Loading...
HomeMy WebLinkAboutLochmueller Group/ENG/$873,800/24-ENG-01 Smoky Row and Ironwood DriveLochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 1 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is hereby made and entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety (hereinafter "City"), and Lochmueller Group, Inc. (hereinafter "Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing responsibilities; and WHEREAS, Professional is experienced in providing and desires to provide to City the professional services (“Services”) referenced herein; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City the Services referenced herein; NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions set forth herein, City and Professional mutually agree as follows: SECTION 1 INCORPORATION OF RECITALS The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2 SCOPE OF SERVICES 2.1 City desires to engage Professional as an independent contractor for the Services set forth in attached Exhibit A, incorporated herein by this reference. 2.2 Professional understands and agrees that City may, from time to time, request Professional to provide additional or modified Services to City. When City desires additional Services from Professional, the City shall notify Professional of such additional Services desired, as well as the time frame in which same are to be provided. Only after City has approved Professional’s time and cost estimate for the provision of such additional Services, has encumbered sufficient monies to pay for same, and has authorized Professional, in writing, to provide such additional Services, shall such Services be provided by Professional to City. A copy of the City’s authorization documents for the purchase of additional Services shall be numbered and attached hereto in the order in which they are approved by City. 2.3 Time is of the essence of this Agreement. By Sergey Grechukhin at 2:00 pm, Apr 08, 2025 Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 2 SECTION 3 CITY'S RESPONSIBILITIES 3.1 City shall provide such information as is reasonably necessary for Professional to understand the Services requested. 3.2 City shall provide all data required for provision of Services. Professional may assume that all data so provided is correct and complete. 3.3. City shall arrange for Professional to enter upon public and private property as reasonably required for Professional to perform the Services. 3.4 City shall designate payment of the Services from City budget appropriation number 2200-44-628.71 2024 Bond fund. 3.5 City shall designate the Mayor or their duly authorized representative to act on City’s behalf on all matters regarding the Services. SECTION 4 PROFESSIONAL'S RESPONSIBILITIES 4.1 Professional shall perform the Services pursuant to the terms of this Agreement and within any applicable time and cost estimate. 4.2 Professional shall coordinate with City its performance of the Services. 4.3 Professional shall provide the Services by following and applying at all times reasonable and lawful standards as accepted in the industry. SECTION 5 COMPENSATION 5.1 Professional estimates that the total price for the Services to be provided to City hereunder shall be no more than Eight Hundred Seventy Three Thousand Eight Hundred Dollars ($873,800.00) (the “Estimate”). Professional shall submit an invoice to City no more than once every thirty (30) days for Services provided City during the time period encompassed by such invoice. Invoices shall be submitted on a form containing the same information as that contained on the Professional Services Invoice attached hereto as Exhibit B, incorporated herein by this reference. City shall pay Professional for all undisputed Services rendered and stated on such invoice within thirty five (35) days from the date of City’s receipt of same. 5.2 Professional agrees not to provide any Services to City that would cause the total cost of same to exceed the Estimate, without City’s prior written consent. SECTION 6 TERM Unless otherwise terminated in accordance with the termination provisions set forth in Section 7.1 hereinbelow, this Agreement shall be in effect from the Effective Date through the satisfactory completion of services as described in this Agreement. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 3 SECTION 7 MISCELLANEOUS 7.1 Termination 7.1.1 The obligation to provide all or any portion of the Services under this Agreement may be terminated by City or Professional, without cause, upon thirty (30) days’ notice. 7.1.2 The obligation to provide all or any portion of the Services under this Agreement may be terminated by City, for cause, immediately upon Professional’s receipt of City’s “Notice to Cease Services.” 7.1.3 In the event of full or partial Agreement termination, and as full and complete compensation hereunder, Professional shall be paid for all such Services rendered and expenses incurred as of the date of termination that are not in dispute, except that such payment amount shall not exceed the Estimate. Disputed compensation amounts shall be resolved as allowed by law. 7.2 Binding Effect City and Professional, and their respective officers, officials, agents, partners and successors in interest are bound to the other as to all Agreement terms, conditions and obligations. 7.3 No Third Party Beneficiaries Nothing contained herein shall be construed to give rights or benefits to anyone other than the parties hereto. 7.4 Relationship The relationship of the parties hereto shall be as provided for in this Agreement, and neither Professional nor any of its agents, employees or contractors are City employees. Professional shall have the sole responsibility to pay to or for its agents, employees and contractors all statutory, contractual and other benefits and/or obligations as they become due. Professional hereby warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a result of any claim for wages, benefits or otherwise by any agent, employee or contractor of Professional regarding or related to the subject matter of this Agreement. This indemnification obligation shall survive the termination of this Agreement. 7.5 Insurance 7.5.1 Professional shall, as a condition precedent to this Agreement, purchase and thereafter maintain such insurance as will protect it and City from the claims set forth below which may arise out of or result from Professional's operations under this Agreement, whether such operations be by Professional or by its subcontractors or by anyone directly or indirectly employed by any of them, or by anyone directly for whose acts any of them may be liable: 1)Claims under Worker's Compensation and Occupational Disease Acts, and any other employee benefits acts applicable to the performance of the work; 2)Claims for damages because of bodily injury and personal injury, including death, and; 3)Claims for damages to property. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 4 Professional's insurance shall be not less than the amounts shown below: A.Commercial General Liability (Occurrence Basis) Bodily Injury, personal injury, property damage, Contractual liability, product/completed operations Each Occurrence Limit $1,000,000.00 Damage to Rented Premises $100,000.00 (each occurrence) Medical Expense Limit $5,000.00 Personal and Advertising Injury Limit $500,000.00 General Aggregate Limit $2,000,000.00 (Other than Products Completed Operations) NOTE: GENERAL AGGREGATE TO APPLY PER PROJECT Products/Completed Operations $1,000,000.00 B.Auto Liability $1,000,000.00 (combined single limit) (owned, hired & non-owned) Bodily injury & property damage $1,000,000.00 each accident C.Excess/Umbrella Liability $2,000,000 (each occurrence and aggregate) D.Worker's Compensation & Disability Statutory E.Employer’s Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit F.Professional Liability Insurance. The Professional shall carry and maintain during the continuance of this Agreement, professional liability insurance in the amount of $2,000,000 for single limit claims and $3,000,000 in the aggregate. The Professional's policy of insurance shall contain prior acts coverage sufficient to cover all Services performed by the Professional for this Project. Upon City's request, Professional shall Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 5 give prompt written notice to City of any and all claims made against this policy during the period in which this policy is required to be maintained pursuant to this Agreement. If the insurance is written on a claims-made basis and coverage is cancelled at any time, the Professional will obtain, at its cost, an extended reporting endorsement which provides continuing coverage for claims based upon alleged acts or omissions during the term of the Agreement until all applicable statute of limitation periods have expired. 7.5.2 Professional shall provide the City with a certificate of insurance, naming the City as an "additional insured," showing such coverage then in force (but not less than the amount shown above) shall be filed with City prior to commencement of any work. These certificates shall contain a provision that the policies and the coverage afforded will not be canceled until at least thirty (30) days after written notice has been given to City. 7.5.3 Professional may, with the prior approval of the City, substitute different types of coverage for those specified if the total amount of required protection is not reduced. Professional shall be responsible for all deductibles. 7.5.4 Nothing in the above provisions shall operate as or be construed as limiting the amount of liability of Professional to the above enumerated amounts. 7.6 Liens Professional shall not cause or permit the filing of any lien on any of City’s property. In the event such a lien is filed and Professional fails to remove it within ten (10) days after the date of filing, City shall have the right to pay or bond over such lien at Professional’s sole cost and expense. 7.7 Default In the event Professional: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Professional’s warranties; (b) fails to perform the Services as specified; (c) fails to make progress so as to endanger timely and proper completion of the Services and does not correct such failure or breach within five (5) business days after receipt of notice from City specifying same; or (d) becomes insolvent, files, or has filed against it, a petition for receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to terminate all or any part of this Agreement, without liability to Professional and to exercise any other rights or remedies available to it at law or in equity. 7.8 Government Compliance Professional agrees to comply with all laws, executive orders, rules and regulations applicable to Professional’s performance of its obligations under this Agreement, all relevant provisions of which being hereby incorporated herein by this reference, to keep all of Professionals’ required professional licenses and certifications valid and current, and to indemnify and hold harmless City from any and all losses, damages, costs, liabilities, damages, costs and attorney fees resulting from any failure by Professional to do so. This indemnification obligation shall survive the termination of this Agreement. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 6 7.9 Indemnification Professional shall indemnify and hold harmless City and its officers, officials, employees and agents from all losses, liabilities, claims, judgments and liens, including, but not limited to, all damages, costs, expenses and attorney fees arising out of any intentional or negligent act or omission of Professional and/or any of its employees, agents or contractors in the performance of this Agreement. This indemnification obligation shall survive the termination of this Agreement. 7.10 Discrimination Prohibition Professional represents and warrants that it and each of its employees, agents and contractors shall comply with all existing and future laws prohibiting discrimination against any employee, applicant for employment and/or other person in the subcontracting of work and/or in the performance of any Services contemplated by this Agreement with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, subcontracting or work performance hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. This indemnification obligation shall survive the termination of this Agreement. 7.11 E-Verify Pursuant to I.C. § 22-5-1.7 et seq., Professional shall enroll in and verify the work eligibility status of all of its newly-hired employees using the E-Verify program, if it has not already done so as of the date of this Agreement. Professional is further required to execute the attached Affidavit, herein referred to as Exhibit C, which is an Affidavit affirming that: (i) Professional is enrolled and is participating in the E-Verify program, and (ii)Professional does not knowingly employ any unauthorized aliens. This Addendum incorporates by reference, and in its entirety, attached Exhibit C. In support of the Affidavit, Professional shall provide the City with documentation that it has enrolled and is participating in the E-Verify program. This Agreement shall not take effect until said Affidavit is signed by Professional and delivered to the City’s authorized representative. Should Professional subcontract for the performance of any work under this Addendum, the Professional shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E-Verify program. Professional shall maintain a copy of such certification for the duration of the term of any subcontract. Professional shall also deliver a copy of the certification to the City within seven (7) days of the effective date of the subcontract. If Professional, or any subcontractor of Professional, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Professional or subcontractor subsequently learns is an unauthorized alien, Professional shall terminate the employment of or contract with the unauthorized alien within thirty (30) days (“Cure Period”). Should the Professional or any subcontractor of Professional fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E-Verify requirements of this Agreement will not apply, should the E-Verify program cease to exist. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 7 7.12 Severability If any provision of this Agreement is held to be invalid, illegal or unenforceable by a court of competent jurisdiction, that provision shall be stricken, and all other provisions of this Agreement that can operate independently of same shall continue in full force and effect. 7.13 Notice Any notice, invoice, order or other correspondence required or allowed to be sent pursuant to this Agreement shall be written and either hand-delivered or sent by prepaid U.S. certified mail, return receipt requested, addressed to the parties as follows: CITY: City of Carmel City of Carmel Engineering Department Office of Corporation Counsel One Civic Square One Civic Square Carmel, Indiana 46032 Carmel, Indiana 46032 PROFESSIONAL: Lochmueller Group, Inc. 6200 Vogel Road Evansville, Indiana 47715 Notwithstanding the above, City may orally provide to Professional any notice required or permitted by this Agreement, provided that such notice shall also then be sent as required by this paragraph within ten (10) business days from the date of such oral notice. 7.14 Effective Date The effective date (“Effective Date”) of this Agreement shall be the date on which the last of the parties hereto executes same. 7.15 Governing Law; Lawsuits This Agreement shall be governed by and construed in accordance with the laws of the State of Indiana, except for its conflict of laws provisions, as well as by all ordinances and codes of the City of Carmel, Indiana. The parties agree that, in the event a lawsuit is filed hereunder, they waive any right to a jury trial they may have, agree to file such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 8 7.16 Waiver Any delay or inaction on the part of either party in exercising or pursuing its rights and/or remedies hereunder or under law shall not operate to waive any such rights and/or remedies nor in any way affect the rights of such party to require such performance at any time thereafter. 7.17 Non-Assignment Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City’s prior written consent. 7.18 Entire Agreement This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, written or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any provision contained in this Agreement conflicts with any provision contained in any exhibit attached hereto, the provision contained in this Agreement shall prevail. 7.19 Representation and Warranties Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or the party which they represent, as the case may be. 7.20 Headings All headings and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 7.21 Advice of Counsel The parties warrant that they have read this Agreement and fully understand it, have had an opportunity to obtain the advice and assistance of counsel throughout the negotiation of same, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 7.22 Copyright City acknowledges that various materials which may be used and/or generated by Professional in performance of Services, including forms, job description formats, comprehensive position questionnaire, compensation and classification plan and reports are copyrighted. City agrees that all ownership rights and copyrights thereto lie with Professional, and City will use them solely for and on behalf of its own operations. City agrees that it will take appropriate action with its employees to satisfy its obligations with respect to use, copying, protection and security of Professional’s property. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 9 7.23 Personnel Professional represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such personnel shall not be employees of or have any contractual relationship with City. All of the services required hereunder will be performed by Professional or under his supervision and all personnel engaged in the work shall be fully qualified to perform such services. 7.24 Records and Inspections Professional shall maintain full and accurate records with respect to all matters covered under this agreement for three (3) years after the expiration or early termination of this Agreement. City shall have free access at all proper times to such records and the right to examine and audit the same and to make transcripts there from, and to inspect all program data, documents, proceedings and activities. 7.25 Accomplishment of Project Professional shall commence, carry on, and complete the project with all practicable dispatch, in a sound economical and efficient manner, in accordance with the provisions thereof and all applicable laws. In accomplishing the project, Professional shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on within City’s organization. 7.26 Debarment And Suspension 7.26.1 The Professional certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term “principal” for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Professional. 7.26.2 The Professional certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Professional shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City’s request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 7.27 Access to Public Records Act Professional understands and agrees that any “public record”, as that term is defined in Indiana Code 5-14-3- 2(m), as amended, that is related to the subject matter of this Agreement, whether the same is in the possession or control of the Professional or the City, shall be subject to release under and pursuant to the provisions of Indiana’s Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et seq., as amended. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Lochmueller Group, Inc. Engineering Department - 2025 Appropriation #2200-44-628.72 2024 Bond; P.O.#116624 Contract Not To Exceed $873,800.00 10 7.28 Iran Certification Pursuant to I.C. § 5-22-16.5, the Professional shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Lochmueller Group, Inc. by and through its Board of Public Works and Safety BY: BY: Laura Campbell, Presiding Officer Date: James Barlow, Member Date: Alan Potasnik, Member Authorized Signature Printed Name: David A. Henkel, PE, PTOE Title: Regional Leader - Central Indiana FID/TIN: 35-1455938 Date: April 7, 2025 Date: ATTEST: Jacob Quinn, Clerk Date: Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F 4/16/2025 NOT PRESENT 4/16/2025 4/16/2025 3502 Woodview Trace, Suite 150 Indianapolis, Indiana 46268 PHONE: 317.222.3880 • TOLL FREE: 888.830.6977 March 28, 2025 City of Carmel Attn: Bradley Pease, PE Director of Engineering 1 Civic Square Carmel, IN 46032 bpease@carmel.in.gov 317-571-2400 RE: Smoky Row & Ironwood Drive Plan Development and Services City Project No.: TBD Lochmueller Project No.: 125-1003 Mr. Pease, Lochmueller Group, Inc. (Lochmueller) is pleased to submit the following proposal to provide the professional services required to complete Plan Development and Services for the proposed roundabout and sidewalk construction at the intersection of Smoky Row and Ironwood Drive (City Project No. TBD). This proposal incorporates 2025 billing rates into our manhour/fee proposal attached. It is our understanding that the services being requested generally include design plans, permits, topographical survey, hydraulic design, utility coordination, right-of-way engineering and plans, landscape design, and specifications to the final plan stage (100% complete) to enable the construction of a roundabout at the intersection of Smoky Row and Ironwood Drive as well as approximately 2500 ft. of multi-use path along the north side of Smoky Row from Hawthrone Drive to approximately 400 ft. east of Johnson Drive. It is anticipated that the scope of this assignment will utilize local funding for all phases of development and will not utilize Federal Funding. This proposal covers all Design Services and will include development of the project and all necessary components to the Final Plans Stage. Final specifications and opinions of probable construction costs will also be developed including right-of-way constraints, stormwater drainage areas and/or permitting impacts. The scope of work and their respective manhour/fee justifications are on the following pages. We look forward to working with the City on this project. If you have any questions or would like to discuss this proposal, please contact me at any time with questions, 317-222-3880. LOCHMUELLER GROUP, INC. Dave Henkel, PE, PTOE Central Indiana Region Leader Enclosures cc: File Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 1 of 12 APPENDIX "A" Services to be furnished by CONSULTANT: In fulfillment of this Contract, the CONSULTANT shall comply with the requirements of the appropriate regulations and requirements of the City of Carmel. The CONSULTANT shall be responsible for performing the following activities: 1. Task 1 - Project Management 1.1. Project Management will include all Owner and internal communication and coordination with our subconsultants, monthly project reporting, schedule updates, etc. Monthly progress reports will include progress from the last report, anticipated upcoming work, project schedule, items needed from the City, scope changes if any, and total project cost estimate. It also includes all aspects of coordination and communication of the project process with the City and other agencies as required to discuss expectations, priorities, design criteria, design findings, unforeseen field conditions, etc. 1.2. This task also includes the following meetings: 1.2.1. One (1) scoping and project kick-off meeting with the City. 1.2.2. Fifteen (15) monthly virtual progress meetings with the City. 1.2.3. Three (3) meetings with additional potential utility and regulatory stakeholders and interested parties not identified above. 2. Task 2: Roadway Design and Plan Development 2.1. This project shall consist of the construction of a one-lane roundabout at the intersection of Smoky Row and Ironwood Drive as well as approximately 2,500 feet of multi-use path along the north side of Smoky Row from Hawthorne Drive and 400 feet east of Johnson Drive. 2.2. It is anticipated that the intersection will be reconstructed with an urban one-lane roundabout, grass center median (where applicable), splitter islands and crosswalks, curb and gutter, enclosed drainage within the roundabout, small ditches for sidewalk construction, connections to existing sidewalks or multi-use paths, and ADA-compliant pedestrian facilities. 2.3. Prepare plans, specifications, opinions of probable construction costs and other required submittal documentation for the project at each submittal stage, which 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: 2.3.1. City of Carmel Standards and Specifications 2.3.2. INDOT’s Standard Specifications, Design Memoranda, and Indiana Design Manual except as modified by supplemental specifications and special provisions 2.3.3. INDOT Standard Drawings 2.3.4. American Association of State Highway and Transportation Officials (AASHTO) "A Policy on Geometric Design of Highways and Streets", 2.3.5. AASHTO Roadside Design Guide, latest edition, 2.3.6. Indiana Manual on Uniform Traffic Control Devices (IMUTCD). 2.4. Prepare necessary information and submit plans at each development stage. Each submission shall be submitted electronically to the City. 2.4.1. Plan submittals will be as follows: 2.4.1.1. Preliminary Plans 2.4.1.2. Preliminary Field Check Plans 2.4.1.3. Final Plans 2.5. Plan submission will include an electronic copy of the plans drawn to a suitable scale on standard 22" x 34" sheets. Additionally, the following information shall be provided in Adobe Acrobat.pdf format (latest version at the time of completion of the plans). 2.5.1. Final Plans 2.5.2. Complete set of Technical Specifications 2.5.3. Opinion of probable construction cost 2.5.4. Contract Book Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 2 of 12 2.6. Evaluate the preferred roundabout geometry options for review by the City for final design, 2 iterations maximum. 2.7. Prepare detailed drainage design for the project, based upon roundabout option that is selected. (Included in the Hydraulic Design Task.) 2.8. Prepare a Maintenance of Traffic plan for the project based on closing Smoky Row and Ironwood Drive for approximately 45-60 days. Phased construction may be necessary for the construction of the mutli-use path under flagging operations or one-way closures. Maintenance of traffic plans will be designed in accordance with the IMUTCD. 2.9. Prepare plans for new roadway signage, pavement markings, and roundabout lighting (See Lighting Task) to be in accordance with the IMUTCD. 2.10. Prepare details of non-standard roadway items to be included on detail sheets with the project plans. 2.11. Determine the need for Level 1 Design exceptions that will be required during the project development. If required, necessary documentation to request a formal Level 1 Design Exception will be completed by Lochmueller as part of the project. 2.12. No crosswalk intersection tables are required. 2.13. Pavement design is not required, and the standard pavement section will be provided by the City. 2.14. Design documentation will be limited to the roundabout fastest path calculations with typical speed checks and intersection sight distance calculations. 2.15. One (1) driveway design will be required for the project at 4255 E Smoky Row. 2.16. Eight (8) quadrant curb ramps and eight (8) splitter island curb ramps will be required at the roundabout. 2.17. Eight (8) additional curb ramps will be required for the multi-use path. 2.18. Following the completion of final review of Final Tracings plans and specification by the City of Carmel, an electronic copy of the Final Tracings and Contract Book will be uploaded to ReproGraphix or similar platform on behalf of the City of Carmel for distribution to bidders. 2.19. Lochmueller will provide the City Project Manager with a final estimate of construction costs and a summary of final quantities. Lochmueller will prepare addenda (2 max) and submit the addenda to ReproGraphix or similar platform on behalf of the City of Carmel. 3. Task 3 – Hydraulic Design 3.1. Preliminary Plans: 3.1.1. Review existing data, including historic plans, prior reports, flood insurance studies and maps, soils maps, and rainfall data. 3.1.2. Conduct a site visit to confirm existing features and drainage areas. 3.1.3. Coordinate with the City and other teams, as needed. 3.1.4. Perform hydrologic calculations. 3.1.4.1. Delineate drainage areas using topographic survey and available LiDAR data. 3.1.4.2. Complete time of concentration calculations (TR-55 method) for existing structures and offsite areas in accordance with The City of Carmel Stormwater Technical Standards Manual (Carmel SW Standards), Section 201.03. 3.1.4.3. Calculate approximate pre- and post-development peak runoff rates (Rational Method) for each outlet. Determine allowable release rates from each outlet in accordance with Carmel SW Standards, Section 201.03. 3.1.4.4. Prepare hydrologic exhibits with time of concentration flow paths, land use, soil type, Rational coefficients, and contours. 3.1.5. Identify feasible stormwater outlets. Analyze tailwater conditions and downstream capacity for up to 2 outlets: (1) storm sewer north of 136th Street between Dayton Dr and Ironwood Dr and (2) existing ditch east of Johnson Dr and downstream of detention pond. 3.1.6. Prepare hydrologic and hydraulic (H&H) model of existing stormwater conveyance system(s) using Autodesk SSA or similar software. 3.1.7. Analyze gutter spread and determine curb inlet spacing for the proposed roundabout based upon the design methods set forth in the Carmel SW Standards, Section 305.05. It is assumed that the total number of curb inlets will be no more than 16 inlets. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 3 of 12 3.1.8. Analyze grading behind the proposed curb and along the proposed multi-use path. Determine locations for yard inlets or other drainage infrastructure outside the pavement. 3.1.9. Prepare H&H model of proposed stormwater conveyance system to determine preliminary roadside ditch and storm sewer layout and pipe sizing based on the 10-year return interval design storm and checked for the 100-year return interval design storm in accordance with the Carmel SW Standards, Section 305.02. 3.1.10. Detention Design 3.1.10.1. Determine appropriate tailwater conditions for the detention outlet. 3.1.10.2. Propose location for detention basin. It is assumed that detention will be provided in a single underground chamber system within the Smoky Row corridor. 3.1.10.3. Determine approximate detention volume required using the Rational Method in accordance with the Carmel SW Standards, Section 302. Perform preliminary design of underground detention facilities including inlet and outlet pipe sizing and detention basin layout. 3.1.11. Analyze and design 2 post-construction best management practices (BMP) per outlet for stormwater quality treatment, for a total of up to 4 BMPs. 3.1.12. Perform review and markups for Stage 2 plan and profile sheets, construction detail sheets, and cross section sheets. 3.1.13. Develop preliminary detention detail sheets and BMP detail sheets. 3.1.14. Prepare preliminary structure data table. 3.1.15. Perform quantity calculations and prepare cost estimate for hydraulic design elements. 3.1.16. Perform quality assurance and quality control review of calculations and applicable plan sheets. 3.2. Preliminary Field Check Plans: 3.2.1. Attend Preliminary Field Check. 3.2.2. Coordinate with the City and other teams, as needed. 3.2.3. Finalize gutter spread and curb inlet spacing for the proposed roundabout. Finalize layout and placement of roadside ditches and other drainage infrastructure along the project corridor. 3.2.4. Update and finalize H&H model of proposed stormwater conveyance system and underground detention facilities to reflect the final layout and pipe sizing. Finalize design of underground detention facilities for each outlet location including inlet and outlet pipe sizing, detention basin layout, backflow prevention, outlet control structure, and emergency overflow structure. 3.2.5. Finalize post-construction BMP design and layout. 3.2.6. Perform review and markups for Stage 3 plan and profile sheets, construction detail sheets, and cross section sheets. 3.2.7. Update and finalize detention detail sheets and BMP detail sheets. 3.2.8. Prepare final structure data table. 3.2.9. Prepare additional calculations and documentation to obtain a Stormwater Management Permit from the City of Carmel. 3.2.10. Perform quantity calculations and prepare cost estimate for hydraulic design elements. 3.2.11. Prepare one Stormwater Drainage Technical Report to include H&H analysis and design of all roadside ditches, storm sewers, detention facilities, and post-construction BMPs. 3.2.12. Perform quality assurance and quality control review of hydraulic calculations, reports, and applicable plan sheets. 3.3. Items Specifically Not Included: 3.3.1. Hydraulic modeling of waterways 3.3.2. Joint probability analysis 3.3.3. Underdrain design 3.3.4. Spill containment evaluation and design 3.3.5. Shop drawing review Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 4 of 12 3.4. Assumptions: The CONSULTANT has made the following assumptions for performing the above services to complete the project development: 3.4.1. Existing pipes, inlets, and manholes within the project area will be replaced by new infrastructure with this project. 3.4.2. Existing drainage patterns will be adjusted. Flow currently flowing off the pavement to the south will be redirected either north to the existing storm sewer or east under the multi- use path to the existing culvert. 3.4.3. No regulated drains will be disturbed by this project. A County Drainage Permit is not required. 3.4.4. Rational Method will be used for detention and conveyance sizing per the Carmel SW Standards, Section 201.03. 3.4.5. Detention will be located below ground and will not require backflow control. 3.4.6. Offsite drainage areas will be bypassed and will not receive quantity or quality treatment. 3.4.7. Where available right-of-way appears insufficient or where other site constraints prevent detention facilities from meeting detention standards, a request for an exemption may be recommended. 3.4.8. More than 0.25 acres will be disturbed with this project; therefore, a SWPPP and post- construction stormwater treatment design are required. 3.4.9. A Stormwater Management Permit is required per the Carmel SW Standards, Section 602.01. 3.4.10. A Stormwater Drainage Technical Report is required per the Carmel SW Standards, Section 102.03. 4. Task 4 – Traffic Engineering and Planning 4.1. Items Specifically Not Included: 4.1.1. Traffic Data Collection 4.1.2. Traffic Forecasts 4.1.3. Traffic Operations Analysis 4.1.4. Traffic Documentation and Report 4.1.5. Traffic Project Management or Meeting Attendance 5. Task 5 – Lighting Design 5.1. Project Understanding: 5.1.1. This assignment includes design services related to the implementation of new intersection lighting related conduit, cabling, and electrical service equipment at the functional limits of the proposed roundabout at the intersection of East Smoky Row and Ironwood Drive in Carmel, Indiana. 5.1.1.1. It is assumed the implementation of new light pole assemblies and foundations will be performed by others and therefore will not be required as part of this project. Therefore, locations of proposed light pole assemblies and foundation locations illustrated in Lochmueller’s lighting design plans will be shown for informational purposes only, will not be quantifiable pay items, and will be shown in locations that exactly match locations specified in the City’s Standard Drawing 10-53. 5.1.1.2. Based upon direction provided by the City that the layout of proposed poles should exactly match locations specified in the City’s Standard Drawing 10- 53, it is assumed that the use of modeling software to verify photometric results, average and avg/min results, or any other metric related to sufficiency of illumination outputs to ensure compliance with IEC Design Guide requirements will not be required as part of this project. Similarly, it is Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 5 of 12 assumed that evaluations related to determining if additional light pole assemblies, beyond those illustrated in the City’s Standard Drawing 10-53, would be necessary based upon proposed geometry of the roundabout, will not be required as part of this project. 5.1.1.3. It is assumed that innerduct design services related to any other upstream/downstream intersections or roadway segments along Smoky Row, Carey Road, or Gray Road will not be required as a part of this project. 5.1.2. This assignment also includes design services related to the implementation of innerduct cable related infrastructure along Smoky Row. 5.1.2.1. It is assumed that innerduct design services related to any other upstream/downstream intersections or roadway segments along Smoky Row, Carey Road, or Gray Road will not be required as part of this project. 5.2. Roundabout Lighting Design: 5.2.1. Coordinate with City staff to verify project goals, equipment preferences, and overall performance requirements for the proposed lighting facilities. 5.2.2. Coordinate with local power company to determine preferred location of proposed power source and service point. 5.2.3. Review existing topography survey base sheets. 5.2.4. Prepare a Pre-Final Plan, Specifications, and Estimates (PS&E) lighting and innerduct design submittal that reflects the installation of new lighting infrastructure within the project limits listed in Tasks 1.1 and 1.2, and then submit to the City for review and comment. The Pre-Final PS&E lighting and innerduct design submittal would include the following items and/or tasks: 5.2.4.1. Lighting Index and General Note Sheet 5.2.4.2. General plan sheet related elements including plan views; location of existing utilities and all other above ground appurtenances; Right-of-Way information; proposed conduit/wire type and locations; and all proposed lighting elements. 5.2.4.3. Perform initial project site visit to verify conceptual placements of proposed equipment. 5.2.4.4. Revise the preliminary conceptual layout plans based on initial site visit and field conditions. 5.2.4.5. Implementation of new conduit, cable duct, innderduct, and handholes. 5.2.4.5.1. The Pre-Final PS&E lighting and innerduct design submittal will assume the use of City approved decorative light pole assemblies, luminaire fixtures, pole foundations, structure designs, and innerduct equipment installation methodologies for all new infrastructure elements. It is also assumed that additional structural design, geotechnical analysis, or subsurface investigations will not be required. 5.2.4.6. Completion of wire size and breaker size calculations to each circuit. 5.2.4.7. Voltage drop calculations. 5.2.4.8. Quantity calculations for each pay item. 5.2.4.9. Prepare Pre-Final specifications, unique special provisions, and cost estimates relative to the proposed lighting and innerduct improvements. 5.2.5. Revise the Pre-Final PS&E lighting and innerduct design submittal per comments received from the City, and/or changes recommended based final site visit, and develop construction plans as part of the Final PS&E design submittal. 5.2.6. Provide responses to requests for information regarding the lighting and innerduct design from potential Contractors during the bidding and construction phase of the project. 5.2.7. Review equipment information sheets, shop drawings, and related information submitted by the Contractor to confirm concurrence with the design intent and applicable standards. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 6 of 12 6. Task 6 - Permitting 6.1. The CONSULTANT will complete the following supporting tasks for management of the permitting task. Project management activities are anticipated to extend for a period of 12 months (April 2025 to April 2026). 6.1.1. Project Organization/Coordination – Effort under this task over the anticipated 12-month course of the project will involve file management, review of project budget and schedule, and coordination. This task also includes assistance with the preparation of progress reports on a monthly basis. This is anticipated to average approximately one (1) hour per month. 6.1.2. Meetings (2x) – Effort under this task provides for attendance by up to two members of the CONSULTANT at up to two (2) meetings assumed to be a project kick off meeting held virtually (via Teams or another online platform), and an additional virtual design coordination meeting (via Teams or another online platform). Additional meeting participation may require an amendment to this contract. 6.2. Ecological Surveys - This task includes the following work activities: 6.2.1. Field Delineation / Determination – The CONSULTANT shall complete a field investigation of the proposed area to delineate wetlands and determine jurisdiction of wetlands, waters, and other aquatic resources that are regulated by the USACE and/or Indiana Department of Environmental Management (IDEM). This task includes preparation and mobilization for field investigation. Field work is expected to be completed in one 10-hour day with two hours planned per person for mobilization. 6.2.2. Wetland Delineation / Waters of the U.S. Report – The CONSULTANT shall prepare a Wetland Delineation / Waters Report to determine the presence of wetlands and other aquatic resources that are regulated by the USACE and/or IDEM. The Wetland Delineation / Waters of the U.S. Report will include the location of wetlands or waterways and coordination with the design engineers regarding avoidance alternatives for the proposed project. The estimated effort assumes that up to one (1) stream and one (1) wetland will be identified. Stream and wetland resources beyond this amount may require additional services. The Report will be prepared in accordance with the U.S. Army Corps of Engineers (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 Wetland Delineation / Waters of the U.S. Report will be coordinated through the USACE during the permitting process. This scope includes one revision to the Wetland Delineation/Waters of the U.S. Report based on USACE comments. 6.3. Waterway Permits - The CONSULTANT shall prepare applications for the IDEM Construction Stormwater General Permit (CSGP) and the City of Carmel Stormwater Management Permit for this project in accordance with current guidelines. The tasks to be performed shall include the following: 6.3.1. IDEM CSGP - This task includes the completion of the IDEM CSGP required for all projects that impact more than 1 acre of land in accordance with the most current INDOT Ecology, Waterway Permitting, & Stormwater Office (EWPSO) and IDEM guidelines. The CONSULTANT shall complete the Storm Water Pollution Prevention Plan (SWPPP) and will include marking up the plan set provided by the designer (Lochmueller) with appropriate erosion and sediment control measures for incorporation into the overall design plans along with the completion of the project NOI (Notice of Intent). This task “Does Not” include any CAD design work for the incorporation of the erosion and sediment control measures in the plan set as this is included under the design task for the project. Additionally, this task doesn’t include any storm water inspections, or the completion of the Notice of Termination (NoT) required to terminate the storm water inspections. 6.3.2. City of Carmel Stormwater Management Permit – This includes gathering all necessary landowner information, survey information, design information, and packaging the information into a permit application for the City of Carmel to approve. This task does not Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 7 of 12 include any hydraulic analysis or attending any meetings with the Board of Public Works. If hydraulic analysis or attendance at any board meetings is required, a supplement will be required to cover the additional cost of attending the meeting. 6.4. Items Specifically Not Included: 6.4.1. Environmental Documentation (Categorical Exclusion, Environmental Assessment, Environmental Impact Statement) 6.4.2. Section 106 documentation 6.4.3. Archaeological Investigations 6.4.4. Endangered Species Coordination (Section 7) 6.4.5. Red Flag Investigations 6.4.6. Phase I or II Environmental Site Assessments 6.4.7. Public Involvement 6.4.8. Section 401 Water Quality Certification 6.4.9. Section 404 Permit 6.4.10. IDNR Construction in a Floodway Permit 6.4.11. Mitigation and monitoring activities 7. Task 7 – Right-of-Way Engineering 7.1. The CONSULTANT shall prepare final right-of-way plans, title research, legal descriptions, route survey plats or right-of-way parcel plats, and other materials to be used in the acquisition of right-of-way. The CONSULTANT shall provide the following services for up to five (5) parcels: 7.1.1. Title Research: Prepare a documented title search covering an interval of time including one valid transfer of fee title beyond a twenty-year period from the date of the search. The title search shall include all liens (taxes, mortgages, easements, recorded judgments, etc.) and any encumbrances against the property found to be of record. 7.1.2. Right-of-Way Engineering: Prepare a legal description, right-of-way parcel plat and other materials to be used in the acquisition of right-of-way in accordance with the Right-of- Way Engineering Procedure Manual and in accordance with Indiana Administrative Code 865 IAC 1-12, ("Rule 12"). 7.1.3. Right-of-Way Staking: Set stakes at right-of-way break points, and at intermediate points as necessary, to allow visual inspection of the right-of-way line, if necessary, to delineate the location of the proposed permanent and temporary right-of-way line(s) for the benefit of the property owner, the appraiser, and the buying agent. 7.1.4. Right-of-Way Revisions: Will make modifications to legal descriptions, right-of-way parcel plat and other material to be used in the acquisition of right-of-way. 8. Task 8 – Topographic Survey 8.1. Field survey data shall be in conformance with the requirements of Title 865 IAC 1-12 et sequential. 8.2. Provide full topographic route survey along a section of Smoky Row in Hamilton Co., Indiana. Survey limits are generally described as follows: 8.3. The limits of the area for the RAB topographic route survey start approximately 275 feet west of the intersection of Smoky Row with Ironwood Dr. and extend eastward approximately 600 feet along both sides of Smoky Row to a point approximately 325 feet east of the intersection of Smoky Row with Ironwood Dr., extending outward from the roadway centerline a varying width of 45 – 125 feet on both sides of Smoky Row (including extending north and south along Ironwood Dr. 125 feet in each direction) to correctly model existing drainage patterns as shown on Attachment “1.0” (Survey Limits). 8.4. Trail on the north side of Smoky Row starting approximately 50 feet west of the intersection of Smoky Row with Hawthrone Dr. and continuing eastward approximately 2,425 feet along the north side of Smoky Row to a point approximately 400 feet east of the intersection of Smoky Row with Johnson Dr., extending outward from the northern edge of pavement of Smoky Row a varying distance of 35 – 45 feet to correctly model existing drainage patterns as shown on Attachment “1.0” (Survey Limits). Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 8 of 12 8.5. Hydraulic Survey – Consisting of locating and detailing various existing storm water drainage structures as well as two ditch cross sections as shown on Attachment “1.1” (Survey Limits). 8.6. The topographic survey data will be combined into an electronic 3D CAD drawing with a contoured surface model with one-foot contours, associated break-lines, and topographic features. 8.7. As a minimum, the topographic survey shall include the location and elevation of all visible features, including but not limited to building corners and overhangs, paved and gravel surfaces, guardrail, posts, fences, gates, driveways, field entrances, sidewalk surfaces, individual trees (except limits only of heavily wooded areas), shrubs, landscaping areas, signs, poles, posts, manholes, risers, valves, meters, pits, etc. 8.8. Research affected property owners, obtain mailing addresses, and send survey notices to all. 8.9. Using Deed research, road plans, right-of-way plans and field evidence, re-establish right-of- way, block, lot, and apparent property lines within project area. 8.10. Prepare a Location Control Route Survey Plat. This plat would be used for any additional right- of-way needs. 8.11. Locate utilities within the project area using observed evidence along with the “Indiana 811” service. Locate underground utilities as marked by Indiana Underground Plant Protection Service and/or by available utility maps. 8.12. Establish a horizontal datum of INGCS Hamilton County coordinate system by using terrestrial traverse observations and GPS static observations incorporating the “INCORS” network. 8.13. Establish a vertical datum of NAVD88 by using GPS static observations and a bench level circuit. 8.14. Set horizontal control points and vertical benchmarks with references. 8.15. Provide utility contact list. 8.16. Provide an electronic CAD drawing containing one-foot contours, topographic survey linework and surface model. CAD file shall be AutoCAD, Civil 3D format (LCRS Plat) and Open Road Designer format for Design purposes. 8.17. Provide Survey field book in PDF format. Figure 1: Topographic Survey & Project Limits Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 9 of 12 9. Task 9 – Utility Coordination 9.1. The CONSULTANT shall have an INDOT certified Utility Coordinator perform utility coordination services in accordance with 105 IAC 13, IDM Chapter 104, INDOT Accommodation Policy, and FHWA Program Guide: Utility Relocation and Accommodation on Federal Aid highway Projects. Utility coordination is included for coordination with up to eight public utilities. Specific tasks for this utility coordination include the following: 9.1.1. The CONSULTANT shall fulfil the requirements of IAC 13-3-1, including the identification and documentation of utility stakeholders within the Project Limits; and prepare and distribute all required utility correspondence. 9.1.2. The CONSULTANT shall prepare and send a letter to each affected utility requesting verification of the information shown in the project plans. 9.1.3. The CONSULTANT shall prepare and send each utility a set of preliminary plans and request that the utility identify conflicts with their facilities. Perform conflict analysis and consider design alternatives to avoid or minimize impacts to utility facilities. Develop utility conflict matrix. 9.1.4. The CONSULTANT shall recommend work plans for approval including narrative portion and relocation drawing. 9.1.5. The CONSULTANT shall present all project reports necessary for project delivery such as status reports and risk reports. 9.1.6. The CONSULTANT shall lead or facilitate any meetings involving utility-specific activities such as kick-off meetings, conflict resolution meetings and reimbursement eligibility meetings. 9.1.7. The CONSULTANT shall develop a Utility Master Relocation Plan and prepare a Utility Relocation Schedule if relocations are required. 9.1.8. The CONSULTANT shall prepare and sign utility special provisions, utility certification, and all other required contract letting documents. 9.1.9. The CONSULTANT shall conduct post letting coordination services to include tracking utility relocations, answering utility related questions, and in person or virtual attendance at construction progress meetings. 9.1.10. The CONSULTANT shall act as a liaison between utility companies and INDOT, answering questions, interpreting plans, coordinating activities, and other actions as needed. 9.1.11. No railroad coordination is anticipated for this project and not included in the scope of services. 10. Task 10 – Landscape Design 10.1. Preliminary Plans 10.1.1. Internal Project Management and Coordination 10.1.1.1. Internal Project Management/Coordination – coordinate with roadway team. 10.1.1.2. Project Initiation Meeting – attend one (1) meeting virtually. 10.1.1.3. Progress Meetings – coordinate with the City to review progress with two (2) virtual meetings. 10.1.2. Existing Conditions and Site Base Preparation 10.1.2.1. Review Existing Drawings and Site Conditions – coordinate with the roadway team on the roundabout design, documentation, and status. 10.1.2.2. Ordinance Review, Research, Data Collection – review the City ordinances, standards, and local precedents. 10.1.3. Concept Development 10.1.3.1. Hardscape Materials Research and Examples– research and determine the design materials for the roundabout features, and site amenities for site based on preferred precents and City direction. 10.1.3.2. Roundabout Concept Plans – prepare one (1) color rendered concept plans for the internal roundabout features. 10.1.3.3. Roundabout Concept Renderings – prepare one (1) color rendered renderings for the internal roundabout features. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 10 of 12 10.1.3.4. Preferred Roundabout Concept Plan in AutoCAD – prepare CAD layout of design features and conceptual landscape plans. 10.1.3.5. QC and Revisions – review of drawings for quality and accuracy. 10.1.3.6. Cost Estimate Draft – prepare a draft cost estimate for hardscape features and landscape plantings. 10.1.3.7. Presentation Preparation – assemble presentation materials into a PowerPoint presentation for the City review meeting to discuss design direction. 10.1.3.8. Design Review Meeting – present the conceptual designs, renderings, and hardscape/landscape material palettes to the City for review at one (1) virtual meeting. 10.1.3.9. Revisions – revise the design and renderings per City feedback from Design Review Meeting. 10.2. Final Plans 10.2.1. Revisions - revise the design and renderings per City feedback and Design Review. 10.2.2. Final Plan Sheets 10.2.2.1. Landscape Plan for RAB and corridor 10.2.2.2. Landscape Detail Sheets and Plant Lists 10.2.2.3. Hardscape Plan for RAB 10.2.2.4. Hardscape Details for RAB 10.2.3. Final Technical specifications – provide revised technical specifications for letting. 10.3. Letting Documents 10.3.1. Bidding Documents – Prepare bidding documents. 10.3.2. Letting Questions – Answer RFI and questions. 10.3.3. Pre-Construction Meeting – Attend one (1) meeting virtually. 10.4. Construction Phase Services 10.4.1. Contractor RFI – answer contractor questions and respond to RFI during construction. 10.4.2. Punch List Coordination - coordinate with City and CI team to verify completion of punch list through photos and (1) virtual meeting. 10.4.3. Project Close Out – coordinate with CI team to close out project. 11. Task 11 – Construction Phase Services 11.1. Construction Phase Services will be provided to assist the City of Carmel in the interpretation of the plans where disagreements may arise and for consultation during construction in the event unforeseen or unusual conditions arise. Attend Preconstruction conference. Up to five (5) Shop Drawing reviews during construction will be provided. Up to five (5) responses to construction requests for information (RFI’s) will be provided. 12. Task 12 – Construction Inspection Services 12.1. Personnel 12.1.1. For the fulfillment of all services outlined in section 12.2 below of this Appendix "A", the CONSULTANT will provide project engineers / project supervisors (PE/S) as well as any necessary support staff as needed for a period of time necessary to supplement City construction administration and inspection personnel and if deemed necessary by the City to work on the final construction records. 12.1.2. The consultant personnel performing inspection services must be certified through INDOT’s Certified Technician Training Program unless an approved non-certified inspector under the direct supervision of the CONSULTANT supervisor. In addition, all personnel performing sampling and testing required by the "Manual for Frequency of Sampling and Testing" are required to be Qualified Technicians in accordance with the Qualified Laboratory and Technician Program. If the construction administration and/or inspection services provided by the CONSULTANT shall, in the opinion of the City, be inadequate, the City shall have the right to supplement the construction administration and/or inspection force. The City, at any time, may remove, with or without cause, any of the CONSULTANT's employees from the work covered by this Contract. The City shall not be liable for any loss, damage, or injury of whatever kind resulting from such removal. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 11 of 12 12.1.3. The CONSULTANT's personnel shall take directions from and report to City of Carmel Engineer or PE/S on all matters concerning contract compliance and administration, including work hours. 12.1.4. Nothing in this Contract shall be deemed to require the CONSULTANT to perform any act that would constitute design services or the practice of architecture, professional engineering, certified public accounting or law. The recommendations, advice, budgetary information and schedules to be furnished by the CONSULTANT under this contract are solely for the use of the City and shall not be deemed to be representations, warranties or guarantees. It is expressly understood that the CONSULTANT is not guarantor or insurer of the adequacy of any plans and specifications or of any work that is to be performed or managed by others. 12.2. Services Provided: 12.2.1. Perform all appropriate inspection duties, functions, and tasks that pertain to the CONSULTANT’s Project Engineers/ Project Supervisors (PS/E) and staff as directed by City or PE/S and described in the "General Instructions to Field Employees" (including revisions thereto), construction memorandums as published by INDOT, and as otherwise directed by the City personnel. Hours and staffing will be controlled by the City. 12.2.2. Equipment: Furnish all construction field testing equipment necessary to sample and test materials in accordance with INDOT and City of Carmel procedures as specified in the "General Instructions to Field Employees” (including revisions thereto), construction memorandums as published by INDOT, the “Manual for Frequency of Sampling and Testing,” and in accordance with current accepted practices. The City at its own discretion may provide testing equipment for use by the CONSULTANT. All testing equipment used is required to be properly calibrated in accordance with the applicable test methods. 12.2.3. Samples: Obtain all job samples of materials (as required by the "General Instructions to Field Employees”) delivered to the site. Such samples shall be delivered to the appropriate laboratory office as directed by the City, if required. All sampling is required to be performed by individuals who have been qualified in the applicable test method in accordance with the Qualified Laboratory and Technician Program 12.2.4. Shop Drawings 12.2.4.1. Receive and act upon shop drawings and falsework drawings in accordance with the "General Instructions to Field Employees” (including revisions thereto) and construction memorandums as published by INDOT and the City Standards. Maintain a transmittal log of this correspondence. 12.2.4.2. Upon receipt of approved shop and falsework drawings, specifications and other submissions, record receipt of this data, maintain a file of all drawings and submissions, and check construction for compliance in accordance with the contract documents. 12.2.4.3. Alert the contractor's field superintendent when it is observed that materials or equipment are being or about to be used or installed before the approval of shop drawings or samples, where such are required. 12.2.5. Review of Work, Inspection and Tests 12.2.5.1. Conduct on-site inspections of the work in progress as a basis for determining that the work is proceeding in accordance with the contract documents. 12.2.5.2. Verify that all materials have been tested in the manner and extent prescribed by the latest edition of the Indiana Department of Transportation's "Manual for Frequency of Sampling and Testing" and in accordance with current accepted practices. All individuals performing tests are required to be qualified in the applicable test method in accordance with the Qualified Laboratory and Technician Program. 12.2.5.3. Accompany visiting inspectors, representing the City or federal agencies having jurisdiction over the work, and report details of such inspection to the City. 12.2.5.4. Perform other duties as necessary and as directed by the City and mutually agreed to by the CONSULTANT and the City. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 12 of 12 12.2.6. Modifications: Consider and evaluate the contractor's suggestions for modifications in drawings and/or specifications and report them with recommendations to the City. 12.2.7. Records: Prepare and maintain or assist the PE/S in the preparation of, at the job site, the following: 12.2.7.1. All necessary construction forms and reports, as listed in section 40 of the “General Instructions to Field Employees.” 12.2.7.2. Orderly files of correspondence, reports of job conferences, shop drawings and other submissions, reproductions of original contract documents, including all addenda, change orders and additional drawings after the award of the contract, progress reports and other project related documents. 12.2.7.3. A diary or logbook, recording hours on the job site, weather conditions, list of visiting officials, decisions, general observations, and specific observations regarding test procedures. 12.2.7.4. A record of names, addresses and telephone numbers of all subcontractors and major material suppliers. 12.2.7.5. A set of drawings on which authorized changes are noted, and delivered to the City upon request, but in any event at the completion of the project. 12.2.7.6. The final construction record and final estimate as deemed necessary by the City or the Engineer of Record. 12.2.8. Work Schedule and Suspension: The CONSULTANT's crew shall regulate its work week to conform to the contractor's hours in accordance with the directions of the City of Carmel Engineer and City Ordinances. If work on the construction project is suspended or if the consultant services are no longer required to supplement City personnel and all matters concerning contract compliance and administration are current, the services of the CONSULTANT may also be suspended for a reasonable amount of time without cost to the project. 12.2.9. Progress Estimates: Prepare or assist the PE/S in the preparation of progress estimates for periodic partial payments to the contractor as required by the specifications and "General Instructions to Field Employees" and deliver to the City for review and processing. The payments to the contractor are to be based on estimates of the value of work performed and materials complete in place in accordance with the contract. 12.2.10. Project Responsibility: The CONSULTANT will be responsible for attendance at meetings and conferences as deemed necessary by the City of Carmel Engineer, the documentation of pay quantities and estimates, and the maintenance of appropriate records related to the construction of the work as stated in the specifications, special provisions, plans, "General Instructions to Field Employees” (including revisions thereto), construction memorandums as published by INDOT, and the “Final Construction Record Guide.” Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 1 of 1 APPENDIX "B" INFORMATION AND SERVICES TO BE FURNISHED BY CITY OF CARMEL The City of Carmel (LPA) shall do the following in a timely manner so as not to delay the services of the CONSULTANT: 1. Designate in writing a person to act as LPA's representative with respect to the services to be rendered under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define LPA's policies and decisions with respect to the CONSULTANT's services for the Project. 2. Designate an employee as the Employee in Charge responsible to coordinate activities between the CONSULTANT and the LPA and INDOT. 3. Provide all criteria and full information as to LPA's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. 4. Furnish all specifications and standard drawings applicable to the project and all criteria for design and details including, but not limited to, signage, highways, structures, grades, curves, sight distances, clear zones, clearances and design loadings. 5. Assist the CONSULTANT by placing at CONSULTANT's disposal all available information pertinent to the Project including, but not limited to, the following: 5.1 Previous reports and any other data relative to design or construction of the project. 5.2 Available data from the transportation planning process. 5.3 Utility plans available to the LPA. 5.4 As-built and other record plans for the project area. 6. Furnish to CONSULTANT, as required for performance of CONSULTANT's Basic Services (except to the extent provided otherwise in Appendix "A") the following: 6.1 Data prepared by or services of others and appropriate professional interpretations of such. 6.2 All written views pertinent to the location and environmental studies that are received by the LPA. 6.3 Existing ambient air quality data available from State and Local Air Pollution Control Agency. 6.4 Existing water quality data. 6.5 Ambient noise measurements and computer noise analyses if deemed necessary. 6.6 Traffic volumes, traffic assignments and projections, except as noted in Appendix “A”. 7. Arrange for access to and make all provisions for CONSULTANT and Subcontractors to enter upon public and private property as required to perform services under this Agreement. 8. Furnish approvals and necessary permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. Permit fees shall be paid by LPA at time of submission of said applications. 9. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by CONSULTANT, obtain advice of attorney, insurance counselor and other consultants as LPA deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of CONSULTANT. 10. Furnish all legal services as may be required for the development of the project. 11. Provide written approval of completed work phases as described in Appendix "A" of this Agreement. Accomplish reviews and provide written approvals in a timely manner. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 1 of 1 APPENDIX "C" SCHEDULE No work under this Contract shall be performed by the CONSULTANT until the CONSULTANT receives a written notice to proceed from the LPA. All work by the CONSULTANT under this Contract shall be completed and delivered to the LPA for review and approval within the approximate time periods shown in the following submission schedule: 1. Topographic Survey no later than 45 Days after receipt of Notice to Proceed. 2. Preliminary Plans Submittal 60 days after receipt of the Topographic Survey. 3. Preliminary Field Check Plans Submittal 120 days after the receipt of review comments from the City of the Preliminary Plans. 4. Final Plans Submittal 30 days after the receipt of review comments from the City of the Preliminary Field Check Plans. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Smoky Row & Ironwood Dr. Roundabout Page 1 of 1 APPENDIX "D" 1. AMOUNT OF PAYMENT 1.1 The CONSULTANT shall receive compensation for providing such professional services under Appendix “A” of this Agreement in the amount of a total fee not-to-exceed Eight Hundred Seventy-Three Thousand Eight Hundred Dollars ($873,800.00), unless an amendment to this Agreement is executed by the parties that increases the maximum amount payable. 1.2 The CONSULTANT shall be paid for the work performed under Section 1.0, 2.0, 3.0, 4.0, 5.0, 7.0, 8.0, 9.0, 10.0, 11.0 of Appendix “A” of this Agreement on a lump sum basis, 1.2.1 Task 1 – Project Management ............................................................... $41,900.00 1.2.2 Task 2 – Roadway Design and Plan Development ............................. $262,200.00 1.2.3 Task 3 – Hydraulic Design ................................................................... $114,900.00 1.2.4 Task 4 – Traffic Engineering and Planning ..................................................... $0.00 1.2.5 Task 5 – Lighting Design ....................................................................... $16,300.00 1.2.6 Task 6 – Permitting ................................................................................ $31,000.00 1.2.7 Task 7 – Right-of-Way Engineering ....................................................... $28,500.00 1.2.8 Task 8 – Topographic Survey ................................................................ $55,100.00 1.2.9 Task 9 – Utility Coordination .................................................................. $26,800.00 1.2.10 Task 10 – Landscape Design ................................................................ $23,900.00 1.2.11 Task 11 – Construction Phase Services ................................................ $21,100.00 1.3 The CONSULTANT shall be paid for the work performed under Section 12.0 of Appendix “A” of this Agreement on an hourly basis, 1.3.1 Task 12 – Construction Inspection Services ........................................ $252,000.00 1.4 The CONSULTANT shall not be paid for any service performed by the LPA or services not required to develop this project. Costs for routine photocopy and paper reproduction, cellular phone costs, pager costs per diem, mileage and computer time costs will not be paid as a reimbursable but is to be included in the above fees and overhead costs. 2. METHOD OF PAYMENT 2.1 The CONSULTANT shall submit invoices to the LPA on a monthly basis for services rendered. In no event shall the total of the CONSULTANT’s invoices exceed the amount provided in this Appendix “D” without prior approval as provided elsewhere in this Agreement. 2.2 The LPA shall pay the CONSULTANT for said invoices within thirty (30) calendar days for CONSULTANT’s services. Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochmueller Project No:125-1003 Client Project No.: FEE TYPE FIRM PROPOSED FEE Lump Sum Lochmueller $41,900.00 Lump Sum Lochmueller $262,200.00 Lump Sum Lochmueller $114,900.00 Lump Sum Lochmueller $0.00 Lump Sum Lochmueller $16,300.00 Lump Sum Lochmueller $31,000.00 Lump Sum Lochmueller $28,500.00 Lump Sum Lochmueller $55,100.00 Lump Sum Lochmueller $26,800.00 Lump Sum Lochmueller $23,900.00 Lump Sum Lochmueller $21,200.00 Hourly Not To Exceed Lochmueller $252,000.00 $873,800.00 Task 9 - Utility Coordination Task 10 - Landscape Design Task 11 - Construction Phase Services Task 12 - Construction Inspection Services Total Not To Exceed Fee Task 8 - Topographic Survey Fee Summary March 28, 2025 ITEM Task 1 - Project Management Task 2 - Roadway Design and Plan Development Task 3 - Hydraulic Design Task 4 - Traffic Engineering and Planning Task 5 - Lighting Design Task 6 - Permitting Task 7 - Right-of-Way Engineering 1 of 37 Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK LABOR Kick-Off Meeting 2025 2 2 2 2 8 $1,698.00 Progress Meetings (Monthly for 9 months)2025 9 15 9 33 $6,549.00 Progress Meetings (Monthly for 6 months)2026 6 10 6 22 $4,536.27 Stakeholder Meetings (3 max)2025 2 3 3 3 11 $2,232.00 Progress Reports 2025 5 5 10 $1,990.00 Progress Reports 2026 5 5 10 $2,067.61 Project Coordination 2025 18 8 30 56 $12,506.00 Project Coordination 2026 12 12 20 44 $10,269.48 Total Hours ECI 49 0 35 0 90 20 0 0 194 $41,848.36 Hourly Rate (2025)$315.00 $255.00 $232.00 $202.00 $166.00 $136.00 $117.00 $152.00 Hourly Rate (2026)3.9%$327.29 $264.95 $241.05 $209.88 $172.47 $141.30 $121.56 $157.93 Hourly Rate (2027)3.9%$340.05 $275.28 $250.45 $218.06 $179.20 $146.81 $126.30 $164.09 Hourly Rate (2028)3.9%$353.31 $286.01 $260.22 $226.57 $186.19 $152.54 $131.23 $170.49 $41,848.36 DIRECT EXPENSES No.Unit No.Unit Rate $0.00 TOTAL FEE:$41,900.00 Task 1 - Project Management STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Senior Engineer II Project Engineer IV Project Engineer III Project Engineer II Engineering Intern III Engineering Intern I Total Labor Cost Total Direct Expense Cost Engineering Designer II X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK LABOR Preliminary Plans Site Vistit (Confirm Survey Data, Design Criteria and Pvmt. Dsn.)2025 4 4 4 12 $2,468.00 Process Survey and Project Sheet Set-up 2025 8 8 20 36 $5,456.00 Horizontal Alignment Design of Roundabout (2 interations max)2025 2 10 24 8 44 $6,770.00 Vertical Profile Design of Roundabout (2 iterations max)2025 2 16 24 8 50 $7,766.00 Horizontal Alignment Design of Sidewalk/Trail (1 iteration max.)2025 4 6 6 16 $2,392.00 Vertical Profile Design of Sidewalk/Trail (1 iteration max.)2025 4 6 6 16 $2,392.00 Cooridor Modeling/Assembly Design 2025 8 40 12 60 $8,592.00 Title Sheet & Index Sheet 2025 1 1 $152.00 Preliminary Geometric Ties/Ref Pts/Bench Marks 2025 2 8 8 18 $2,636.00 Preliminary Typical Cross Sections 2025 4 8 4 16 $2,360.00 Preliminary Maintenance of Traffic 2025 2 8 12 22 $3,244.00 Preliminary Plat No 1 2025 1 2 2 5 $742.00 Preliminary Plan and Profile Sheets 2025 2 12 24 24 62 $9,534.00 Prelminary Construction Detail Sheets 2025 8 16 24 48 $7,152.00 Preliminary Roundabout Details 2025 4 12 12 28 $4,120.00 Prteliminary ADA Curb Ramp Design (16 Ramps and 4 Splitter Island Crossings)2025 20 30 20 70 $10,440.00 Preliminary Temporary Erosion Control Plan & Tables 2025 8 16 16 40 $5,936.00 Preliminary Signing and Pavement Markings 2025 4 12 12 28 $4,120.00 Preliminary Tables 2025 2 8 12 22 $3,244.00 Design of Const Limits and Preliminary R/W 2025 8 12 4 24 $3,568.00 Design Calculation Documentation 2025 2 12 20 34 $5,342.00 Level 1 Roundabout Design Checklist 2025 1 2 2 5 $919.00 Preliminary Cross Sections 2025 2 8 8 18 $2,636.00 QC/QA 2025 12 24 36 $9,900.00 Preliminary Quantities/Cost Est 2025 8 12 20 $2,960.00 SUBTOTAL: Preliminary Plans 25 24 0 0 153 310 0 219 731 $114,841.00 Engineering Intern I Engineering Designer II Task 2 - Roadway Design and Plan Development STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager II Senior Engineer II Project Engineer IV Project Engineer III Project Engineer II Engineering Intern III X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Engineering Intern I Engineering Designer II Task 2 - Roadway Design and Plan Development STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager II Senior Engineer II Project Engineer IV Project Engineer III Project Engineer II Engineering Intern III Prelminary Field Check Plans Revise Plans per Preliminary Plan Review 2025 8 16 24 24 72 $12,088.00 Finalize Title Sheet & Index Sheets 2025 2 2 4 $576.00 Finalize Geometric Tie-In Sheet 2025 1 1 2 $288.00 Finalize Typical Cross Sections 2025 2 4 8 14 $2,092.00 Finalize Maintenance of Traffic 2025 8 10 10 28 $4,208.00 Finalize Plat No. 1 2025 1 1 4 6 $910.00 Finalize Plan and Profile Sheets 2025 12 16 16 44 $6,600.00 Finalize Construction Detail Sheets 2025 12 16 20 48 $7,208.00 Finalize Roundabout Details 2025 12 12 20 44 $6,664.00 Finalize Roundabout Spot Elevation Details 2025 8 16 10 34 $5,024.00 Finalize ADA Curb Ramp Design (16 Ramps and 4 Splitter Island Crossings)2025 20 24 8 52 $7,800.00 Finalize Temporary Erosion Control Plan & Tables 2025 12 16 20 48 $7,208.00 Finalize Sign and Pavement Markings 2025 8 8 16 32 $4,848.00 Finalize Sign and Pavement Markings Tables 2025 1 2 2 5 $742.00 Finalize Underdrain Table 2025 1 12 4 17 $2,406.00 Finalize Approach Table 2025 1 4 4 9 $1,318.00 Finalize Structure Data Table 2025 2 2 4 $576.00 Finalize Cross Sections 2025 4 4 8 16 $2,424.00 Coordination with Hydraulics 2025 8 4 2 14 $2,176.00 Coordination with Environmental for Permitting 2025 8 4 2 14 $2,176.00 Constructability Review and Revisions 2025 12 24 4 16 16 72 $15,172.00 Finalize Level 1 Roundabout Design Checklist 2025 2 4 6 $876.00 Design Computations 2025 4 16 20 $2,840.00 Updated Quantities 2025 4 8 12 $1,752.00 Updated Constr. Cost Est.2025 1 2 3 $438.00 Technical Specifications 2025 8 12 8 28 $5,600.00 Prepare Contract Book 2025 4 8 12 $2,588.00 QA/QC 2025 12 20 32 $8,880.00 SUBTOTAL: Prelminary Field Check Plans 44 44 0 0 169 236 0 199 692 $115,478.00 X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Engineering Intern I Engineering Designer II Task 2 - Roadway Design and Plan Development STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager II Senior Engineer II Project Engineer IV Project Engineer III Project Engineer II Engineering Intern III Final Plans Revise Plans per Stage 3 Review 2026 4 10 16 24 54 $9,085.02 Final Constr. Cost Est. & Final Est. of Quant.2026 2 2 8 2 14 $2,445.81 QA/QC 2026 8 8 8 24 $6,117.63 Contract Book Review 2026 8 8 16 $4,737.84 Final Technical Specifications for Bidding 2026 4 2 8 14 $3,218.82 Contractor Questions 2026 4 8 16 28 $6,188.28 SUBTOTAL: Final Plans 30 26 0 0 44 24 0 26 150 $31,793.40 Total Hours ECI 99 94 0 0 366 570 0 444 1,573 $262,112.40 Hourly Rate (2025)$315.00 $255.00 $232.00 $202.00 $166.00 $136.00 $117.00 $152.00 Hourly Rate (2026)3.9%$327.29 $264.95 $241.05 $209.88 $172.47 $141.30 $121.56 $157.93 Hourly Rate (2027)3.9%$340.05 $275.28 $250.45 $218.06 $179.20 $146.81 $126.30 $164.09 Hourly Rate (2028)3.9%$353.31 $286.01 $260.22 $226.57 $186.19 $152.54 $131.23 $170.49 $262,112.40 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)3 Trips x 20 Mi./Trip x $0.67 $40.20 Mileage (On-Site Miles)Trips x Mi./Trip x $0.00 $40.20 TOTAL FEE:$262,200.00 Total Direct Expense Cost Total Labor Cost X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row and Ironwood Dr. RAB Client:Carmel Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Preliminary Field Check Plans Existing Data Gathering and Review 2025 2 8 10 $1,746.00 Coordination with City + Design Teams 2025 8 8 16 8 40 $7,744.00 Delineate Drainage Areas 2025 4 16 20 $3,492.00 Hydrologic Calculations 2025 4 8 8 20 $3,340.00 Release Rates 2025 2 2 4 $816.00 Hydrologic Exhibits 2025 2 2 8 4 16 $2,724.00 Tailwater Analysis (2 outlets)2025 4 16 20 $3,492.00 Exist. Hydraulic Analysis 2025 2 8 10 $1,746.00 Prelim. Gutter Spread Analysis and Inlet Spacing Design 2025 4 16 20 $3,188.00 Prelim. Drainage Outside Pavement 2025 2 8 10 $1,746.00 Prelim. Hydraulic Analysis and Design 2025 4 16 20 $3,492.00 Detention Analysis and Design 2025 8 10 20 38 $6,294.00 Prelim. BMP Analysis and Design 2025 8 10 22 40 $6,566.00 Plan Sheet Review and Markups 2025 6 6 16 28 $4,624.00 Prelim. Detention & BMP Details 2025 6 6 16 24 52 $9,544.00 Prelim. Structure Data Table 2025 2 6 2 10 $1,732.00 Prelim. Quantity Calcs and Cost Est. for Hydraulic Elements 2025 2 4 6 $1,050.00 QA/QC 2025 12 8 14 2 36 $7,832.00 SUBTOTAL: Preliminary Field Check Plans 20 78 146 124 32 0 0 0 400 $71,168.00 Task 3 - Hydraulic Design STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager I Senior Engineer I Project Engineer I Engineering Designer IV Engineering Intern III X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row and Ironwood Dr. RAB Client:Carmel Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Preliminary Field Check Plans Task 3 - Hydraulic Design STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager I Senior Engineer I Project Engineer I Engineering Designer IV Engineering Intern III Final Plans Preliminary Field Check 2025 4 4 8 $1,696.00 Coordination with City Stormwater + Design Teams 2025 4 4 4 8 20 $3,796.00 Final Gutter Spread Analysis and Inlet Spacing Design 2025 2 8 10 $1,594.00 Final Hydraulic Analysis and Design 2025 8 10 20 38 $6,294.00 Final BMP Analysis and Design 2025 4 8 12 24 $3,884.00 Plan Sheet Review and Markups 2025 4 6 20 30 $4,662.00 Final Detention & BMP Details 2025 4 4 10 12 30 $5,452.00 Final Structure Data Table 2025 2 4 2 8 $1,460.00 Calculations and Documentation for Permits 2025 2 8 10 $1,594.00 Final Quantity Calcs and Cost Est. for Hydraulic Elements 2025 2 4 6 $1,050.00 Stormwater Drainage Technical Report 2025 6 6 40 52 $7,888.00 QA/QC 2025 8 2 8 2 20 $4,308.00 SUBTOTAL: Final Plans 16 64 76 176 44 388 $43,678.00 Total Hours ECI 36 118 196 258 48 656 $114,846.00 Hourly Rate (2025)$269.00 $253.00 $155.00 $136.00 $205.00 Hourly Rate (2026)3.9%$279.49 $262.87 $161.05 $141.30 $213.00 Hourly Rate (2027)3.9%$290.39 $273.12 $167.33 $146.81 $221.30 Hourly Rate (2028)3.9%$301.72 $283.77 $173.85 $152.54 $229.93 $114,846.00 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)2 Trips x 25 Mi./Trip x $0.67 $33.50 Mileage (On-Site Miles)Trips x Mi./Trip x $0.00 Trips x Mi./Trip x $0.00 $33.50 TOTAL FEE:$114,900.00 Total Labor Cost Total Direct Expense Cost X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK LABOR No Scope Included in Proposal SUBTOTAL: Lochgroup Project No.:0 0 0 0 0 0 0 0 0 $0.00 Total Hours ECI 0 0 0 0 0 0 0 0 0 $0.00 Hourly Rate (2025)$315.00 $232.00 $136.00 $117.00 $193.00 Hourly Rate (2026)3.9%$327.29 $241.05 $141.30 $121.56 $200.53 Hourly Rate (2027)3.9%$340.05 $250.45 $146.81 $126.30 $208.35 Hourly Rate (2028)3.9%$353.31 $260.22 $152.54 $131.23 $216.47 $0.00 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)Trips x Mi./Trip x $0.67 $0.00 Mileage (On-Site Miles)Trips x Mi./Trip x $0.67 $0.00 Turning Movement Counts (Subconsultant - GHA)Locations x Hrs/Location $184.00 $0.00 Daily Counts Locations x Days/Location $0.00 $0.00 $0.00 TOTAL FEE:$0.00 Transportation Planner I Total Labor Cost Total Direct Expense Cost Task 4 - Traffic Engineering and Planning STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager II Project Engineer IV Engineering Intern III Engineering Intern I Transportatio n Planner IV Transportatio n Planner III Transportatio n Planner II X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK DIRECT LABOR Prelminary Field Check Plans Front-end Coord. w/ Road staff & City 2025 1 2 3 $761.00 Electric Utility Coordination - Service Point(s) Determination 2025 1 2 3 $761.00 Initial Site Visit 2025 3 3 $759.00 Lighting Plan Sheet Development 2025 3 5 8 $1,534.00 Lighting Detail Sheets 2025 2 2 4 $816.00 Revise Lighting Plans Follwing Prelim Site Visit 2025 2 2 4 $816.00 Final Lighting Plan Sheets 2025 2 4 6 $1,126.00 Final Lighting Detail Sheets 2025 2 2 4 $816.00 Wire/Breaker Size and Voltage Drop Calcs 2025 1 1 2 $410.00 Lighting Special Provisions 2025 2 2 $506.00 Qtys and Cost Estimate 2025 2 2 4 $816.00 QA/QC 2025 2 2 4 $820.00 Innderduct layout 2025 1 2 3 6 $1,226.00 Inndercut specs 2025 1 2 3 $761.00 SUBTOTAL: Prelminary Field Check Plans 7 26 23 0 0 0 56 $11,928.00 Engineering Technician II Task 5 - Lighting Design STAFF HOURS BY CLASSIFICATION Rate Year Senior Engineer II Senior Engineer I Project Engineer I Engineering Intern II Engineering Designer III X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Engineering Technician II Task 5 - Lighting Design STAFF HOURS BY CLASSIFICATION Rate Year Senior Engineer II Senior Engineer I Project Engineer I Engineering Intern II Engineering Designer III Final Plans Revise Plans per Pre-Final Review 2025 1 2 2 5 $1,071.00 Final Const. Cost Est. & Final Est. of Qtys (update item calcs shts) 2025 1 1 2 $408.00 Final Special Provisions 2025 2 2 $506.00 QA/QC 2025 2 2 4 $820.00 Review Shop Drawings for prop. light poles 2025 2 2 $506.00 RFI's During Contract Bidding Phase 2025 2 2 4 $1,016.00 SUBTOTAL: Final Plans 5 9 5 0 0 0 19 $4,327.00 Total Hours ECI 12 35 28 0 0 0 75 $16,255.00 Hourly Rate (2025)$255.00 $253.00 $155.00 $124.00 $162.00 $112.00 Hourly Rate (2026)3.9%$264.95 $262.87 $161.05 $128.84 $168.32 $116.37 Hourly Rate (2027)3.9%$275.28 $273.12 $167.33 $133.86 $174.88 $120.91 Hourly Rate (2028)3.9%$286.01 $283.77 $173.85 $139.08 $181.70 $125.62 $16,255.00 DIRECT EXPENSES No.Unit No.Unit Mileage (Site)2 Trips x 20 Mi./Trip x $0.67 $26.80 Mileage (On-Site Miles)2 Trips x 5 Mi./Trip x $0.67 $6.70 $33.50 TOTAL FEE:$16,300.00 Total Direct Expense Cost Total Direct Labor Cost X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK LABOR Project Organization/Coordination Project Organization/Coordination 2025 0 12 0 0 0 0 0 0 12 $3,228.00 Client/Design Coordination Meetings (x2)2025 0 4 4 0 0 0 0 0 8 $1,868.00 SUBTOTAL: Project Organization/Coordination 0 16 4 0 0 0 0 0 20 $5,096.00 Ecological Surveys Field Delineation / Determination (Update)2025 0 0 12 0 0 0 12 0 24 $3,636.00 Wetland Delination/Waters of the US Report (Update)2025 0 2 10 0 0 0 40 0 52 $6,718.00 SUBTOTAL: Ecological Surveys 0 2 22 0 0 0 52 0 76 $10,354.00 Waterway Permits IDEM CSGP 2025 2 2 2 0 40 0 0 0 46 $8,884.00 City of Carmel Stormwater Management Permit 2025 2 2 2 0 24 0 0 2 32 $6,176.00 SUBTOTAL: Waterway Permits 4 4 4 0 64 0 0 2 78 $15,060.00 Total Hours ECI 4 22 30 0 64 0 52 2 174 $30,510.00 Hourly Rate (2025)$315.00 $269.00 $198.00 $189.00 $183.00 $138.00 $105.00 $110.00 Hourly Rate (2026)3.9%$327.29 $279.49 $205.72 $196.37 $190.14 $143.38 $109.10 $114.29 Hourly Rate (2027)3.9%$340.05 $290.39 $213.75 $204.03 $197.55 $148.97 $113.35 $118.75 Hourly Rate (2028)3.9%$353.31 $301.72 $222.08 $211.99 $205.26 $154.78 $117.77 $123.38 $30,510.00 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Indy to Site)1 Trips x 40 Mi./Trip x $0.67 $26.80 Lodging 0 Rooms x 0 Nights x $110.00 $0.00 Per Diem 0 Staff x 0 Days x $41.00 $0.00 Printing & Postage $100.00 CSGP Fee $175.00 Public Notice (CSGP)$150.00 $451.80 TOTAL FEE:$31,000.00 Total Labor Cost Total Direct Expense Cost Task 6 - Permitting STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Senior Project Environmental Specialist IV Project Liason Environment al Specialist Environment al Specialist Environment al Specialist I Administrativ e Assistant X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TASK DESCRIPTION Title Research and T&E Report 2026 5 $550 $2,750.00 Right-of-Way Engineering 2026 5 $3,900 $19,500.00 Parcel Revision ( Due to design or owner change)2026 1 $1,500 $1,500.00 Right-of-Way Staking 2026 5 $950 $4,750.00 TOTAL FEE:$28,500.00 Task 7 - Right-of-Way Engineering TOTAL FEE / TASK Rate Year Number of Parcels Unit Price X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASKLABORLCRSP & Deed Research Travel 2025 0 $0.00 Survey Notices and Interviews 2025 2 1 3 $290.00 Deed & Section Corner Reference Research 2025 10 10 $1,240.00 Property & Section Corner Tie-In 2025 16 12 28 $3,936.00 Property Line Analysis and LCRS Plat Preparation 2025 2 32 34 $7,482.00 SUBTOTAL: LCRSP & Deed Research 2 32 16 22 0 2 1 75 $12,948.00 Horizontal Control Re-establish Highway & R.R Baselines 2025 0 $0.00 Tie-In Survey Baseline and Random Control 2025 10 10 20 $2,770.00 Network Adjustments & Baseline Calculations 2025 0 $0.00 Stake Out Primary Baseline 2025 12 12 24 $3,324.00 Stake Out S-Lines 2025 0 $0.00 Set Aerial Panels & Tie-In 2025 0 $0.00 Reference Horizontal Control Points 2025 2 2 4 $554.00 SUBTOTAL: Horizontal Control 0 0 24 24 0 0 0 48 $6,648.00 Vertical Control Bench and Random Control Level Circuit 2025 10 10 20 $2,770.00 Aerial Panel Level Circuit 2025 0 $0.00 SUBTOTAL: Vertical Control 0 0 10 10 0 0 0 20 $2,770.00 Topo & Cross Sections Utility Research & Location 2025 2 8 8 18 $2,650.00 Storm & Sanitary Sewer Structure Details 2025 20 20 40 $5,540.00 Topo (w/ Surface Model) Survey Baseline 2025 24 24 48 $6,648.00 Topo (w/ Surface Model) S-Lines 2025 0 $0.00 Hydraulic Cross Sections 2025 4 4 8 $1,108.00 Local Testimony / High Water Levels 2025 0 $0.00 Stream Data / Present Structure 2025 0 $0.00 Storm & Sanitary Sewer Structure Details 2025 0 $0.00 SUBTOTAL: Topo & Cross Sections 0 2 56 56 0 0 0 114 $15,946.00 Task 8 - Topographic Survey Rate Year Senior Project Professional Surveyor IV Survey Party Chief III Survey Party Chief II Survey Party Chief I Survey Technician Admin Assistant STAFF HOURS BY CLASSIFICATION X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Task 8 - Topographic Survey Rate Year Senior Project Professional Surveyor IV Survey Party Chief III Survey Party Chief II Survey Party Chief I Survey Technician Admin Assistant STAFF HOURS BY CLASSIFICATION Final Field Notes & QC/QA Topo Data Collection Compilation 2025 12 12 $2,604.00 Develop Surface Model DTM & Contours 2025 16 16 $3,472.00 Field Notes & Calculations 2025 8 8 $1,736.00 Crew Coordination & Project Review 2025 2 4 6 $1,406.00 Final Notebook Review 2025 1 8 9 $2,005.00 Project Management & QC/QA 2025 2 8 10 $2,274.00 SUBTOTAL: Final Field Notes & QC/QA 5 56 0 0 0 0 0 61 $13,497.00 Total Hours ECI 7 90 106 112 0 2 1 318 $51,809.00 Hourly Rate (2025)$269.00 $217.00 $153.00 $124.00 $112.00 $90.00 $110.00 Hourly Rate (2026)3.9%$279.49 $225.46 $158.97 $128.84 $116.37 $93.51 $114.29 Hourly Rate (2027)3.9%$290.39 $234.26 $165.17 $133.86 $120.91 $97.16 $118.75 Hourly Rate (2028)3.9%$301.72 $243.39 $171.61 $139.08 $125.62 $100.95 $123.38 $51,809.00 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)20 Trips x 240 Mi./Trip x $0.67 $3,216.00 Mileage (On-Site Miles)Trips x Mi./Trip x $0.00 Lodging Rooms x Nights x $0.00 Per Diem Staff x Days x $0.00 SUBCONSULTANT FEES $3,216.00 TOTAL FEE:$55,100.00 Total Labor Cost Total Direct Expense Cost and Subconsultant Fees X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK DIRECT LABOR General Requirements Research Utility Facilities within Project 2025 0 $0.00 Create and Maintain Utility Files and Correspondence Records 2025 4 12 16 $1,964.00 Input Data and Maintain INDOT UMS 2025 0 $0.00 Prepare and Distribute INDOT Letter of Project Initial Notice 2025 2 4 4 10 $1,218.00 Prepare and Distribute Utility Letter of Facility Verification Phase 2025 2 4 4 10 $1,218.00 Prepare and Distribute Utility Letter of Facility Conflict Identification 2025 2 4 4 10 $1,218.00 Prepare and Distribute Utility Letter of Utility Work Plan Development 2025 2 4 8 14 $1,650.00 Develop, Coordinate, and Submit Utility Risk Assessments 2025 0 $0.00 SUBTOTAL: General Requirements 0 0 12 16 32 0 60 $7,268.00 Project Utility Meetings (including travel) Initial Kick off Meeting and Goal Establishment 2025 0 $0.00 Utility On-site Needs Assessment for Design and Construction 2025 8 8 $1,336.00 Progress Reports and Progress Meetings 2025 8 8 $1,336.00 Preparation of Utility Exhibits for Meetings 2025 0 $0.00 Prepare and Attend Preliminary Field Check 2025 0 $0.00 Internal Project Team Meetings 2025 4 4 $668.00 Prepare for and Attend Final Field Check 2025 0 $0.00 Prepare for and Attend Conflict Resolution Meetings 2025 8 4 12 $1,788.00 Coordinate Utility Work Plans with Railroad 2025 0 $0.00 SUBTOTAL: Project Utility Meetings (including travel)0 0 28 4 0 0 32 $5,128.00 Utility/Design Integration Evaluate Potential Utility Impacts for Design Alternatives 2025 8 4 12 $1,788.00 Coordinate Utility Records and Collect One Call with Survey 2025 0 $0.00 Integrate, Review, and Update Utility Information into Design Files 2025 0 $0.00 Develop and Update Utility Plan Sheets 2025 0 $0.00 Identify and Coordinate SUE services 2025 0 $0.00 Develop, Maintain, and Update Utility Conflict Matrix 2025 4 8 12 $1,572.00 Develop and Coordinate Design Alternatives to Minimize Utility Impacts 2025 0 $0.00 SUBTOTAL: Utility/Design Integration 0 0 12 12 0 0 24 $3,360.00 Task 9 - Utility Coordination STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager II Project Engineer IV Lead Utility Coordinator Utility Coordinator I Utility Coordinator Support Engineering Designer II X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Task 9 - Utility Coordination STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager II Project Engineer IV Lead Utility Coordinator Utility Coordinator I Utility Coordinator Support Engineering Designer II Utility ROW Integration Identify and Obtain all Utility Property Interest Documents 2025 2 2 $334.00 Integrate, Review, and Update Easement information into ROW Engineering 2025 0 $0.00 Identify and Coordinate Acquisition of Parcels containing Utility Easements 2025 0 $0.00 Coordinate Execution of Subordination or Similar Agreements 2025 0 $0.00 Coordinate Acquisition of Utility ROW with City Acquisition 2025 0 $0.00 SUBTOTAL: Utility ROW Integration 0 0 2 0 0 0 2 $334.00 Receive, Review, and Develop Reimbursement Documents Coordinate and Obtain Utility Cost Estimates 2025 2 2 $334.00 Coordinate Completed Execution of Reimbursement Agreements 2025 4 4 $668.00 Coordinate to Receive, Review, and Approve Invoices 2025 2 2 $334.00 Coordinate and Issue Letter for Final Invoice 2025 0 $0.00 SUBTOTAL: SUBTOTAL: Utility ROW Integration 0 0 8 0 0 0 8 $1,336.00 Receive, Review, and Develop Contract Documents Coordinate and Conduct Utility Constructability Reviews 2025 8 4 12 $1,788.00 Coordinate, Review, and Approve Utility Work Plans 2025 4 8 12 $1,572.00 Develop Utility Relocation Schedule and Master Relocation Plan 2025 4 8 12 $1,572.00 Develop Utility Special Provisions and Contract Deliverables 2025 4 8 12 $1,572.00 SUBTOTAL: Receive, Review, and Develop Contract Documents 0 0 20 28 0 0 48 $6,504.00 Construction Phase Utility Coordination Distribute Utility Relocation Notice to Proceeds 2026 2 4 6 $795.87 Coordinate and Track Utility Relocations 2026 2 4 4 10 $1,265.50 Attend Construction Progress Meetings 2026 4 4 $694.05 Issue Letter Completion of Work Plans 0 Check Submit Utility Records for State Retention 0 Check SUBTOTAL: Construction Phase Utility Coordination 0 0 8 4 8 0 20 $2,755.43 X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK Task 9 - Utility Coordination STAFF HOURS BY CLASSIFICATION Rate Year Senior Project Manager II Project Engineer IV Lead Utility Coordinator Utility Coordinator I Utility Coordinator Support Engineering Designer II Total Hours ECI 0 0 90 64 40 0 194 $26,685.43 Hourly Rate (2025)$315.00 $232.00 $167.00 $113.00 $108.00 $152.00 Hourly Rate (2026)3.9%$327.29 $241.05 $173.51 $117.41 $112.21 $157.93 Hourly Rate (2027)3.9%$340.05 $250.45 $180.28 $121.99 $116.59 $164.09 Hourly Rate (2028)3.9%$353.31 $260.22 $187.31 $126.74 $121.14 $170.49 $26,685.43 $26,685.43 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)3 Trips x 30 Mi./Trip x $0.67 $60.30 Mileage (On-Site Miles)Trips x Mi./Trip x $0.67 $0.00 $60.30 TOTAL FEE:$26,800.00 Total Labor Cost X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK LABOR Preliminary Field Check Plans Internal Project Management & Coordination Internal UDLA project management/coordination 2025 2 2 $498.00 Meeting: project Initiation meeting (1) TEAMS 2025 2 2 $498.00 Internal progress meetings (2) TEAMS 2025 2 2 4 $786.00 Existing Conditions & Site Base Preparation Review existing drawings and site conditions 2025 1 1 2 $393.00 Ordinance review, research, data collection 2025 1 1 2 $393.00 Concept Development Hardscape materials research and examples 2025 2 2 4 $786.00 Roundabout design concept plans (x1)2025 2 8 10 $1,650.00 Roundabout design concept persective rendering (x1)2025 2 8 10 $1,650.00 Preferred round about concept plan in AutoCAD 2025 1 8 9 $1,401.00 QC and revisions 2025 1 4 5 $825.00 Cost estimate and quantities DRAFT 2025 1 2 3 $537.00 Presentation prep 2025 1 1 2 $393.00 Meeting: Design review #1 TEAMS 2025 1 1 2 $393.00 Revisions 2025 1 6 7 $1,113.00 SUBTOTAL: Preliminary Field Check Plans 20 44 0 0 0 0 0 0 64 $11,316.00 Final Plans Respond to city comments 2025 1 2 3 $537.00 LP 1.1 - landscape plan RAB and corridor 2025 2 3 5 $930.00 LP 3.1 - landscape details and plant lists 2025 2 4 6 $1,074.00 LS 2.1 - hardscape plan RAB 2025 3 5 8 $1,467.00 LP 3.1 - hardscape details 2025 4 6 10 $1,860.00 Final technical specifications 2025 6 1 7 $1,638.00 QC and revisions 2025 2 6 8 $1,362.00 Final PDFs 2025 1 1 $144.00 SUBTOTAL: Final Plans 20 28 0 0 0 0 0 0 48 $9,012.00 Task 10 - Landscape Design STAFF HOURS BY CLASSIFICATION Rate Year Senior Landscape Architect Landscape Architect X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK LABOR Task 10 - Landscape Design STAFF HOURS BY CLASSIFICATION Rate Year Senior Landscape Architect Landscape Architect Letting Documents Prepare Bid Documents 2026 2 1 3 $667.04 Letting Questions/Revisions 2026 2 2 4 $816.65 PreConstruction Meeting (TEAMS)2026 1 1 $258.71 SUBTOTAL: Letting Documents 5 3 0 0 0 0 0 0 8 $1,742.40 Construction Inspection Construction administration (review submittals, etc)2026 4 4 $1,034.84 Punch list by City/coordination with City 2026 2 2 $517.42 Project closeout 2026 1 1 $258.71 SUBTOTAL: Construction Inspection 7 0 0 0 0 0 0 0 7 $1,810.98 Total Hours ECI 52 75 0 0 0 0 0 0 127 $23,881.38 Hourly Rate (2025)$249.00 $144.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 Hourly Rate (2026)3.9%$258.71 $149.62 $1.04 $1.04 $1.04 $1.04 $1.04 $1.04 Hourly Rate (2027)3.9%$268.80 $155.45 $1.08 $1.08 $1.08 $1.08 $1.08 $1.08 Hourly Rate (2028)3.9%$279.28 $161.51 $1.12 $1.12 $1.12 $1.12 $1.12 $1.12 $23,881.38 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)Trips x Mi./Trip x $0.67 $0.00 Mileage (On-Site Miles)Trips x Mi./Trip x $0.67 $0.00 Trips x Mi./Trip x $0.67 $0.00 $0.00 TOTAL FEE:$23,900.00 Total Labor Cost Total Direct Expense Cost X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK DIRECT LABOR Attend Preconstruction Conference 2025 2 2 2 4 10 $2,268.00 Questions during construction (up to 5 RFI's)2025 15 10 6 31 $7,141.00 Shop Drawing Review (up to 5 Reviews)2025 25 16 10 51 $11,747.00 Total Hours ECI 42 2 28 0 20 0 0 0 92 $21,156.00 Average Unburdended Rate (2025)$255.00 $315.00 $232.00 $197.00 $166.00 $134.00 $116.00 $148.00 Average Unburdended Rate (2026)3.9%$264.95 $327.29 $241.05 $204.68 $172.47 $139.23 $120.52 $153.77 Average Unburdended Rate (2027)3.9%$275.28 $340.05 $250.45 $212.67 $179.20 $144.66 $125.22 $159.77 Average Unburdended Rate (2028)3.9%$286.01 $353.31 $260.22 $220.96 $186.19 $150.30 $130.11 $166.00 $21,156.00 $21,156.00 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)Trips x Mi./Trip x $0.67 $0.00 Mileage (On-Site Miles)Trips x Mi./Trip x $0.67 $0.00 Mileage (LDO)Trips x Mi./Trip x $0.67 $0.00 $0.00 TOTAL FEE:$21,200.00 Total Labor Cost Total Labor Cost Total Direct Expense Cost Task 11 - Construction Phase Services STAFF HOURS BY CLASSIFICATION Rate Year Senior Engineer II Senior Project Manager II Project Engineer IV Project Engineer III Project Engineer II Engineering Intern III Engineering Intern I Engineering Designer II X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Project Name:Smoky Row & Ironwood Dr. Roundabout Client:City of Carmel, IN Lochgroup Project No.:125-1003 TOTAL TOTAL TASK DESCRIPTION HOURS DOLLARS / TASK / TASK LABOR Full Time Inspection 2026 1,020 340 1,360 $251,521.12 Total Hours ECI 1,020 340 0 0 0 0 0 0 1,360 $251,521.12 Hourly Rate (2025)$200.00 $112.00 Hourly Rate (2026)3.9%$207.80 $116.37 Hourly Rate (2027)3.9%$215.90 $120.91 Hourly Rate (2028)3.9%$224.32 $125.62 $251,521.12 DIRECT EXPENSES No.Unit No.Unit Rate Mileage (Site)120 Trips x 5 Mi./Trip x $0.67 $402.00 Mileage (On-Site Miles)Trips x Mi./Trip x $0.60 $0.00 $402.00 TOTAL FEE:$252,000.00 Total Labor Cost Total Direct Expense Cost Task 12 - Construction Inspection Services STAFF HOURS BY CLASSIFICATION Rate Year Construction Proj. Super II Construction Inspector 1 X:\Production\Files\2025\125-1003\PM\Negotiations\Fee\125-1003-Carmel Smokey Row RAB Fee Justification Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Person Providing Date Goods/Services Goods/ Service Provided Signature Printed Name EXHIBIT B Invoice Goods/Services Provided (Describe each good/service separately and in detail) GRAND TOTAL Date: Goods Cost Per Item Services Hourly Total Rate/ Hours Worked Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F EXHIBIT C AFFIDAVIT _David A. Henkel, PE, PTOE________ , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1.I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2.I am now and at all times relevant herein have been employed by _Lochmueller Group, Inc._______________ _ _(the "Employer") in the position of ----------------- 3.I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4.The Employer is enrolled and participates in the federal E-Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5.The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SA YETH NOT. EXECUTED on the _7th___ day of _April_______25___ , 20 Printed: ------------- I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: ------------- Regional Leader - Central Indiana David A. Henkel David A. Henkel Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F 3/31/2025 LOCHMUELLER GROUP, INC. EVANSVILLE, IN 47715 - 116624 6200 VOGEL ROAD City of Carmel ONE CIVIC SQUARE CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35-6000972 PURCHASE ORDER NUMBER THIS NUMBER MUST APPEAR ON INVOICES, A/P VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION VENDOR SHIP TO PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT EXTENSION Professional Services Agreement dated 4/16/25 (24-ENG-01) City Engineering's Office 1 Civic Square Carmel, IN 46032- 371414 UNIT PRICEDESCRIPTIONUNIT OF MEASUREQUANTITY Page 1 of 1 Laurie Slick 99500 2200Department:0Fund:2024 Bond 44-628.71Account: 24-ENG-01 - 136th & Ironwood Dr. RAB w/enhanced crosswalks - Design 1 $621,800.00 $621,800.00Each 24-ENG-01 - 136th & Ironwood Dr. RAB w/enhanced crosswalks - Inspection 1 $252,000.00 $252,000.00Each $873,800.00Sub Total $873,800.00 Send Invoice To: PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT SHIPPING INSTRUCTIONS *SHIP PREPAID. *C.O.D. SHIPMENT CANNOT BE ACCEPTED. *PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 PAYMENT * 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 AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. CONTROL NO. 116624 ORDERED BY TITLE City Engineering's Office 1 Civic Square Laurie Slick Carmel, IN 46032- Jeremy Kashman Zac Jackson Chief Infrastructure Officer CFO Docusign Envelope ID: F8269C36-A963-47A6-BC0B-BD47BD82C79F