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