Multi-Use Path - ASA 3 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Beam,Longest&Neff,LLC Engineering Department-2023 Appropriation#2200 0 44-628.71 2020 Road Bond Fund;P.O. #110007 [APPROVED Contract Not To Exceed$462,500.00 By Sergey Grechukhnat 2:55pm,Aug 29,2023 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 Beam, Longest & Neff, LLC (the "Professional"), as City Contract dated April 3, 2023 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 Beam, Longest& Neff, LLC by and through its Board of Public Works and Safety BY: DocuSigned by: By: L7-zOtiruc /D�o�c�uSiigned by: //��1• /��n1LJU4J I... ,� f..s �. L,(li,�,a�.c James Brainard, Presiding Officer ature Date: 9/6/2023 James B. Longest DocuSigned by: WA, !2 J4t;.t. Printed Name MFlUrbi 6Al °B e; Member 9/6/2023 President Date: ,—DocuSigned by: Title (evi Wafsom, Lo Irlr p. arson, Member FID/TIN: 35-2031487 9/6/2023 Date: ATTEST: Date: 8/29/2023 4—DocuSigned by: a4t.. wgC.041 A8 7A9844C5 Sue volgang, Clerk 9/6/2023 Date: [S:\Contracts\Deparnn®ts\ENG\202_3\Beam Longest&Neff LLC ASA#3.docx:8/29/2023 9:59 AM] DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D B IA • 8320 CRAIG STREET I INDIANAPOLIS. IN 46250 317.849.5832 I f: 317.841.4280 1800.382.5206 I WWW.B-L-N.COM BEAM.LONGEST•NEFF tTRAOJT1ONCI SINCE 1945 Exhibit A CITY OF CARMEL, INDIANA Clay Center Road Multi-Use Path & Culvert Replacement Clay Spring Drive to North of Brighton Avenue FEE JUSTIFICATION BEAM, LONGEST AND NEFF, L.L.C. 8320 Craig Street Indianapolis, Indiana 46250 317-849-5832 (FAX) 317-841-4280 August 2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D BLN : BEAM-LONGESTNEFF SCOPE OF WORK Clay Center Road Multi-Use Path & Culvert Replacement Clay Spring Drive to North of Brighton Avenue DESIGN SURVEY General Requirements: BLN will perform the field work as required for the route survey and determine the existing right-of-way and apparent property lines. In addition, BLN will prepare and record the route survey plat. Project Limits and Survey Coverage: The anticipated survey limits are listed below. Clay Center Road • Begin 700 feet north of Brighton Avenue and continue south 4,500 feet (survey width is 50 feet each side of centerline). • At the Elliot Creek Crossing, survey width is 150 feet each side of centerline. Utility Survey • A second trip to locate marked utilities is needed after the project's utility coordination begins. ENVIRONMENTAL SERVICES Waters of US Report: A Waters of the U.S. Report (WOUSR) will be developed to identify jurisdictional wetlands, streams and ditches within the project area. The results of the WOUSR will be included as part of the environmental document and will be included as part of the Section 401 and Section 404 permit application submittal. ROAD DESIGN Roadway Plan Development: The project includes the addition of a 10-foot-wide multi-use path along Clay Center Road to provide connectivity from adjacent neighborhoods to Clay Center Elementary School. A mid-block crossing with an active flashing system will be installed at the intersection of Brighton Avenue and Clay Center Road. Clay Center Road is identified as a conservation corridor in the Carmel Clay Comprehensive (C3) Plan and therefore impacts to residential properties and trees will impact the alignment of the proposed path. In cases where minimum design standards cannot be met, such as minimum drainage buffers, BLN will get approval from the City for implementation. A detailed Description of Anticipated Path Alignment are listed below: From 500 feet North of Brighton Avenue to 500 feet South of Brighton Avenue 818/2023 I PAGE 2 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D BLN : BEAM•LONG ESTNEFF • Path to connect to the existing path along the west side of the road at both the north and south ends of the segment. • A new mid-block crossing will be installed at Brighton Avenue. • Two ADA compliant curb ramps will be installed at new mid-block crossing. From 500 Feet South of Brighton Avenue to N. Claridge Way • A new path will be installed for this segment. This segment also includes a crossing of Elliot Creek. There are currently triple 84-inch corrugated metal pipes crossing under Clay Center Road which will be replaced as a part of this project. It is anticipated that these culverts will be replaced in-kind, however hydraulic analysis utilizing is included to verify that the additional length required will not negatively impact adjacent ponds. A drainage report will be generated and submitted for approval to the City. • Path is expected to be directly adjacent to the roadway at the Elliot Creek Crossing in order to minimize structure length. Wood railing is expected to be included for both vehicular and pedestrian safety at this crossing. • Two ADA compliant curb ramps will be installed at the crossing of N. Claridge Way. N. Claridge Way to Clay Spring Drive • There is an existing concrete sidewalk located throughout this section of the project. This concrete sidewalk will be removed and replaced with a 10-foot-wide multi-use path, holding the existing west edge of the sidewalk where possible. This will reduce the existing drainage buffer from 25 feet to 15 feet for a majority of the project limits. • There is an existing RCP crossing Clay Center Road approximately 220 feet south of Helford Lane, along with an RCP crossing the sidewalk along the west side of the road, which currently conveys adjacent ditch flow. These two culverts are anticipated to be replaced in kind as a part of this project, with no drainage computations included in this scope of work. • Two ADA compliant curb ramps will be installed at Helford Lane. • Two ADA compliant curb ramps will be installed at Clay Springs Drive. The improvements will be designed in accordance with the Indiana Design Manual's Geometric Design Criteria and the City of Carmel's Design Standards. The design speed to be used for the roadway improvements will be 40 MPH (posted speed). Documents will be developed in accordance with Section 14-2.03 of the Indiana Design Manual. Existing drainage utilizes shallow roadside ditches located in vegetated drainage buffers. It is anticipated to maintain this configuration, implementing shallow ditches between the path and the roadway. In order to maintain the nature of the conservation corridor, as well as minimize impacts to adjacent properties, detention of runoff due to additional impervious area will not be included in this project. Water quality measures, such as the inclusion of a standard bio-swale per Carmel City Standards may be implemented as a part of this project. Ditches will be graded in the drainage buffer. 8/8/2023 PAGE 3 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D BLN : BEAIv1.LONGEST.NEFF Maintenance of Traffic: Maintenance of traffic is anticipated to utilize full closure for the replacement of the cross culverts, with a posted detour. Construction of the path is expected to utilize flagging operations to maintain traffic along Clay Center Road. Pavement Design: No pavement design will be required. The City of Carmel Standard Construction Details will be utilized to determine the path composition as well as the pavement repair details at the culvert replacement locations. Stationing of the project will be based on the most recently established alignment developed during the topographic survey completed by BLN. Project documents will be developed, submitted and let as local project. It is anticipated that the following submittals will be made: • Geometry Submittal (20%) — to City • Preliminary Field Check (40%) — to City • Stage 2 Submittal (60%)—to City • Final Plans (100%) —to City GEOTECHNICAL Geotechnical: See attached sub consultant proposal for detailed scope of work. PERMITS Permits: BLN will prepare the applications and documents to assist the City in obtaining permits from various governmental agencies. It is anticipated that the following permits will be required for the project: • Construction Stormwater General Permit • IDEM 401 Permit • USACOE 404 Permit • IDNR Construction in a Floodway Permit It is assumed that the 404 and 401 Permits will be Regional/General. UTILITY COORDINATION Utility Coordination: BLN will provide the coordination necessary to prepare documents for utility relocations. It is assumed that utilities will be impacted by the project(no reimbursements are anticipated) and utility coordination during construction will not be required. See attached man hours for a list of the anticipated work tasks. 8/8/2023 PAGE 4 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D BLN : BEAM•LONGEST NEFF MEETINGS Meetings: BLN will meet with the City when requested or necessary for consultation or conference. It is assumed that four (4) client coordination meetings will be required during the duration of the Project. RIGHT-OF-WAY ENGINEERING Right-of-Way Engineering: It is anticipated that six (6) parcels will be affected by the construction. BLN will perform the following services for each parcel involved with right-of-way acquisition: • Provide the last deed of record and/or title research • Prepare parcel plats, legal descriptions and right-of-way plans • Perform right-of-way staking services It is assumed that section corners will be perpetuated by others. BIDDING PHASE SERVICES Bidding Phase Services: BLN will furnish personnel to assist the City during the bidding phase of the Project. The anticipated services are as follows: • Assist the Owner in Bid Advertising • Prepare and distribute addenda • Assist with bidder's questions • Conduct a pre-bid meeting • Attend the bid opening • Tabulate the bid results and prepare a recommendation letter CONSTRUCTION PHASE SERVICES Construction Phase Services: Following the award of the construction contract, BLN will provide as needed services during the course of construction. The services may include but are not limited to the following: • Attend pre-construction meetings or conferences • Respond to inquiries concerning the accuracy or intent of the plans • Coordinate with the City and the Contractor and revise the plans as needed in the event that unforeseen or unusual conditions arise during construction 8/8/2023 I PAGE 5 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D BLN ■ ■ BEAM•LONGESTNEFF FEE SUMMARY Clay Center Road Multi-Use Path & Culvert Replacement Clay Spring Drive to North of Brighton Avenue • Survey (Lump Sum) $ 62,300.00 • Waters of the US Report (Lump Sum) $ 10,800.00 • Roadway Design (Lump Sum) $264,400.00 • Geotechnical (Actual Cost + 10%) $ 13,800.00 • Permits, Utility Coordination & Meetings (Hourly NTE) $ 62,600.00 • Right of Way Engineering (Per Unit) $ 24,900.00 • Bidding Phase Services (Lump Sum) $ 8,700.00 • Construction Phase Services (Hourly NTE) $ 15,000.00 Total $462,500.00 Hourly services will be billed in accordance with the rates show in Attachment A-1. 818/2023 I PAGE 6 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D ATTACHMENT A-1 Classifications and Billing Rates Year 2023/2024 Classification Hourly Rate Office Manager $315,00 Department Manager 315.00 Project Manager 245.00 Project Engineer 180.00 Engineer Intern 130.00 Senior Environmental Analyst 225.00 Environmental Analyst 135.00 Land Surveyor 205.00 Senior Project Coordinator 295.00 Project Coordinator 140.00 CAD Technician 140.00 Survey Technician 150.00 RAN Services Technician 140.00 RRR 1'35.00 Legal/Contracts 230.00 Office Intern 70.00 Administration 170,00 The Hourly Rates are subject to revision in July of each year. 1 of 1 o«Sign Envelope ID: DA 9405C Am9e4@ 3-9&G7ReDw39D cu a. . e , la = 0 %2 ; S ° 222 \ ° ; ° : / 2 wzz - Rm � = � � . , © ƒ � ` k § } \$ al \ tS2 : \ 0 0 a /\ § G , , ] . . � , . . i f To 1 ƒ ƒ 13- } \ | I ) C /3 © z } ƒ _� _ , _ e0 — 3 § ' _ < § z0 . $ } ] ? A $� (2 % ; ; § j } z ( ( E / j o u _ § . ` < ° / ( 2 \ E ..c \ ® / 2 § § / _ : : \ ) » - \ ® 3W © � ® I - u j f § \ .2 r " ± { Do . - - > ; \ ( - = . . m 12 % - : ` 7 3 § \ -- /fn ( : • / \ - Cr \ - \ ) ) } ® - \ 2 \ _ \ } { ) /4 \ ? T ` ` 2 : \ ! = \ / 6 ® 2 / /0m < : . ! ) ) 2 : _ C--_QC 0 - { DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D ,74 o 0 N N 53 a7 CJ) 4 IZ r—'�^ 940 40 QO 040 WI �I' i 600 00 OO Q 0 O 6' 6. /¢ O O 6 0 O U 0 0 O (a (0 I— :.,) E.9 ta fA e9 (A !ACV u) (r3 )0 VI IA I to (A 403 MI i N }i :V m C al 0 T U 0) c m x a CV U E o a a + ai — ro m I— 1•- m C3 cc `p 10 Cl.)v w,_ acn Z Et y U w L Q Q. U U m w LTZ N °, E o Z UUI- -(0 W O u_p 1. u II E E E u n . v.. c rt. oa o v)m 'ate X # % U O C) C CI. D. 4 Q., p Op 7 C E.)) 0 of >.1' >- `e -62 x x Ji x x x x x -i^ m LL Q. N N N N >,A 8 — :c.,_ L L i Q.QI 0 x N 0 '0 -0 C C Y'Y 4 0 C C C rr 7 7 3 r 2 a 2 x x x.w a� _ i- y v a� E w w v+ U o E E E c E E a E E u m x x x •v+x x O x x' as Q m IL)_ .0 - L N - m ,__,__.2 0 n. V 0 F- — T T T T T mp N a( 0 a) 0 O al U M EL M M Q. 2 a 4 Z 7 0 7 J N 2 2. aD 2 al 2 Y `� al 0 (h 0 0 (l) 0 (/) G) 0 CC 2 CC s CC 12 al m CI C 0 J E m m m o ms)nEnvel ope ID: DA kec-964@%g9%7ReDw±9D CV Ea ] _ : , ; „ : 0000o 0 , , k ) \ ) � . : , , _ _ : , , - � : : : - ' } ® /} , . . .( . . . . . � i . . T. 3I- „ 2 \ \ _ , ta / ) < .— . . . \ / B , . ce' 8 w ` \ wf f \ 1 . � \ - j \ c § , _ _ % ƒ\ E 2 g § 2% \ \ 2E — $ n \ : g \ t OJ ) § . . / 0 ! s. § e j $ § 0.c g § 2m § ) ;P / ( :\ % , } \ } 2 e \LL < . . . . k C I. ) ii I 0 \ ; : V / i § : z � \ . . . ' - I - / { ) \ $ ) • 13- { 13 \ } } _ ra E + 2 ! _ / ( ) - - t \ l T - - 0.1 - - E = : I / . \ \ \\/ - - L - )) - - j . , \ \ ( A DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D N n N O 0 N EN m a6 tom d ao do o O O'Ci canc. �6�9on w v,� 4040 to w • III III II to' .a m 9 U a_ J • CO-1— O X O t .w illy. ; > Z CC ii 0 1 O 5 y, E m in 0a 0 o ti-o or) Z U U Q --3 0 W w . O tLp •. F � I Z p ou n m u oad ar m a2 E E E II II II II v v v -r ©p a o O 0 ert 40 111. c w x x x CE C o 0 . D. O 0 n 4H }} }. was x X m. xx X X X •--^ m 4 ti J N 0 �' Q, Q .j = C ! Or Or d X N , 'O C C m Q7 2 2 2 x x a`— i ® mV oa v m a ci E 6 EEcEE m E pto• mx xx x O x x ` mW� t 0 1. co J d Q F h 3 a. 41 0 Ell >,O 0 p a > 0 7 d. 7 n. j a. Q, j J (l y U) O) t cot y U) C � CC = En �C Et) if) Ca '7 c ,15 m C1 C O -J E m m m DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D FEE JUSTIFICATION EXHIBIT MAN-HOURS BY CLASSIFICATION PREPARATION OF WATERS OF THE US REPORT OWNER:City of Carmel PROJECT:Clay Center Road from Brighton Avenue to Claridge Way DESCRIPTION:Multi-use Trail Man-hours h Classification SENIOR ENV1RON TOTAL Task EA ANALYST Initiate Data Collection 2 2 Site inspection,Delineation of Wetlands,Documentation of Water Resources 10 10 Complete Wetland Determination Forms and DHEI forms for streams 4 8 10 Preparation of Waters of the US Report Graphics 2 8 10 Waters of the US Report Preparation 4` 14 19 Completion of USACE Junsdictianal Review Form 2 2 4 Coordination with IDEM-CORPS __ 4 4 Coordination Meeting with IDEM-CORPS - 4 4 Revisions as Required _ 2 6 B Total Houry 14 56 70 Hourly Rate 5225 00 5135 00 'Total Labor 53,150.00 97 560 00 510.710 00 Direct Non-Salary Costs $51,991 TOTAL 510,761 99 USE -- $10,800.001 WATERS REPORT DIRECT COSTS Task X Y Z TOTAL MILEAGE (X mileslroundtripl x(Y Trips)x(50.49/mile)= 24 2 50 49 $18 24 XEROX COPIES (8,5 x in x(X sets)x IV pages/set)x($0,151page) 3 _ 75 $0 15 533.75 (SURVEY (X days)x(Y 51,3001day) 0 $1.300.00� $000 TOTAL $51 99 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D ROADWAY DESIGN FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION Clay Center Road Multi-Use Path Clay Spring Drive to North of Brighton Avenue Carmel, IN OWNER: City of Carmel CONSULTANT: Beam, Longest and Neff Manhours by Classification Department Project Project CAD Task Manager Manager Engineer Technician Total T— — --1 Project Setup I 1 2 - 5 Rev ay..SLrvcy\oles I 1 4 - 9 Plot Check&ink Topo for Plan&Profee 2 4 - 10 I Site Visit Check o`Ex sang Conditions 2 2 2 6 ^_ Hydrn.ogy Detenrina.:on 6 20 2 28 Hydraulic Sizing of Structure for Eliot Creek '5 48 64 Hydraulic Report-Small Structure '2 20 a LI0 Pi el meaty Sinai Structure Design-Geornel-3s r_]y.iI_I 6 '2 8 26 i'r.:lminary Storm Sewer'Design(NtA) 0 Preliminary Water Quality and Detention Design,:VVAl 0 Establish Grade Controls(Cress Culverts and Ditch Des gn; 6 32 16 56 l Prepare Geometric Revvew Plans Title and Max Sheet 2 4 6 Prepare Preliminary Typical Sections 2 4 4 10 Des gn Preliminary Grade and Geometers 3 24 12 44 Geometric Review Plar aro Prof Is Sheets 9 16 32 56 Geometrin Review Cross Secac•'s 2 20 3 30 Level One Check ist and Computations 3 32 3 46 Preliminary Quantities 4 24 28 Preliminary Cost Estimate 2 2 4 Project Description 2 2 4 Subconsultant Coordination 2 2 4 P c e.c1'vriayemerd and Monthly Progress Reocats 2 5 3 16 Geometric Review Plans Submittal Package I 1 2 6' 11 Geometric Review Mans GC/GA 4 8 12 Jpioad Geomet-ic-icwew to Sharepoint ) 3 V GEOMETRIC REVIEW PLANS COMPLETE-20%Plana 1 I Revise Piers per Geometric Review 5 a '3, Prepare Plat No.1 2 4 3 • Prel minary Maintenance of Traff.c:Detou P and 2 5 6 t Prel minery Approach and Drive Dote I ' 7 a 20 Field Check Plan and Profile Sheets 4 12 24 40 Field Check Cress Sections 2 r., 6 25 Complete Property Access Study I IDM Fig 35_1 E 1 0 Prel,minary RW Design 2 2 2 6 Preliminary Curb Ramp Details(6 Ramps) 8 24 16 43 Preliminary Construction Details jfncludes silo ihico_r 2ressing) 8 12 16 36 Preliminary Feld Check Scheduling&P'ar Distrnul an 1 Project Management and Montnly Progress Rnvorts 2 6 3 15 Pr_limFnary Field Check QCi4A 2 8 10 Priam::nary Feld Check Meeting&411nutes 2 .1 4 '4 PRELIMINARY FIELD CHECK COMPLETE-40%Plana J vl-.,. Rosa Des gr-Cday Center 8/e/2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D ROADWAY DESIGN FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION Clay Center Road Multi-Use Path Clay Spring Drive to North of Brighton Avenue Carmel, IN OWNER: City of Carmel CONSULTANT: Beam, Longest and Neff Manhours by Classification Department Project Project CAD Task Manager Manager Engineer Technician Total 1 Rev se=tans Far F;e..d Check Meeting 4 S 12 Ligntcg Des gn•NIA Cooed nation with Env rorrnertal(assist with Noise Model;tNr'k 0 Prepare Stage 2 Title and Index.Sneet '1 1 2 Prepare Stage 2 Plat No 1 2 2 5 Final Curb Ramp retails 18 Ramps) 4 16. a 28 Stage 2 Typical Sections 2 4 4 10 Stage 2 Plan ens Prof 10 Sheets 4 12 20 36 Stage 2 Crass Sections 2 16 4 22 Apprcacn Table 1 2 4 7 Pr r urinary Structure Data Table 2 8 10 Constructabi'!ly Review 4 4 Stage 2 Quantities 4 24 28 Stage 2 Cost Estimate 2 2 4 Subconsultant Coordination 2 2 4 Project Management and Monthly Progress Reports 2 6 8 IS Stage 2 Submittal Package I 4 5 _ Stage 2 QCIQA. 2 8 IS Stage 2 Jo cad 10 Shaw:bor-rt 2 3 1 STAGE 2 PLANS COMPLETE-60%Pion ' - Peeve Plans per Stage 2 Reve,v 1 2 4 .. 6 12 Coordination for Public Hearing 0 Final Maintenance of Traffic iOetourr 2 8 a 18 Final Construction Details(Includes Mid-3!oc•. .'.,._;-g; 6 8 8 22 Underdrain Design and Table IN/A:) 0 `Final Plan&Profile Sheets 2 3 22 Final Typical Sections 1 - 1 Final Cross Sections 2 8 4 I-t Final Small Structure Design(Includes Headway Des gn. 4 '6 8 28 Final Hydraulic Report-Small Structure 2 4 6 12 Final Storm Sewer Design(NIA) 0 Final Ditcn Design 6 15 12 34 Final Water Quality and Detention Design tN;A) Pavement Marking and Signing Plan(tor Crossings Only) 2 4 2 8 Final Structure Data Table 2 2 5 Miscellaneous Tables 4 6 10 Final Field Cieck Scheduling 3.Plan Crstriaution 1 Final Field Check Package QCIQA. 2 6 8 Final Field"Check&Minutes 2 4 4 10 Revise Plaits per Fins =reed Check 1 2 2 5 • Earthwork Computations r Balance I:Vass Diagram 2 4 4 10 -:.r-r,;.-r.-I-n--'),!on Ccntol Flans&Tesigr r 4 20 16 40 M-J Read Design-Clay Center 6/8/2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D ROADWAY DESIGN FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION Clay Center Road Multi-Use Path Clay Spring Drive to North of Brighton Avenue Carmel, IN OWNER: City of Carmel CONSULTANT: Beam, Longest and Neff Manhours by Classification Department Project Project CAD Task Manager Manager Engineer Technician Total ,Caordinatior with Environmental;assl,vilh permit app:prat cnsi 2 2 4 i. E^a ronrrental Consultation-or:l 0 Coordination of Comr,!merits 0 Prepare Special Provisions 4 1 a Final Plan O,.antities 4- -t 20 Final Plan Cost Estimate 2 2 4 Subconnultant Coordination 2 _ 4 Project Management and Monthly P-ogress Reports 2 6 3 16 Final Plan Submittal Package I 4 6 Final Plan OCA7.A 2 5 5 F no'Plats upioa❑'.o 3nwepo.nt 2 3 FINAL PLANS COMPLETE-100%Plans I I I I Revise F nal Plans per Review 2_ 2 1 6 Contract Prep Document _ _ _0_ Final Tracings Cnecklist 3 Update Environmental Consultation Form 0 Gectechnical Review of Final Plans Coordination 2 2 _ Revise/Update Quantity Calculations 4 6 10 Revise/Update Construction Cost Estimate 2 2 4 Revise Special Provisions 4 6 10 Subconsultant Coordination 2 2 4 Letting Submittal Package 1 1 2 Letting QC. 5 4 Ltc n•; 1,',;-, i._._ ,t-:,..•^Dint 1 2 3 r LETTING PLANS COMPEETE I I I Cantra:.l lr ::n r I:: i r er -,e,-ru,a:ic,r 2 2 4 R9,[".r ]"1 _aC:r Questions 2 - a ,6 --- — POST TRACINGS I `u:al Hours 37 '3'? 6673 377 1404 Hourly Rate S31500 52456r :'8330 S't4000 Total Labe, Sr''355 00 S77.66'5 in,3 3' ' '43 03 S52,760 00 K63 240 00 Overhead 0 3035 50 00 FCCM C 009E 50 00 Labor*Overhead 5263,240.00 r Profit i 00% SC 00 Sub-Total S253.24C 00 Direct Non-Sa any Costs 31.";s 05 Total 5254,37E 05 USE $264,400.00 MHJ-Road Deslgr -Clay Cancer 11312n23 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D ROADWAY DESIGN DIRECT NON-SALARY COSTS Clay Center Road Multi-Use Path Clay Spring Drive to North of Brighton Avenue Carmel, IN ROADWAY DESIGN • TRAVEL Project Site 3 round trips x 15 miles $0.490 /mile = $22.05 INDOT Greenfield District Office 0 round trips x miles $0.490 /mile = $0.00 MPO Quarterly Meetings 0 round trips x miles $0.490 /mile = $0.00 PRINTING Stage 1 Plans 55 sheets 2 sets= 110 sheets PFC Plans 65 sheets 2 sets= 130 sheets Stage 2 Plans 65 sheets 0 sets= 0 sheets Hearing 0 sheets 0 sets= 0 sheets FFC Plans 91 sheets 0 sets= 0 sheets Stage 3 Plans 0 sheets 2 sets= 0 sheets Final Tracings 92 sheets 2 sets= 184 sheets Total sheets to be printed = 424 sheets Miscellaneous/Check prints = 200 sheets 624 sheets Use 600 sheets $1.71 /sheet= $1,026.00 Print Mylars: 0 sheets $9.00 /sheet= $0.00 R/W Mylars: 0 sheets $9.00 /sheet= $0.00 Soil Boring Mylars: 0 sheets $9.00 /sheet= $0.00 Copies 1,000 sheets x $0.150 /sheet= $150.00 SHIPPING CHARGES FFC Plans sets Stage 3 Plans sets Total sets to be shipped = 0 sets @ $30.00 /set= 0.00 SUBCONSULTANT/OTHER Ground photos 0 roll(s) $15.00 /roll = $0.00 Aerial photos Aerial mapping TOTAL FOR ROAD DESIGN $1,198.05 MHJ -Road Design-Clay Center 8/8/2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D CTL Engineering, Inc.. 1310 S. Franklin Road Indianapolis, Indiana 46239 Phone: (317)295-8650 fNGvrEERANG www.ctleng.com Consulting Engineers—Testing—Inspection Services—Analytical Laboratories August 4, 2023 Beam, Longest and Neff, LLC 8320 Craig Street Indianapolis, Indiana 46250 Attention: Mr. Scott Wilkinson, PE Vice President Transportation Services Reference: Geotechnical Investigation Culvert Replacement Clay Center Road over Elliot Creek Carmel, Indiana CTL Proposal No.: 230500751NDPPL Dear Mr. Wilkinson: CTL Engineering, Inc. is pleased to submit this proposal for providing geotechnical investigation services on the above referenced project. PROJECT DESCRIPTION The subject project includes the replacement of the triple 84" Corrugated Metal Pipe culverts. The replacement structure has not been determined at the time of this proposal; however, the new structure may require new headwalls. The approaches will consist of two through lanes and widening of the path. SCOPE OF WORK The work covered by this proposal consists of drilling, soil sampling, laboratory testing and providing geotechnical recommendations for the proposed replacement of the culverts. Field drilling, laboratory testing and geotechnical recommendations will be performed following INDO'T geotechnical guidelines. The scope of work includes drilling and soil sampling of two (2) structure test borings extending each to a depth of 30 feet. Also, two (2) test borings will be performed using Dynamic Cone Penetrometer(DCP)to an average depth of 8 feet at the inlet and outlet due to difficult access. Offices: Ohio, Indiana, Kentucky, West Virginia DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Geotechnical Investigation Clay Center Road over Elliot Creek; Carmel,IN CTL Proposal No.:23050075INDPPL August 4,2023 Page 2 Available geological data revealed that the site is located within the New Castle/Tipton Till Aquifer System of Hamilton County. This aquifer system is in excess of 170 feet in thickness and consists primarily of glacial till with intertill sand and gravel layers. However, the sand and gravel aquifers in this system tend to be relatively thin and discontinuous. PROCEDURES The following items will be included in the general services provided by CTL Engineering, Inc. A. Obtain work permit from the City of Carmel and private properties. It is assumed that the fees for performing drilling in Clay Center Road will be waived by The City of Cannel. B. Contact Indiana Underground Utility Protection Services to locate underground utilities at the test boring locations. The cost for locating private underground utilities is not included in this proposal. C. Coordinate the drilling operation with BLN and the City of Carmel. D. Layout of the test borings using the plans that will be provided by BLN. B. Field and laboratory testing in accordance with ASTM or AASHTO specifications. F. Geotechnical report to include: 1. Test boring logs and soil profiles to include: a. Thickness of pavement, fill and subsurface soil. b. Groundwater encountered during drilling and at completion. c. Standard penetration values as a function of depth. 2. General site preparation and earthwork requirements. 3. Foundation recommendations for the proposed culvert. 4. Soil parameters for pavement design. CLOSING Based on the amount of work anticipated, it is estimated that the fee for performing the subsurface investigation services is $12.492.99. All fees will be billed at the unit rates shown on the attached fee schedule. If the total cost should exceed the estimated fee due to unforeseen soil/rock conditions or change of scope, we will contact you to obtain approval prior to performing the additional work. DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Geotechnical Investigation Clay Center Road over Elliot Creek; Carmel,IN CTL Proposal No.:23050075[NDPPL August 4,2023 Page 3 We appreciate the opportunity to submit this proposal and look forward to working with you. If you have any questions or need further information, please call our office at (3 17)295-8650. Sincerely, CTL ENGINEERING, INC. Shawn M. Marcum, PE Geotechnical Service Line Manager- Indiana NCB///,e- DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D LNDOT Approved Fee Schedule Project: Culvert Replacement Location: Clay Center Road over Elliot Creek Carmel, IN CTL Proposal No. 230500751NDPPL Item Description Quantity Unit Unit Price Total GEOTECHNICAL FIELD 3 1 Mobilization and Field Coordination 3 a. SPT Rig 1 1 $284.00 $ 284.00 b. CPT 5 475.00 c. Mileage 44 2 3.70 162.80 2. Truck mounted borings with split spoon sampling a. Standard ft 20.00 b. Night time ft 23.60 • 3. Truck mounted borings with drilling fluid 10 a. Standard ft 22.00 b. Night time ft 26.00 4. Truck mounted core drilling a. Standard ft 41.00 b. Night time ft 48.40 5. Truck mounted borings a.Truck mounted borings through bedrock or boulders or concrete pavement i. Standard ft 41.00 i, Night time ft 48.40 • b. Bridge deck coring and restoration i. Standard ea 368.00 ii. Night time ea 434.00 6. Cone penetrometer testing a. Setup i. Standard 8.00 84.00 ii. Night lime ea 99.00 b. Subsurface profiling i. Standard ft 13.00 ii. Night time ft 15.00 c. Profiling with pore pressure measurement i. Piezometric Saturation a. Standard ea 98.00 b. Night time ea 115.00 ii . Penetration a. Standard ft 15 25 b. Night time ft 18.00 iii. Pore water dissipation test a Standard hr 200.00 Page 1 of 9 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D INDOT Approved Fee Schedule Project: Culvert Replacement Location: Clay Center Road over Elliot Creek Carmel, IN CTL Proposal No. 230500751NDPPL Item Description Quantity Unit Unit Price Total b. Night time hr 235.00 - iv. Hydraulic conductivity and consolidation a. Standard ea 79.00 - b. Night time ea 93.00 - d. Profiling with Shearwave Velocity Measurement i. Standard ft 17.00 ii. Night time ft 20.00 - e. Sample i. Standard ea 26.00 ii. Night time ea 30.00 - 7. Hand or truck soundings a. Standard 16 ft 13.25 212.00 b. Night time ft 15.50 - 8. Hand auger drilling a. Standard ft 13.75 - b. Night time ft 16.25 - 9, Skid mounted borings with split spoon sampling a. Standard 60 ft 32.00 1,920.00 b. Night time ft 37.75 - 10. Skid mounted borings using drilling fluid a. Standard ft 33.50 - b. Night time ft 39.50 - 11. Skid mounted core drilling a.Standard ft 46.00 - b. Night time ft 54.00 - 12. Skid mounted boring through bedrock or boulders a. Standard ft 48.00 - b. Night time ft 56.00 - 13. Skid mounted soundings a. Standard ft 19.00 - b. Night time ft 22.00 - 14, Skid Mounted Cone Penetrometer Testing (CPT) a. Set up i. Standard ea 121.00 - ii. Night time ea 143.00 - b. Subsurface profiling i. Standard ft 18 75 - ii. Night time ft 22 00 - Page 2 of 9 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D INDOT Approved Fee Schedule Project: Culvert Replacement Location: Clay Center Road over Elliot Creek Carmel, IN CTL Proposal No.: 230500751NDPPL Item Description Quantity Unit Unit Price Total c. Profiling with pore pressure measurement i. Piezometric Saturation a. Standard ea 116.00 - b. Night time ea 137.00 - ii. Penetration a. Standard ft 22.00 b. Night time ft 26.00 - iii. Pore Water Dissipation Test a. Standard hr 231.00 - b. Night time hr 273.00 - iv. Hydraulic Conductivity and Consolidation a. Standard ea 89.00 - b. Night time ea 105.00 - d. Profiling with Shearwave Velocity Measurement - i. Standard ft 26.25 ii. Night time ft 31.00 - e. Sample i. Standard ea 34 00 - ii. Night time ea 40.00 - 15. Furnishing of a boat Actual Cost - 16. Barge set-up expenses a. Navigable water i. Barge set-up ea 6,300.00 - ii. Rental of support equipment and/or boat Actual Cost - iii. Drill rig down time hr 157 00 - b. Non-navigable water barge set-up ea 5,250.00 - 17. Additional disassembly and reassembly a. Navigable water ea 2,200.00 - b. Non-navigable water ea 2,000.00 - 18. Barge mounted borings with split spoon sampling ft 35.00 - 19. Barge mounted core drilling ft 48.00 - 20. Barge mounted boring through bedrock or boulders ft 48.00 - 21 Barge mounted soundings ft 21.00 - 22. Casing through water ft 9.00 - 23. Uncased sounding through water ft 6.00 - 24. Set up for borings and machine soundings a. Borings and machine soundings less than 20 ft deep ea 74.00 - Page 3 of 9 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D INDOT Approved Fee Schedule Project: Culvert Replacement Location. Clay Center Road over Elliot Creek Carmel, IN CTL Proposal No.. 230500751NDPPL Item Description Quantity Unit Unit Price Total b. Rock core borings ea 126.00 - 25. Additional 2-in. split spoon sampling 4 ea 22.00 88.00 26. 3-in. split spoon samples ea 24.00 - 27. 3-in. Shelby tube samples 2 ea 66.00 132.00 28. Bag samples a.25--lb sample ea 54.00 - b. 5-lb sample ea 35.00 - 29. Field vane shear test a. Standard ea 121.00 - b. Night time ea 143.00 - 30. 414-in.cased hole ft 13.00 31. Installation of Geotechnical Instruments a. Inclinometer casing installation i. Standard ft 16.00 - ii. Night time ft 19 00 b. Piezometer installation up to 25 ft below surface ea 284.00 - c. Piezometer installation deeper than 25 ft below surface ea 315.00 d. Metal protective outer cover for inclinometer and ea 132.00 piezometer casings 32. Railroad expenses Actual Cost 33. Twenty-four hour water levels a. Field measurements per borehole i. Standard ea 40.00 - ii. Night time ea 48.00 b. PVC slotted pipe ft 6.50 - 34. Special borehole backfilling a. 0 to 30 ft SPT a. Standard 2 ea 150.00 300.00 b. Night time ea 175.00 - ii . CPT a. Standard ea 49,00 - b. Night time ea 57.00 - b. More than 30 ft i. SPT a. Standard ft 7.00 b. Night time ft S 25 Page 4 of 9 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D INDOT Approved Fee Schedule Project: Culvert Replacement Location- Clay Center Road over Elliot Creek Carmel, IN CTL Proposal No. 230500751NDPPL Item Description Quantity Unit Unit Price Total ii . CPT a.Standard ft 2.00 b. Night time ft 2.40 - c. Pavement restoration i. Standard 2 ea 65.00 130.00 ii. Nighttime ea 75.00 • 35. Equipment Rental Actual Cost - 36. Traffic control a. Flag crew day 800.00 b. Equipment Rental and Professional traffic Control Actual Cost Services c. Flag crew with equipment 2 day 1,000.00 2,000.00 37. Centerline surveying Actual Cost - 38. Percolation Test a. Granular Soils(A-1,A-2,A-3) ea 2,000.00 - b. Cohesive Soils (A-4, A-5, A-6,A-7) ea 3,000.00 Subtotal (Geotechnical Field) $ 5,22E1.80 GEOTECHNICAL LABORATORY 39. Sieve analysis for soils 6 ea 52.00 $ 312.00 40. Hydrometer analysis 6 ea 61.00 366.00 41. Sieve analysis for Aggregates a, Analysis by Washing(AASHTO T-11) ea 81.50 b. Analysis by Using (AASHTO T-27) ea 142.00 - 42. Liquid limit 6 ea 41.00 246.00 43. Plastic limit&plasticity index 6 ea 30.00 180.00 44. Liquid Limit Ratio ea 79 00 - 45. pH test 6 ea 16.50 99.00 46. Loss on Ignition Test a. Loss on Ignition Test(Conventional) 2 ea 26 00 52.00 b. Loss on Ignition Test (Sequential) ea 55 00 - c. Organic content based on Colorimeter ea 26.00 - 47 Topsoil Tests a. Phosphorus tests ea 23.00 - b. Potassium tests ea 23.00 - 48 Moisture Content Test a. Moisture Content Test(Conventional) 30 ea 7.25 217.50 b. Moisture Content Test(Microwave) ea 9 00 - 49 Expansion Index of Soils ea 247.00 Page 5 of 9 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D INGOT Approved Fee Schedule Project: Culvert Replacement Location Clay Center Road over Elliot Creek Carmel, IN CIL Proposal No 23050075IN0PPL Item Description Quantity Unit Unit Price Total 50 Specific Gravity Test ea 38.00 - 51 Unit weight determination ea 19.00 - 52 Hydraulic Conductivity Test a. Constant Head ea 247.00 - b. Falling Head ea 300.00 - 53 Unconfined Compression Test on soils& Rocks a. Unconfined Compression Test(Soils) 2 ea 50.00 100.00 b. Remolding of soil samples with chemical admixtures in chemical soil modification/stabilization(3 samples is ea 125.00 equal to 1 unit) c. Point Load Strength Index of Rock ea 55.00 54 Compressive Strength and Elastic Moduli of Intact Rock a. Compressive Strength of Intact Rock ea 120.00 - b. Elastic Moduli of Intact Rock ea 452.00 55 Consolidation Test ea 500.00 - 56 Triaxial test a, Unconsolidated -Undrained (UU) ea 375.00 b. Consolidated- Undrained (CU) ea 550.00 c. Consolidated-Drained(CD) ea 775.00 - d. Pore Pressure measurement with a. or b.and use of ea 260.00 back pressure for saturation 57 Direct Shear Test ea 575.00 - 58 Moisture-Density Relationship Test a. Standard Proctor ea 150,00 • b. Modified Proctor ea 165.00 59 Soil Support Testing a. Subgrade Resilient Modulus on remolded soils ea 660.00 - b. Resilient modulus on Shelby tube ea 420.00 • 60 Collapse Potential Evaluation Test a. Cohesive or Expansive Soils ea 500.00 61 Water Soluble Sulfate Test ea 110.00 - 62 Water Soluble Chloride Test ea 110.00 63 Soil Resistivity Test ea 150.00 • 64 Shale Durability Tests a. Slake Durability Index Test ea 140.00 - b. Jar Slake Test ea 15.00 - Subtotal (Geotechnical Laboratory) $ 1,572.50 Page 6 of 9 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D INDOT Approved Fee Schedule Project: Culvert Replacement Location Clay Center Road over Elliot Creek Carmel, IN CTL Proposal No. 230500751NDPPL Item Description Quantity Unit Unit Price Total ENGINEERING Subtotal (Engineering see next 2 pages) $ 5,691.69 Summary of Fees Geotechnical Field $ 5,228.80 Geotechnical Laboratory $ 1,572.50 Construction Inspection and Monitoring $ • Pavement Investigation $ - Engineering $ 5,691.69 Estimated Total Fee $ 12,492.99 Page 7 of 9 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D PROJECT TEAM HOURS Aapendi4 Designation/Classification PROJECT TEAM HOURS Engineering SUP { Non Engineenng Stall Geophysicist CADO Admin SUP Reimbursable Time Time Thee ime �mo Totals Items TazkslBase Hourly Rate(0 4 Taff Type on Rale(5) Sian Type rhhl Role eS) Sian Type Inry P.ate(SI Ihr3 Rale(5) ihd IRale 15) Expenses 1 Pavement core test downs and Paveme core locations Design Engineer 2 l53 c4 306 03 IBwhnkaring Mynah 1 .=._ . _ 1d Fir, FaF ck oarelinalon the held work with us6Des I. 600tochnl[al 2 end subcontractors Design Engner 4 15304 312'6 Field - - ___..__..._. . _ ._ .----_ 3 OW:w g .onezd aermcs Feld Nonage( 2 136 46 ��, .,_ ,__ 276 92 1 Crrerdin lien wi h Properly owners Field warner 2 135 46 1 275.92 2 Crop damage , Traitie Conine! 36d Cnorrsneeng held work wh T,niafiie control sub- sumeLLpr 1 Review et listoncei Opcamerde&Current Plans Design Engineer 2 153 E4 3C6 05 ... 2 P-epa' F m ruloralory?roo ,.ri av 192'%1ow and 3enip:Praleel 2 16442 Conan-cnce with INDOT Eng.naer 3 Assfon Laoomlen,Tests Suit Engrear 1 t28 27 128 27 4 Prepare 4iNT Dwng taps Stahl Engineer 4 14827 -._- __.... 51306 �� 5 Renew Umltg Lag{and Lad test dale rPC'DAI Cesgn Engnece I 153 04 163 04 s. t Prepare Roadway subsurface Rokkw s I Dootechnical 7 Proper,9 idge SoAw:lace reale{ __ d _ Report.Float s5 Prepmeilon of geolechmcal recornlnendalcns, Check POnt and tspo^,t,appendices and coticuneclu with 4NOCT -,.__�- — Foondolion le a WI1085 Sae Sohgade invea0gatene Cohen Engineer 1 �,_0 153 C4 ----�— 1 53C 40 Review 3b D Mr Boa 5uhgoda Roconor erloebpna _' - 9d d Soil Pratte Brewing mmentlakons(9NL'rl _._ _ — '. • 3e a Develops rlt_..c_irp rh ue Speal P1eyiaiura l' -9 F,lunrlehnn )ie.w .10 real C.__Prints _�_+ _ - 3ntaohtdealData Report A Teohrdal memor10e446 1 'ar DEL pew 6 PPP projects 57 Settlement Analysts And Recommendations For FmbankrrwRi .__ ---- - t a Proposed Emb Endaankmenl. _ , 2 o Proposed sea f»aang EmbaNmenl ^_. . a6 _ s_ _ J. I ae coo ,...billy Analysis I 0eolechnt al ._. .__. _____ ..—__. Analysis !3ndge Fourldadon Analstes And Recommendabws ' a 30rend foundaden 0e4633.El)e)3 3 153.:4 •224:2 • 2.'o o Oen loundokon of 1c 3ettsarent enaysis lay ordge per taunmadn Ili,I, s d Foundation on Bedrock 'ape A el 3 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D PROJECT TEAM HOURS Appendix Geslgnabnn1Classalcatian PROJECT TEAM HOURS 1 €ngantonng SOW NornEngineenng Stall Ganphy a i t CADO Actium Staff Reimbursable Totals into Ti�T.e > Time' T,ne llama TasksiRase Hourly Rate 16) Staff Type ihrl Rate 1St Staff typefhri Rate 151 STAB Type fr. Pete(A) Ihr1 Ra:e tS) 0,1 Rase,51 Ea Pandas .. Retaining Saturate Haryana Mil R000rnmendadons a Canaantienal Reta ning Structure __ _._ . la ,Spread Founaadon lb i Deep Foundahan I c A SeNemani Analysis Ire Renaming Wall ._.—__ ._ Fcundalinna — 71 0 Ple Retain ading Simabtre Analysis A —_—. _._.. _ -- - OeoteeArtlwl Recommendations Analysis -- — --._ .. ._ • _ . _.. I 2a r'tea Ubalett1SInxtuta _. _. . 26 i Retaining Structure'W M tiia$ach Ayaleie t c Bndad-ln Pier Retaining S7uc'lule Anarysie 3e •Free—Stunting Armature 1® i Retaining Structure Wdh T•e-Reek.System ...__..... _._. _ 4 d aG HeLag ee 72 5eeueue Marys, .__. .___-- I 71 Deep 0,013ma Compaoonr Matteis 76 tlwaaon g 4cer d, I a Anlaaen I a Monitoring leotecn Ioal Insdumentodon _ ---� _ - _ — Ia b Fire aspedat -- ---- - Constnaclian TB Field Lo nett n Tesli a _.. - - - _ r inspection6 .. -__ __ -- - ---_ -._ ..._.._..�.. _.._.�— _..__—..._- - MonRgdng - _ 1a a Ogee a Cane Peneaaeon IIxPt lest ID b 4gM yV 1(,aat Oaleeiomolw(LAM/ �__. ...,._._. —__ —_.._ 10�—Static Load Teat ._ ._—._. _} _.. - _ 13 F rat_onatrucdon t n0oectien R anon ^Foundation Evaluation hi. 04 FaunA Ions Non OC1I,Uctive Methods ,< ^-- Geopisalcel 55 Geophysical lnvasdgadona - - .. �. —�_ InynOgWons Ouetaehnkat 36 Project Management _..._ L-a Project Ccordinadnn . _ .---_ -- __--_.. Pitied Managemnnl IF., 2 0 Protect Wehsstle _y-_. ___ = _ —1 Lead 67 Geotechn al Review Ocotechnical I a Saucyre Revel Consultant Only) 2 h Roadv2y Peporl I —_ .—.—_ —_._ _— _ . Payment 1g2 Pavement Analysis and R ban - -�.- Invcsligation fetal Engmecnng 5.691 59 Page 3 all DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D FEE JUSTIFICATION ce.HId11 OIANJHOURS BY CLASSIFICATION UTILITY COORDINATION Clay Center Pd Trail OWNER. C'ty of Carmel E.'L'Rie I3Pie Tral rCu'va't Replacemert I__i Manhours by ClanuiMcetion Item Who Project CAD Sequence Task Manager Technician Total Section 1.Initiation Phase. I UC IConlact_oca!Agency ano d,.scuss Project Development Schedue I I 2.1 2 Section 2.Research Phase. 2 02 UC Determine facilities in the area by reviewing plan files 2 2 - 2 03 UC Determine facilities:n the area by investigating field conditions 2 2 2.04 UC Determine facilities in tee area by reviewing informatics from IUPPS _ 1 1 2 05 UC Determine facilities in the area by contacting local government agertc es I 2 06 UC Determine owners and contact info for traffic signals,interconnects 1 2 0' UC Determine owners and contact info for lighting I ' 2 17 UC Prepare list summarizing findings from-esearch phase 2 '2 UC Send i.st utility names,facility types,optional contact Info to DS I 1 7.'2 DS Update project plans with eldity names,facility types,contact info 1 I Section 3.Initial Notice Phase 3 0` UC I 1 3.02 UC Schedule live interactive meeting wile all utility representatives 4 4 • 3,03 UC Receive response to initial notice freer each Wilily 1 t 3.04 UC Forward response to initial notice to Local Agency I 3 16 DS Designer show facility information on plan sheets 1 2 3 Section 4.Verification Phase 4.03 DS Send verification plans to each utility and Local Agency 2 2 4.04 UC Send letter request verification of facilities to each utility with copy to Local Agency 1 1 4 05 UC Receive letter response to verification request from each utility I 1 4 06 UC Forward letter response to verification request to DS and Local Agency 1 1 4:08 DS Update plan sheets with verification information from each utility 2 2 _ 4 09 DS Send revised plans from verification response to utilities 1 1 _ 4 12 UC _Coniact PM present right of way crying plan to address needs of utilities 4.13_DC Contact PM and discuss need for separate clearing contract Section 5.Conflict Analysis Phase 5.01 UC Send letter request conflict analysis to each utility with copy to Local Agency I 5.02 UC Rece ve response In When request conflict analysis from each utility _ I o.'J4 UC Forward response to request conlict analysis to Designer and Local Agency _ I • I 5.05 DS Review recommended changes and implement where appropriate 8 8 5.07 DS Send comments on recommended changes to UC and Local Agency I 1 5.08 UC Prepare tellers w comments on recommenced changes copy to Local Agency 2 2 5A9 DC Send letters w comments on recommended changes to utilities and Local Agency 2 2 Section 5.Work Plans Phase V 6,02 DS Send preliminary final piers to each utility and Local Agency I 1 6.03 DC Send letter request work plan Ic each_all'.y with copy to Local Agency I 1 6.05 DC Receive response to letter request work plan(ram each utility . 1 1 6.06 DC Provide quality control review of work plan for compliance 2 4 6 6.07 UC Coordinate with utility to amend work plan as needed 4 4 6.08 DC _Send acceptable work plan to Local Agency 2 2 6 11 UC Coordinate with utility to amend work plan as needed 4 4 6.12 DC Send revised work plan to Local Agency I 1^ 5.r5 UC a Prepare Gantt chart to coordinate schedee of utility facility relocators _ 1 3 UC Review Gantt chart with PM 1 2 3 3.7 UC Prepare&distribute master utility relocation drawing 2 s 10 6,8' UC Prepare letter work plan approved For each acceptanle wa:-x plan 2 2 3 19 UC Forward espy of letter work plan approved to Local Agency for review and sign 1 1 5 23 UC Send signed letter work plan approved to the utility 1 I 6.26a UC Sand approved work plan to tee.OS 1 I 6.27 DS Update project plans with utility name,facility types,contact mlo 1 I 6 29 UC Prepare utility coordinalion certificate and send to Local Agency for review 1 I 5 30 DC Prepare utility special provisions and send to Local Agency for review 2 2 Beam Longest and Neff, LLC 8/812023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D V'ANI OI,R '3Y .;I6 -'CN UTILITY COORDINATION Clay Cen.et s.d Trui OWNER' City of Carmel b'•ORK TYPE Trail wlCuluert Replacement L _ Manhours by Classification , Item Who Project CAD Sequence Task Manager Technician Total Section 7 Agreement Phase 77 01 ijC Receive letter from utility requesting an agreement for reimbursement 7 02 UC Renew basis for reimbursement present to Local Agency for yen ficatlon _ 7 03 UC Forward letter from_utility requesting reimbursement In Local Agency 7 06 UC Prepare agreement and cover letter _ 7 07 UC Forward agreement and cover letter to Local Agency for review and signature 7 1 1UC Send signed cover letter and agreement to utility _ 7 12 UC Receive agreements gned by utility and exhibits from utility 7 13 UC Review agreement s gned ay ulilitt and exhibits 7.14 UC Forward signed agreement and exhibits to Local Agency for review and processing 7 25 UC Prepare letter relrn agreement 7 26 UC Forward letter return agreement to Local Agency for review and signature 7 28 UC Send letter return agreement and copy of fully signed agreement to Uti1:Py 7 29 UC Review request by utility to use consultant 7.30 UC Prepare letter consultant approved and send to Local Agency for signature 7 32 UC Send signed fetter consultant approved to utility 7 33 UC Review request by se ily to use contractor 7 34 UC Prepare letter contractor approved and send to Local Agency for signature 7 36 UC Utility contractor approval letter sent to the utility Section 8.Utility Construction Phase 8 01 UC Prepare,sin and send notice to_praceed to each utoity 2 2 8 02 UC Monthly Ut lily Coordination Meetings(I hour meeting;Every Second Wednesday) 4 I S_ ,3 15, UC Alte'r')pre-ransinna on meelirg 4 4 a l Total Hours 14 100 122 Hourly Rate _ $245 D0 3140 00 Total Labor 63430 00 515.120 00 313.550 00 Overhead 0 00% SO 00 FCCM 0.00% 50 00 Labor*Overhead*FCCM S18:5,7 0J Profit 0 00% 50.00 Sub-To:al S18,556.00 Direct Hen-Salary Costs —�— 6518.4n Tolai S 19,t)68.40 rUSE $19,100 00 Beam, Longest and Neff, L_C 8/8/2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D UTILITY COORDINATION DIRECT NON-SALARY COSTS Owner: City of Carmel Project: Clay Center Rd Trail UTILITY COORDINATION TRAVEL 3 trips x 20 miles $0.490 /mile = S29.40 10 (miles one way) PRINTING Constr. Rev. (Stg 1 & 2) sheets x 0 sets = 0 sheets Util. Coord. Meetings 30 sheets x 1 sets = 30 sheets Constr. Rev. (Tra, Const.) sheets x 0 sets= 0 sheets Meetings During Constr. 30 sheets x 1 sets= 30 sheets Total sheets to be printed = 60 sheets Miscellaneous/Check prints= 100 sheets 160 sheets Use 100 sheets x $1.71 /sheet= $171 CO Print Mylars: 0 sheets x $9.00 /sheet= $0.00 R/W Mylars: 0 sheets x $9.00 /sheet= $0.00 Soil Boring Mylars: 0 sheets x $9.00 /sheet= $0.00 Copies/Prints (Inc. Contract Book) 200 sheets x $0.150 /sheet= $30.00 SHIPPING CHARGES Preliminary Plans: 6 sets Stage 2 Plan& 6 sets Stage 3 Plans, 6 sets Tracings: 0 sets Total sets to be shipped = 18 sets @ $16.00 /set= 288.00 SUBCONSULTANT/OTHER Ground photos 0 roll(s) x $15.00 /roll = $0.00 Aerial photos Aerial mapping Geotechnical TOTAL FOR UTILITY COORDINATION $518 40 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION PERMITS OWNER: City of Carmel PROJECT: Carmel Clay Center Rd Trail DESCRIPTION: Multi-use Path Manhours by Classification Dept. Proj. Environmental CAD Task Mgr. Mgr, Analyst Tech Total 401 Water Quality Certification 2 12 8 4 26 404 Permit Application 1 6 4 2 39 IDNR Permit(No FIS) 8 24 8 40 Construction Stormwater General Permit 8 32 16 56 Total Hours 19 74 12 30 _ 135 Hourly Rate $315.00 $245.00 $135.00 $140.00 ~ Total Labor $5,985.00 $18.130,00 $1,620.00 $4.200.00 $29,935.00 Direct Non-Salary Costs $500-00 Total 530,435.00 USE $30,400.00 Beam, Longest and Neff, L.L.0 8/8/2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D FEE JUSTIFICATION EXHIBIT MANHO!,RS BY CLASSIFICATION COORDINATION MEETINGS Clay Center Road Multi-Use Pelf, OWNER City of Caramel WORK TYPE:Path Construction Manhours by Classification Department Project Project Task Manager Manager Engineer Total A:tend Coordire'ion Meetings 4 Total 16 16 ':6 :s Meeting Minxes 2 4 6 T olal Hours 16 18 20 54 Hourly Rate $315 30 $245 00 S180.00 Total Labor $5,040 30 $4.410 00 $3,600 CO $13.050 00 Overhead 0 00` $0 00 FCCM 0 00%, $0 00 Labcr r Overhead+FCCM $13.050 CO Profit 0 00% $0 00 Sub-Total $13,353 CO Direct Non-Salary Costs s43 :2 o;al 13093"2 USE $13,100.00 Beam. Longest and Neff, LLC 8/8/2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D COORDINATION MEETINGS DIRECT NON-SALARY COSTS Owner: City of Carmel Project: Clay Center Road Multi-Use Path TRAVEL 4 trips x 22 miles $0.490 /mile = $43.12 11 (miles one way) PRINTING Constr. Rev. (Stg 1 & 2) sheets x 0 sets = 0 sheets Util. Coord. Meetings sheets x 1 sets= 0 sheets Constr. Rev. (Tra, Const.) sheets x 0 sets = 0 sheets Meetings During Constr. sheets x 1 sets = 0 sheets Total sheets to be printed = 0 sheets Miscellaneous/Check prints= 100 sheets 100 sheets Use 0 sheets x $1.71 /sheet= $0 00 Print Mylars: 0 sheets x $9.00 /sheet= $0.00 R/W Mylars: 0 sheets x $9.00 /sheet= $0.00 Soil Boring Mylars: 0 sheets x $9.00 /sheet= SO 00 Copies/Prints (Inc. Contract Book) 0 sheets x $0.150 /sheet= $0.00 SHIPPING CHARGES Preliminary Plans: 0 sets Stage 2 Plans. 0 sets Stage 3 Plans: 0 sets Tracings: 0 sets Total sets to be shipped = 0 sets @ $16.00 /set= 0.00 SUBCONSULTANT/OTHER Ground photos 0 roll(s) x $15.00 /roll = $0.00 Aerial photos Aerial mapping Geotechnical TOTAL $43 12 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D FEE JUSTIFICATION EXHIBIT ESTIMATED FEE PER PARCEL RIGHT-OF-WAY ENGINEERING OWNER. City of Carmel PROJECT Clay Center Road Trail ROAD Clay Center Road COUNTY: Hamilton DES Number of Per Parcel Task Parcels Amount Total Title Work Title Search (20 year) Residential 5 $430.00 $2,150.00 Title Search (20 year)Agricultural 0 $480.00 $0.00 Title Search(20 year)Commercial 1 $480.00 $480.00 Title Search (20 year)Municipal 0 $505.00 $0.00 Title Search Temporary 0 $230.00 $0.00 Title Updates (if required later) 6 $205.00 $1,230.00 Legal Descriptions 6 $1,250.00 $7,500.00 Parcel Plats 6 $950.00 $5,700.00 RIW Staking 6 $665.00 $3,990.00 RIW Plans 6 $630.00 $3,780.00 LRS Update 0 $160.00 $0.00 Plat One 0 $1,200.00 $0.00 Total $24,830.00 USE $24,900.00 Beam, Longest and Neff. LLC 8/8/2023 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D BID PHASE SERVICES FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION Clay Center Road Multi-Use Path Clay Spring Drive to North of Brighton Avenue Carmel, IN OWNER: Carmel, Indiana CONSULTANT: Beam, Longest and Neff Man hours by Classification Department Project Project CAD Task Manager Manager Engineer Technician Total 1 Assist the Owner in Bid Advertising 2 2 2 Send out plans and specs to bidders 2 2 (through Reprographics) 3 Prepare and distribute addenda 2 4 2 8 4 Assist with Bidder Questions 2 4 5 5. Corouct a Pre-bid meeting 2 4 4 10 6.Attend Bid Opening 2 2 4 7 Tabulate Bid Results 1 2 2 5 8. Review bid documents and prepare 1 2 3 recommendation letter 1 Total Hours 4 16 18 2 40 Hourly Rate $315.00 S245.00 $180 00 $140.00 Total Labor S1,260.30 S3,920.00 $3,240 00 $280.00 $8,700,00 Overhead(%) $0.00 Labor+Overhead S8,700.00 Profit(%) $0.00 Sub-Total 58,700,00 Direct Non-Salary Costs $10 78 Total $8.710.78 - USE $8,700,00 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D BID PHASE SERVICES DIRECT NON-SALARY COSTS OWNER: Carmel, Indiana CONSULTANT: Beam, Longest and Neff BID PHASE SERVICES TRAVEL 1 trips x 22 miles $0 490 /mile = $10.78 22 (two ways) PRINTING Stage 1 Plans: 0 sheets 0 sets = 0 sheets PFC Plans: 0 sheets 0 sets= 0 sheets R/W Check Prints: 0 sheets 0 sets= 0 sheets Stage 3 Plans 0 sheets 0 sets= 0 sheets Tracings 0 sheets 0 sets= 0 sheets Total sheets to be printed = 0 sheets Miscellaneous/Check prints= 0 sheets 0 sheets Use 0 sheets $1.71 /sheet= $0.00 Print Mylars: 0 sheets $9.00 /sheet= $0.00 RAN Mylars: 0 sheets $9.00 /sheet= $0.00 Soil Boring Mylars: 0 sheets $9.00 /sheet- $0.00 Copies sheets x $0 150 /sheet $0.00 SHIPPING CHARGES Stage 1 Plans: 0 sets PFC Plans: 0 sets Stage 3 Plans: 0 sets Tracings: 0 sets Total sets to be shipped = 0 sets @ $30.00 /set= $0.00 SUBCONSULTANT/OTHER Ground photos 0 roll(s) $15.00 /roll = $0.00 Aerial photos Aerial mapping Geotechnical TOTAL FOR ROAD DESIGN $10.78 Page 2 of 2 DocuSign Envelope ID: DA9405C4-9096-4B13-9820-7F661D54709D Page 1 of 1 INDIANA RETAIL TAX EXEMPT g City of CI1irnriie1 CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 110007 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P CARMEL, INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 8/28/2023 00351110 Professional Services Contract 06.03.21 -ASA 3-22-ENG-15 Clay Ctr Rd Multi-use Path&Culvert BEAM, LONGEST& NEFF, LLC City Engineering's Office VENDOR 8320 CRAIG STREET SHIP 1 Civic Square TO Carmel, IN 46032- INDIANAPOLIS, IN 46250- Laurie Slick PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 80277 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Fund: 0 2022 Bond Account: 44-628.71 1 Each ASA 3 -22-ENG-15 Clay Ctr Rd Multi-use Path &Culvert $462,500.00 $462,500.00 (from Clay Spring Dr to Brighton Ave) -Design Sub Total $462,500.00 QF Rik 0 <41:4( . A III e11; 4J {. ■ a • aSend Invoice To: City Engineering's Office Laurie Slick 1 Civic Square , Carmel, IN 46032- PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $462,500.00 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 194t . AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Jeremy Kashman TITLE Director CONTROL NO. 1 10007 CONTROLLER