Loading...
HomeMy WebLinkAboutA&F Engineering, Co., LLC/ENG/$1,791,740/24-ENG-04 Carmel Drive from Keystone to Rangeline ImprovementsCzTfshfzHsfdivlijobu9;64bn-Nbz12-3136 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 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 0 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 One Million Seven Hundred Ninety One Thousand Seven Hundred Forty Dollars ($1,791,740.00) (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 2 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 described in this Agreement. 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; 3 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 2) Claims for damages because of bodily injury and personal injury, including death, and; 3) Claims for damages to property. 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 4 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 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 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. 7.5.4Nothing 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, 5 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 costs and attorney fees resulting from any failure by Professional to do so. This indemnification obligation shall survive the termination of this Agreement. 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. 6 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 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: A&F Engineering Co., LLC 8365 Keystone Crossing, Suite 201 Indianapolis, Indiana 46240 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. 7 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 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. 8 A&F Engineering Co., LLC Engineering Department - 2025 Appropriation #2200 044-628.71 2024 Bond Fund; P.O.#116695 Contract Not To Exceed $1,791,740.00 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. 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 9 Jeff Hill Vice President 30-0970446 April 30, 2025 05/07/2025 05/07/2025 05/07/2025 05/07/2025 Laura Campbell (May 7, 2025 13:53 EDT) ame. arl*2 (May ч, 2025 0ч:ух EDT) James Barlow la) */a.)$& (May 11, 2025 1ш:57 EDT) 8365 Keystone Crossing, Suite 201 Indianapolis, Indiana 46240 317) 202-0864 www.af-eng.com March 3, 2025 Jeremy Kashman, P.E. Chief Infrastructure Officer City ofCarmel One Civic Square Carmel, IN 46032 Sent via e-mail : jkashman@carmel.in.gov RE: New Project: Scope and Fee Proposal – Revised Road Diet on Carmel Drive from just West ofRangeline Road tojust west ofKeystone Parkway New Roundabout Intersection Improvement atCarmel Drive/Executive Drive Dear Jeremy: Attached please find our updated and modified scope ofwork with assumptions and fee proposal with manhour justification for A&FEngineering to complete engineering services associated with aroad diet onCarmel Drive from just west ofRangeline Road tojust west ofKeystone Parkway. The project will also include anew roundabout planned atthe intersection ofCarmel Drive and Executive Drive. The project will also include adesign modification ofthe roundabout already under design at Carmel Drive and Medical Drive tomodify itfrom amulti-lane roundabout (approx. Stage 3design effort complete) to downsize ittoasingle lane roundabout. Added tothis update isalso aninvestigative scope ofwork to assess the existing storm sewer system tohelp make an informed decision about whether toutilize the existing system orreplace itwith new and reconstructed storm sewers. Our team will partner with HWC Engineering for some services onthe project and incorporate their roundabout currently being designed onCarmel Drive atAAA Way and atKinzer Drive. Following our conversations about thisproject, this scope ofwork has been put together to complete the project development efforts neededsothe City can construct the project using local dollars. Please contact me with any questions orother needs asyou review thisinformation. A&F Engineering very much looks forward toworking with you onthis project. Sincerely, A&F Engineering Company, LLC Jeff Hill, PE, PTOE Vice President Enclosures cc: Brad Pease, City Engineer EXPERIENCE. REPUTATION. RELATIONSHIPS Carmel Drive Rd Diet – Rangeline toKeystone – Updated Roundabout atCarmel Drive & Execuitve Drive Page 2of4 Project: RoadDiet onCarmel Drive from Rangeline Road toKeystone Parkway Intersection Improvement at Carmel Drive andExecutive Drive Client: City ofCarmel Scope ofEngineering Services for A&FEngineering & HWC Engineering Team: General Description ofScope: The scope ofthe project isto improve the functionality ofCarmel Drive byintroducing aroad diet from just west of Rangeline Road tojust west of Keystone Parkway. Anarrowing ofthe driving width, while still managing vehicular traffic, will improve theexperience ofall users on this street. A&FEngineering will develop plans, specifications and estimates toultimately construct aroadway that has one driving lanein each direction, with araised median creating aboulevard onCarmel Drive. The existing roadway hasa roadway width of44 ft. with four11 ft. lanes. Carmel Drive would bereconstructed tohave a14 ft. driving lane in each direction thatwould allow for improved bicycle usage. Chairback curb and gutter will be reconstructed tokeep aconsistent curbing type and gutter width for runoff. Behind the curb would be6 ft. ofplanted tree lawn that will encompass the existing street trees along Carmel Drive. On both sides of theroad a 10ft. wide sidewalk/shared-used path would beconstructed. The project would generally fall within the existing right-of-way that is80 ft. wide inmost locations. The corridor will belandscaped to continue toimprove aesthetics. Atypical section for the road diet could look like thesketch depicted below. Design Services: Anew single-lane roundabout will be constructed atthe intersection ofCarmel Drive and Executive Drive. The roundabout willassist inpeak hour traffic flow improvements for side street turning movements, reduce delay from the two-way stop condition, and provide asafer way for pedestrians tocross both Carmel Drive and Executive Drive. The roundabout will bedesigned similar toroundabouts nearby with decorative truck aprons, raised crosswalks, decorative street lighting and with services for landscaping amenities likelighting and irrigation. EXPERIENCE. REPUTATION. RELATIONSHIPS Carmel Drive Rd Diet – Rangeline toKeystone – Updated Roundabout atCarmel Drive & Execuitve Drive Page 3of4 Aroundabout is already being designed by A&FEngineering atthe intersection ofCarmel Drive and Medical Drive. This project has been onhold for afew years butwill be re-initiated. The intersection will beredesigned. The current design isa multi-lane roundabout; however, it willnow beredesigned tobe asingle-laneroundabout. Forboth roundabouts being worked on, decorative lighting for the roundabout willbe designed. Pavement and subgrade elements will beshown intheplans utilizing City ofCarmel standard drawings and details. The project will also extend west ofRangeline Road and use araised median toconvert theintersection ofCarmel Drive and Veteran’s Parkway toaright-in/right-out/left-in intersection. The design team will make submittals at30%/60%/90% plans with 100% final tracings and bid document being prepared forbidding. Quantities will bepulled soanopinion ofprobable cost can becompleted with each submittal for project budgeting purposes. Up toone field check-type meeting will beheld to engage with project stakeholders. Geotechnical design and analysis, pavement design, and right-of-way engineering oracquisition services are notincluded inthis scope effort. Itisanticipated that the design team will utilize typical pavement sections identified inCarmel standard drawings. Ifadditional analysis isneeded, this work could besupplemented. Itis assumed the project willfitwithin existing rights-of- way, and ifadditional land isneeded, the team will rely onthe City’son-call land acquisition team, if needed. Topographic Survey/Landscape Architecture: For allwork elements thatare part ofthe project described above, the project will require the corridor to besurveyed. Topographic survey will begathered toprepare preliminary and final design plans forthe project. Additional details about this scope ofwork are included inthe following pages from HWC Engineering. Similarly, the corridor will beimproved aesthetically by the development ofthe typical section described. Landscaping with other elements will beincluded inthe project andcollaborated with the City. Items like those shown inthe renderings belowwill beexplored with the landscape architecture team, with additional details onthe following pages. EXPERIENCE. REPUTATION. RELATIONSHIPS Carmel Drive Rd Diet – Rangeline toKeystone – Updated Roundabout atCarmel Drive & Execuitve Drive Page 4of4 Public Involvement: Our team will support the city incommunication efforts to build consensus for theproject. The conversion from a multilane roadway toonewith asingle driving lane ineach direction may require outreach, explanation, education, and other communication togain support. The project will improve the experience for allusers, butresidents and business owners will need the information about theproject. A&FEngineering will prepare plans, exhibits, and up to4renderings tohelp show the public what the project outcomes will be. Utility Coordination/Permit: Our team will complete utility coordination to identify providers who may need torelocate before or during construction work. The steps to coordinate these efforts including: initial notice, utility verification, conflict analysis, and relocation work plans will bedeveloped inconjunction with the Engineering Department. ACSGP permit will be obtained for the project as itisanticipated todisturb more than 1 acre ofground; however, noother waterway permits are anticipated orincluded inthis scope ofwork. Bidding Phase Services/Procurement: A & FEngineering and HWC Engineering, for their respective design work, will prepare biddocuments using the City’sboilerplate bid proposal documents. Further, the team will beavailable tosupport the city during the procurement process and help answer contractors’ questions. Plan revisions orcontract addenda needed forprocurement will beprepared. Attendance atapre-bid meeting, bid opening, and other approval meetings will beprovided. The team will assist inbid evaluation and make anaward recommendation. Drainage/Storm Sewer System Evaluation/Investigation: A & F Engineering willperform field investigations, anticipated to becompleted alongside the survey crew, such that when manhole, catch basin, orinlet castings are pulled for structure measure-downs and gathering size/inverts, our team willbethere to look atpipe condition, pipe size compatibility, oreven potential blockages inthe network that could require maintenance. This study will bedocumented ina technical memo format toprovide information and pictures tothe City so adecision can bemade in confidence whether touse the existing system orto design for structure and pipe replacement. Based on theexisting system investigated, acostestimate will becompleted for thestorm system prior todetailed design work tohelp identify the path forward forthe drainage network. Construction Inspection: The team will complete construction inspection, materials testing, post-bid utility coordination, and documentation ofthe project’sconstruction efforts toprovide the City awell-constructed asset. HWC Engineering will lead these efforts and provide upto 1resident project representative (RPR) and 2field inspectors. A&FEngineering will provide 1field inspector tosupport the team. The staffing ofthe inspection team, including names ofspecific personnel assigned to the project, will beverified and validated with the City in advance ofconstruction soahigh-quality team isinvolved with the project delivery. All field efforts would becompleted onanas-needed hourly basis. Itisassumed the construction ofthe project will becompleted in1construction season. The team willcomplete these efforts toensure construction is compliant with INDOT construction standards andCity ofCarmel standards. The budget isan assumed amount based on anticipated effort and construction work in2026. If updates or assumptions need tobeadjusted upordown, this task can berevisited atatime closer toconstruction. EXPERIENCE. REPUTATION. RELATIONSHIPS FEE SUMMARY PROJECT:CARMEL DRIVEROAD DIET FROM WEST OFRANGELINE ROAD TOKEYSTONE PARKWAY CLIENT:CITY OF CARMELREVISED PROJECT NO:TBD3/3/2025 TASK FEE TYPEPROPOSED FEE PROJECT MANAGEMENTLUMP SUM$ 36,430.00 ROAD & DRAINAGE DESIGN & PLAN DEVELOPMENTLUMP SUM$ 405,310.00 UTILITY COORDINATIONLUMP SUM$ 41,620.00 PUBLIC INVOLVEMENTLUMP SUM$ 24,000.00 TRAFFIC - LIGHTING/MARKINGS/MOT DESIGNLUMP SUM$ 57,970.00 BIDDING PHASE SERVICESLUMP SUM$ 12,120.00 DRAINAGE SYSTEM INVESTIGATIONLUMP SUM$ 37,660.00 CONSTRUCTION PHASE SERVICES/POST-BID (2026)HOURLY NTE$ 297,130.00 SUBCONSULTANTS FEE TYPEPROPOSED FEE TOPOGRAPHIC SURVEY (HWC ENGINEERING)LUMP SUM$ 40,000.00 LANDSCAPE ARCHITECTURE (HWC ENGINEERING)LUMP SUM$ 35,500.00 LANDSCAPE ARCHITECTURE (HWC ENGINEERING)LUMP SUM$ 99,500.00 HOURLY SERVICES (CI, UTILITY, BIDDING)HOURLY NTE$ 29,500.00 CONSTRUCTION INSPECTION - 2026HOURLY NTE$ 675,000.00 TOTAL NOT TO EXCEED FEE$ 1,791,740.00 Summary Page 1 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TO KEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: PROJECT MANAGEMENT3/3/2025 ESTIMATED TIME IN HOURS Project CADD WORK CLASSIFICATION ManagerLead EngineerStaff EngineerTechnicianPrincipal PROJECT ADMINISTRATION/MANAGEMENT CONTRACT ADMINISTRATION2.002.00 SUPERVISION & SCHEDULING 4.002.00 SITE VISITS1.004.004.00 PROGRESS MEETINGS2.0012.0012.00 STAKEHOLDER MEETINGS2.004.004.00 AGENCY MEETINGS2.004.004.00 PROJECT MANAGEMENT OF CORRIDOR WORK2.0018.00 PERMITTING PROJECT COORDINATION1.002.002.00 TOPOGRAPHIC SURVEY PROJECT COORDINATION1.002.004.004.00 RIGHT-OF-WAY PROJECT COORDINATION2.004.004.00 LANDSCAPE ARCHITECTURE COORDINATION1.004.00 COORDINATION WITH OTHER CITY DEPARTMENTS4.004.002.00 COORDINATION WITH DEVELOPER(S)4.0016.008.00 TOTAL HOURS28.0076.0034.008.008.00154.00 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 165.00 $ 135.00 TOTAL DIRECT LABOR$ 8,400.00$ 19,000.00$ 6,630.00$ 1,320.00$ 1,080.00$ 36,430.00 DIRECT COST$ - TOTAL$ 36,430.00 TOTAL NOT TO EXCEED FEE$ 36,430.00 DIRECT COST SUMMARY SITE0TRIPS @25.00MILES @$ 0.70PER MILE$ - CITY HALL0TRIPS @25.00MILES @$ 0.70PER MILE$ - MISCELLANEOUS, PAPER & PRINTING$ - Project Management Page 2 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TOKEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: ROAD & DRAINAGE DESIGN & PLAN DEVELOPMENT3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician PRELIMINARY DESIGN PROCESS SURVEY1.004.004.0016.00 TITLE & INDEX SHEET1.002.00 PRELIMINARY LINEWORK1.002.004.008.0016.00 PRELIMINARY ALIGNMENTS1.002.004.004.002.00 PRELIMINARY PROFILES0.502.004.004.004.00 PRELIMINARY ROUNDABOUT REVISION - MEDICAL0.504.008.0016.0016.00 PRELIMINARY ROUNDABOUT LAYOUT - EXECUTIVE0.504.0012.0016.0016.00 CORRIDOR DESIGN4.0016.0040.0040.00 VERTICAL GRADING DESIGN0.501.002.004.008.00 TURNING TEMPLATES1.004.008.0016.00 PLAN SHEET CREATION & DETAILING4.008.0024.0048.00 PROFILE SHEET CREATION & DETAILING4.008.0016.0024.00 SIGHT DISTANCE CALCS & GRAPHICS2.004.008.008.00 CURB & BREAK POINT DETAILING4.004.008.00 GENERATE INITIAL CROSS SECTIONS2.008.0012.0016.00 ADA RAMP LAYOUT/DESIGN0.502.008.0018.0036.00 PRELIMINARY RAISED CROSSWALKS0.504.008.0016.0024.00 TRAIL CONNECTIONS1.004.004.008.00 PRELIMINARY TYPICALS0.502.004.0016.0016.00 PRELIMINARY INLET SPACING2.008.0012.004.00 SCHEMATIC DRAINAGE DESIGN0.502.0016.008.008.00 DESIGN CALCULATIONS0.502.008.0016.008.00 INITIAL COST ESTIMATE0.502.004.006.008.00 QUALITY ASSURANCE1.004.002.002.00 PFC DESIGN - DRAINAGE DESIGN PRELIMINARY TRUNKLINE DESIGN0.502.008.004.0016.00 EXISTING DRAINAGE MODELING1.0016.008.004.00 10-YEAR STORM DESIGN2.006.008.004.00 50-YEAR STORM DESIGN2.004.004.004.00 100-YEAR COORDINATION WITH DEVELOPMENT2.004.004.004.00 DRAINAGE REPORT0.002.0016.008.004.00 STRUCTURE DATA SHEET1.002.002.004.00 UPDATE PLAN SHEETS - DRAINAGE1.002.008.0016.00 UPDATE PROFILE SHEETS - DRAINAGE1.002.008.0016.00 UPDATE CROSS SECTIONS - DRAINAGE1.002.008.0024.00 QUALITY ASSURANCE1.004.002.002.00 PFC MEETING SCHEDULE PFC MEETING2.001.00 DISTRIBUTION OF PLANS1.001.006.00 PRELIMINARY FIELD CHECK3.003.003.00 MINUTES & FOLLOW-UP DISCUSSIONS1.001.004.00 STAGE 2PLANS / RIGHT OF WAY MODIFICATIONS TO DESIGN FROM PRELIM COMMENTS1.002.004.008.004.00 UPDATE/REFINE GEOMETRY0.504.004.008.00 UPDATE ALIGNMENTS/PROFILE0.502.004.008.00 UPDATE CORRIDOR DESIGN1.002.004.008.00 UPDATE CROSS SECTIONS2.004.008.00 Rdwy Design & Plans Page 3 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TOKEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: ROAD & DRAINAGE DESIGN & PLAN DEVELOPMENT3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician ADA DESIGN2.004.0016.0024.00 SPOT ELEVATION SHEETS1.004.008.008.00 UPDATE DRAINAGE2.006.008.004.00 FINALIZE CONSTRUCTION LIMITS0.502.004.000.00 FINALIZE RIGHT OF WAY1.001.002.006.00 QUALITY ASSURANCE1.004.002.002.00 RULE 5/CSGP PERMITTING PAPERWORK FOR COUNTY SOIL & WATER1.004.006.00 MAPS & EXHIBITS1.002.004.00 EROSION CONTROL DETAILS0.502.004.008.00 BMP DESIGN4.008.008.00 O & M MANUAL0.504.00 ANSWER SOIL & WATER COMMENTS2.004.008.00 FINAL CSGP PAPERWORK/WEBSITE SUBMITTAL1.002.004.008.00 ADVERTISEMENT/PUBLICATION1.002.00 FINAL EROSION CONTROL DETAILS1.002.004.00 FINAL CHECK PRINT DESIGN ANSWER PREVIOUS COMMENTS0.502.002.006.004.00 FINALIZE TYPICAL SECTIONS1.006.002.00 PLAT NO. 12.006.004.00 PLAN UPDATES1.008.0016.0032.00 PROFILE UPDATES1.004.008.008.00 FINALIZE CORRIDOR2.0016.008.00 FINAL PLAN DRAFTING1.004.0016.0016.00 FINAL PROFILE DRAFTING2.008.008.00 FINAL ROUNDABOUT LAYOUT0.502.0016.0016.008.00 FINAL DRAINAGE DESIGN0.502.0016.008.0032.00 DRAINAGE DETAILING1.004.0016.0032.00 FINAL DRAINAGE REPORT1.0016.008.004.00 DRIVEWAY AND APPROACH DETAILS0.504.008.004.00 APPROACH TABLE2.004.004.00 DESIGN CALCULATIONS2.0016.008.008.00 FINAL CROSS SECTIONS0.502.008.0016.00 GEOMETRIC TIE-INS0.502.004.004.00 FINALIZE ADA DESIGN0.502.0016.0024.0040.00 FINALIZE RAISED CROSSWALKS0.502.008.0016.0032.00 FINAL TRAIL DESIGN2.008.008.004.00 MISCELLANEOUS DETAIL SHEETS1.004.0016.008.00 MISCELLANEOUS TABLES4.0016.004.00 UNDERDRAIN DESIGN0.501.0016.008.00 SIGHT DISTANCE EXHIBITS4.008.0016.00 EARTHWORK COMPUTATIONS2.008.008.004.00 QUANTITY CALCULATIONS0.502.0016.0016.008.00 COST ESTIMATE0.501.004.004.004.00 SPECIAL PROVISIONS0.502.008.008.002.00 QUALITY ASSURANCE1.008.004.002.00 FINAL TRACINGS DESIGN REVISIONS FOR FINAL R/W2.004.008.004.00 ANSWER CITY COMMENTS0.502.008.008.004.00 Rdwy Design & Plans Page 4 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TOKEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: ROAD & DRAINAGE DESIGN & PLAN DEVELOPMENT3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician FINAL PLAN REVISIONS2.0012.008.0012.00 FINALIZE TABLES/DETAILS1.004.004.00 FINAL CIB0.508.008.0024.00 FINAL QUANTITIES0.502.004.002.00 FINAL SPECIAL PROVISIONS1.004.004.002.00 FINAL PLAN REVIEW0.504.004.00 QUALITY ASSURANCE1.004.004.002.00 TOTAL HOURS25.50169.50526.00781.00910.002,412.00 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 165.00 $ 135.00 TOTAL DIRECT LABOR$ 7,650.00$ 42,375.00$ 102,570.00$ 128,865.00$ 122,850.00$ 404,310.00 DIRECT COST$ 1,000.00 TOTAL$ 405,310.00 TOTAL NOT TO EXCEED FEE$ 405,310.00 DIRECT COST SUMMARY SITE0TRIPS @25.00MILES @$ 0.70PER MILE$ - CITY HALL0TRIPS @25.00MILES @$ 0.70PER MILE$ - MISCELLANEOUS, PAPER & PRINTING$ 1,000.00 1,000.00 Rdwy Design & Plans Page 5 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TO KEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: UTILITY COORDINATION3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician UTILITY COORDINATION INITIAL NOTICES1.004.001.00 UTILITY COORDINATION MEETING2.002.002.00 UPDATE UTILITY LOCATIONS IN PLANS0.501.004.008.008.00 CONFLICT IDENTIFICATION1.004.008.004.00 COORDINATE CONFLICTS WITH UTILITIES1.008.002.00 PLAN REVISIONS TO MINIMIZE IMPACTS0.502.008.004.008.00 RELOCATION PLANS REQUESTS1.004.002.00 REVIEW & APPROVE RELOCATION PLANS1.004.004.0016.008.00 COORDINATE APPROVALS/PERMITS0.504.004.008.004.00 COORDINATE RELOCATION SCHEDULES2.002.008.00 FIELD INVESTIGATION WITH UTILITIES1.004.004.00 COORDINATE W/ R/W & EASEMENTS0.502.004.008.008.00 UTILITY 107-R SPEC FOR CONTRACT DOCS0.502.008.00 UTILITY GANNT CHART0.502.004.008.00 SUPERVISION/SCHEDULING4.002.00 ADMINISTRATION4.002.00 TOTAL HOURS15.0033.0034.0098.0045.00225.00 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 165.00 $ 135.00 TOTAL DIRECT LABOR$ 4,500.00$ 8,250.00$ 6,630.00$ 16,170.00$ 6,075.00$ 41,625.00 DIRECT COST$ - TOTAL$ 41,625.00 TOTAL NOT TO EXCEED FEE$ 41,620.00 DIRECT COST SUMMARY SITE0TRIPS @25.00MILES @$ 0.70PER MILE$ - CITY HALL0TRIPS @25.00MILES @$ 0.70PER MILE$ - MISCELLANEOUS, PAPER & PRINTING$ - Utility Coordination Page 6 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TO KEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: TRAFFIC - LIGHTING/MARKINGS/MOT DESIGN3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician TRAFFIC/MOT PRELIMINARY DESIGN SIGNING/MARKINGS DETAIL SHEETS2.004.008.00 SIGNING/MARKINGS TABLES2.004.002.00 SIGNING SHOP DRAWINGS4.006.00 PAVEMENT MARKING DESIGN1.004.0012.008.00 LIGHTING PHOTOMETRIC DESIGN1.001.008.004.00 LIGHTING PLAN SHEETS1.001.004.008.00 LIGHTING DETAIL SHEETS2.004.00 LIGHTING TABLES2.004.00 SERVICE POINT COORDINATION & CABLING CALLOUTS0.502.004.006.00 PRELIMINARY SIGN LAYOUT2.008.0016.00 MISCELLANEOUS DETAIL SHEETS0.502.002.004.00 MAINTENANCE OF TRAFFIC - CLOSURE0.502.004.008.0016.00 PRELIMINARY QUANTITIES2.004.008.008.00 QUALITY ASSURANCE0.000.00 TRAFFIC/MOT FINAL DESIGN UNIQUE SHOP DRAWINGS2.004.004.00 FINALIZE SIGN DETAILS1.004.004.00 UPDATE TABLES1.004.004.00 FINAL PAVEMENT MARKINGS2.006.008.0012.00 UPDATE LIGHTING PHOTOMETRICS2.004.008.008.00 FINAL LIGHTING DETAILS2.004.006.00 FINAL LIGHTING TABLES4.004.00 VOLTAGE DROP CALCULATIONS1.002.002.00 FINAL CABLING2.004.004.00 PROPRIETARY MATERIAL DOCUMENTATION0.002.00 UPDATE MOT - CLOSURE0.502.004.006.0012.00 FINALIZE QUANTITIES2.004.006.006.00 SPECIAL PROVISIONS2.002.002.00 QUALITY ASSURANCE0.000.00 TOTAL HOURS1.0019.0054.00126.00160.00360.00 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 165.00 $ 135.00 TOTAL DIRECT LABOR$ 300.00 $ 4,750.00$ 10,530.00$ 20,790.00$ 21,600.00$ 57,970.00 DIRECT COST$ - TOTAL$ 57,970.00 TOTAL NOT TO EXCEED FEE$ 57,970.00 DIRECT COST SUMMARY SITE0TRIPS @25.00MILES @$ 0.70PER MILE$ - CITY HALL0TRIPS @25.00MILES @$ 0.70PER MILE$ - MISCELLANEOUS, PAPER & PRINTING$ - Traffic - Light-Mrkg-MOT Page 7 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TO KEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: PUBLIC INVOLVEMENT3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician PUBLIC INVOLVEMENT/COMMUNICATION PUBLIC MEETING PREPARATION2.004.004.002.00 PUBLIC INFORMATION MTG PREP - PRESENTATION2.004.008.00 PUBLIC INFORMATION MTG PREP - DISPLAY EXHIBITS2.004.006.0012.00 PUBLIC INFORMATION MEETING4.004.004.00 PRESS/WEBSITE/ENGAGEMENT SUPPORT4.002.00 PREPARATION OF UP TO 4 RENDERINGS2.002.008.0016.0032.00 TOTAL HOURS12.0016.0024.0032.0044.00128.00 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 165.00 $ 135.00 TOTAL DIRECT LABOR$ 3,600.00$ 4,000.00$ 4,680.00$ 5,280.00$ 5,940.00$ 23,500.00 DIRECT COST$ 500.00 TOTAL$ 24,000.00 TOTAL NOT TO EXCEED FEE$ 24,000.00 DIRECT COST SUMMARY SITE0TRIPS @25.00MILES @$ 0.70PER MILE$ - CITY HALL0TRIPS @25.00MILES @$ 0.70PER MILE$ - MISCELLANEOUS, PAPER & PRINTING$ 500.00 500.00 Public Involvement Page 8 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TO KEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: BIDDING PHASE SERVICES3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician BIDDING PHASE SERVICES CONTRACT BUNDLING4.004.008.00 COORDIANTE BIDDING DOCUMENTS FOR SALE1.004.002.00 ATTEND PRE-BID MEETING1.001.001.00 CONTRACTOR QUESTIONS1.001.004.002.004.00 PLANS/CIB REVISIONS, ADDENDUM2.004.004.004.00 ATTEND BID OPENING1.001.00 EVALUATE BIDS & RECOMMENDATION1.002.002.00 COORDINATE FOR BPWS APPROVALS1.002.00 TOTAL HOURS5.0014.0019.006.0018.0062.00 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 165.00 $ 135.00 TOTAL DIRECT LABOR$ 1,500.00$ 3,500.00$ 3,705.00$ 990.00 $ 2,430.00$ 12,125.00 DIRECT COST$ - TOTAL$ 12,125.00 TOTAL NOT TO EXCEED FEE$ 12,120.00 DIRECT COST SUMMARY SITE0TRIPS @25.00MILES @$ 0.70PER MILE$ - CITY HALL0TRIPS @25.00MILES @$ 0.70PER MILE$ - MISCELLANEOUS, PAPER & PRINTING$ - Bidding Phase Services Page 9 of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TOKEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: DRAINAGE SYSTEM INVESTIGATION3/3/2025 ESTIMATED TIME IN HOURS Project Lead Staff CADD WORK CLASSIFICATION PrincipalManagerEngineerEngineerTechnician DRAINAGE SYSTEM INVESTIGATION PRE-FIELD WORK COORDINATION OF STRUCTURES1.001.008.004.0016.00 FIELD WORK/SITE VISITS OF STRUCTURES - INITIAL1.004.002.0040.00 ASSESSMENT OF INFORMATION GATHERED0.504.004.008.00 FIELD WORK/SITE VISIT OF STRUCTURES - FOLLOW UP1.004.0024.00 EXHIBITS USING SURVEY DATA0.504.008.008.00 DRAFT TECHNICAL MEMO1.008.008.002.0016.00 MEETING WITY CITY STAFF2.002.002.00 FINAL TECH MEMO0.504.001.002.004.00 TOTAL HOURS7.0027.5029.0080.0052.00195.50 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 165.00 $ 135.00 TOTAL DIRECT LABOR$ 2,100.00$ 6,875.00$ 5,655.00$ 13,200.00$ 7,020.00$ 34,850.00 DIRECT COST$ 2,815.00 TOTAL$ 37,665.00 TOTAL NOT TO EXCEED FEE (HOURLY)$ 37,660.00 DIRECT COST SUMMARY SITE16TRIPS @25.00MILES @$ 0.70PER MILE$ 280.00 CITY HALL2TRIPS @25.00MILES @$ 0.70PER MILE$ 35.00 MISCELLANEOUS, PAPER & PRINTING$ 2,500.00 2,815.00 Drainage System Investigation Page 10of11 MANHOUR JUSTIFICATION PROJECT:CARMEL DRIVE ROAD DIET FROM WEST OF RANGELINE ROAD TOKEYSTONE PARKWAY CLIENT:CITY OF CARMEL TASK: CONSTRUCTION PHASE SERVICES/POST-BID (2026)3/3/2025 ESTIMATED TIME IN HOURS Project Lead Lead CADD WORK CLASSIFICATION PrincipalManagerEngineerInspectorTechnician POST-BID SERVICES ATTEND PRECONSTRUCTION MEETING2.002.002.00 RESPOND TO RFIs1.002.004.004.00 PROGRESS MEETING ATTENDANCE2.0016.004.00 UTILITY MEETING ATTENDANCE2.0012.004.00 CONTRACTOR COORDINATION1.008.004.00 COORDINATION WITH CITY CONSTRUCTION INSPECTOR8.008.008.00 MISCELLANEOUS MEETINGS4.004.00 CONSTRUCTION INSPECTION - 20264.001360.00 CONSTRUCTION PROJECT MANAGEMENT - 20264.00120.00 TOTAL HOURS16.00172.0030.001368.004.001,590.00 BILLING RATE (WEIGHTED)$ 300.00 $ 250.00 $ 195.00 $ 175.00 $ 135.00 TOTAL DIRECT LABOR$ 4,800.00$ 43,000.00$ 5,850.00$ 239,400.00$ 540.00 $ 293,590.00 DIRECT COST$ 3,545.00 TOTAL$ 297,135.00 TOTAL NOT TO EXCEED FEE (HOURLY)$ 297,130.00 DIRECT COST SUMMARY SITE170TRIPS @25.00MILES @$ 0.70PER MILE$ 2,975.00 CITY HALL4TRIPS @25.00MILES @$ 0.70PER MILE$ 70.00 MISCELLANEOUS, PAPER & PRINTING$ 500.00 3,545.00 Construction Phase Services Page 11of11 EXHIBIT B Invoice Date: Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name Jeff Hill A&F Engineering Co., LLC Vice President 30th April 25 Jeff HillJffHill Jeff hill 4/28/2025 A & F ENGINEER CO, LLC SUITE 201 INDIANAPOLIS, IN 46240 - 116695 8365 KEYSTONE CROSSING 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 New Professional Services Agreement 5/7/25 City Engineering's Office 1 Civic Square Carmel, IN 46032- 003050 UNITPRICEDESCRIPTIONUNITOFMEASUREQUANTITY Page 1 of 1 Laurie Slick 100137 2200Department:0Fund:2024 Bond 44-628.71Account: 24-ENG-04 - Carmel Drive - from Keystone to Range Line Improvements - Design 1 $819,610.00 $819,610.00Each 24-ENG-04 - Carmel Drive - from Keystone to Range Line Improvements - Inspection 1 $972,130.00 $972,130.00Each 1,791,740.00SubTotal 1,791,740.00 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. 116695 ORDERED BY TITLE City Engineering's Office 1 Civic Square Laurie Slick Carmel, IN 46032- Jeremy Kashman Zac Jackson Chief Infrastructure Officer CFO