HomeMy WebLinkAboutParsons Transportation Group, Inc./Engr Corr brad- ci, 10- b C
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed $134,000.00 APR AS TO FORM BY
AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT FOR PROFESSIONAL SERVICES "Agreement is hereby made and
entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works
and Safety (hereinafter "City and Parsons Transportation Group Inc., (hereinafter "Professional
RECITALS
WHEREAS City owns and is responsible for the operation and maintenance of its property,
personnel, public works and infrastructure; and
WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing
responsibilities; and
WHEREAS, Professional is experienced in providing and desires to provide to City the
professional services "Services referenced herein; and
WHEREAS, City desires to engage Professional as an independent contractor for the purpose of
providing to City the Services referenced herein;
NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions
set forth herein, City and Professional mutually agree as follows:
SECTION 1. INCORPORATION OF RECITALS
The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof.
SECTION 2. SCOPE OF SERVICES
2.1 City desires to engage Professional as an independent contractor for the Services set forth in
attached Exhibit A, incorporated herein by this reference.
2.2 Professional understands and agrees that City may, from time to time, request Professional to
provide additional or modified Services to City. When City desires additional Services from
Professional, the City shall notify Professional of such additional Services desired, as well as the
time frame in which same are to be provided. Only after City has approved Professional's time
and cost estimate for the provision of such additional Services, has encumbered sufficient monies
to pay for same, and has authorized Professional, in writing, to provide such additional Services,
shall such Services be provided by Professional to City. A copy of the City's authorization
documents for the purchase of additional Services shall be numbered and attached hereto in the
order in which they are approved by City.
2.3 Time is of the essence of this Agreement.
[Z \shartnIXPeofISvcs S Goods Svcs Enginuring 2010TARSONS TRANS. GROUP Prok�.innal SwieG FORM Rev 2009.) :X/27/2010 3 OS PM]
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed $134,000.00
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 211 -401
funds.
3.5 City shall designate the Mayor or his 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 Hundred Thirty Four Thousand Dollars ($134,000.00) (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 sixty (60) 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.
[Z: hsu0Prnl.Svcs Gads Svcs\Engine. i ng\201115PARSONS TRANS. GROUP Prnks,ianal Savin, FORM Rev 2009.d2:8/27/2010 3:05 PM]
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed $134,000.00
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 December 31,
2010, and shall, on the first day of each January thereafter, automatically renew for a period of one
(1) calendar year, unless otherwise agreed by the parties hereto.
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.
[Z:khwuNrol.Svc Gods Svcs EnginceringU111 TRANS. GROUP Professional Servic4s FORM Rev 2009.d3:8/27/2010 3:05 PM]
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed $134,000.00
7.5 Insurance.
Professional shall procure and maintain with an insurer licensed to do business in the State of
Indiana such insurance as is necessary for the protection of City and Professional from all claims
under workers' compensation, occupational disease and /or unemployment compensation acts,
because of errors and omissions, because of bodily injury, including, but not limited to, the
personal injury, sickness, disease, or death of any of Professional's employees, agents or
contractors and /or because of any injury to or destruction of property, including, but not limited to,
any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set
forth on attached Exhibit C. Such insurance policies shall not be canceled without thirty (30)
days' prior written notice to City.
7.6 Liens.
Professional shall not cause or permit the filing of any lien on any of City's property. In the event
such a lien is filed and Professional fails to remove it within ten (10) days after the date of filing,
City shall have the right to pay or bond over such lien at Professional's sole cost and expense.
7.7 Default.
In the event Professional: (a) repudiates, breaches or defaults under any of the terms or conditions
of this Agreement, including Professional's warranties; (b) fails to perform the Services as
specified; (c) fails to make progress so as to endanger timely and proper completion of the
Services and does not correct such failure or breach within five (5) business days after receipt of
notice from City specifying same; or (d) becomes insolvent, files, or has filed against it, a petition
for receivership, makes a general assignment for the benefit of creditors or dissolves, each such
event constituting an event of default hereunder, City shall have the right to terminate all or any
part of this Agreement, without liability to Professional and to exercise any other rights or
remedies available to it at law or in equity.
7.8 Government Compliance.
Professional agrees to comply with all laws, executive orders, rules and regulations applicable to
Professional's performance of its obligations under this Agreement, all relevant provisions of
which being hereby incorporated herein by this reference, to keep all of Professionals' required
professional licenses and certifications valid and current, and to indemnify and hold harmless City
from any and all losses, damages, costs, liabilities, damages, costs and attorney fees resulting from
any failure by Professional to do so. This indemnification obligation shall survive the termination
of this Agreement.
[Z: \sharni\Prof:Svcs Goal. Svc, \Enginwing\2l11(I\PARSONS TRANS. GROUP Prof sional SWILCS FORM Rev 20 09.44 8/27/2111(1 1 115 PM]
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed $134,000.00
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 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.
7.12 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 Douglas C. Haney
Department of Administration Carmel City Attorney
One Civic Square One Civic Square
Carmel, Indiana 46032 Carmel, Indiana 46032
ATTENTION: Mike McBride
PROFESSIONAL:
Parsons Transportation Group Inc.
101 W. Ohio Street, Suite 2121
Indianapolis, Indiana 46204
ATTENTION: Nick Harrison
[Z:VharaAProtSvcs Goods Sv 1Engncvuhg\2010\PARSONS TRANS. GROUP Prof sional Savie FORM Rev 2009 ‘15 :8 /27/2010 3 :05 PM]
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed $134,000.00
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.
7.13 Effective Date.
The effective date "Effective Date of this Agreement shall be the date on which the last of the
parties hereto executes same.
7.14 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.
7.15 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.
7.16 Non Assignment.
Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder
without City's prior written consent.
7.17 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.
7.18 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.
]Z: \h:redlProl:Svcs Goods Sy, \Engim ,ing32U10\PARSONS TRANS. GROUP P,ofc.sionnl Sr ig, FORM Rev 2009.4 8/27/20107 .05 PM]
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed $134,000.00
7.19 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.
7.20 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.
7.21 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.
7.22 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.
7.23 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.
7.24 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.
[Z: \shared\ProfSvcs Goods Svo1Engu08870g120101PARSONS TRANS. GROUP Prof,sfonal Services FORM Rev 2009.d7:S/27/2010 1 :05 PM]
Parsons Transportation Group Inc.
Engineering Department 2010
Appropriation #211 -401; P.O. #27447
Contract Not To Exceed 134,000.00
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA PARSONS TRANSPORTATION GROUP INC
by and through its Board of Public
Works and Safety
BY: BY: zi://,
AT --Pres
James Brainard, Presiding Officer Authori? Signature
ate:
(9..12-714„..-1/190 Printed Name: SI dSa 4.1
Mary n Burke, ember Title: J.•c4_
Date:
ID /TIN: 3 O 2 2
Lori S. Wa+soi 1 mber SSN if Sole Proprietor:
Date: 9'/15 5110 71/
ATTE T:
Lana Cordray, IAMC, Jerk- Treasurer
Date:
%:4,.Ut4I,Prn1$tti(.0 G >,I, sys'I:41;tntIm0.2UI(IS'AR%O SHUNS 01{O:I1' Prm.,K1441 ltl f(1101 2U0'1 t'U'M27/2111111:051'.
EXHIBIT A
SCOPE OF SERVICES
RANGELINE ROAD DESIGN AND CORRIDOR STUDY
CITY OF CARMEL
Overview
This scope of services identifies the tasks that Parsons Transportation Group Inc. (THE
CONSULTANT) and its subconsultants will follow in conducting the planning and design
services for the Rangeline Road Project (THE PROJECT) for The City of Carmel (THE CITY).
To clearly identify the different elements and associated services of THE PROJECT, the scope is
divided into two parts. The description of each part is as follows:
Part I 30% Design
This section includes services to be performed to produce design plans of sufficient detail to
determine the construction footprint and required right -of -way for proposed road improvements
in the area of proposed redevelopment at Rangeline Road and Carmel Drive. Project limits are
along Rangeline Road from Carmel Drive to Executive Drive, Executive Drive from Rangeline
Rd. to proposed Veterans Way, Veterans Way from existing Veterans Way to Carmel Drive, and
Carmel Drive from Veterans Way to Rangeline Road for a total length of approximately 0.55
miles.
Part II Rangeline Corridor Planning
This section includes services to be performed to produce a "Corridor Planning Study" report for
Rangeline Road from 116` Street to Main Street. The intent of this report will be to provide
typical section alternatives that are in accordance with THE CITY's desires for this corridor and
provide adequate traffic capacity and operation on Rangeline Road and adjacent streets. A
VISSIM model will be developed, accounting for increased traffic from new developments in the
vicinity, projected traffic reduction as a result of the completed Keystone Parkway project and
access management elements desired by THE CITY along or adjacent to Rangeline Road. The
above data will be used to draft a "Purpose and Need" statement for the corridor, so as to create a
seamless transition between this study and any further environmental documentation required to
design and construct the proposed corridor. In addition, the planning study will provide aesthetic
and landscaping guidelines for the corridor.
The following is a detailed description of the work categories to be completed as part of the scope
of services:
PROJECT MANAGEMENT
This task includes the overall management of THE PROJECT, general project oversight, and
activities relating to coordination with THE CITY and local stakeholders for Parts I and II of this
scope of services as defined above.
Progress Meetings with THE CITY
Monthly progress meetings will be held with THE CITY to discuss schedule, design status,
deliverables, and review the satisfaction of THE CITY regarding how THE PROJECT is
proceeding.
EXHIBIT
Coordination with Stakeholders
THE CONSULTANT will attend meetings with local stakeholders as requested by THE CITY.
THE CONSULTANT will also provide information regarding the design of THE PROJECT to
stakeholders as requested by stakeholder and approved by THE CITY. Information provided by
THE CONSULTANT may include: electronic base files, hard copy base maps or plans, and
review comments of proposed site plans in relation to the road project.
Subconsultant Management
A defined scope of work and formal subconsultant agreement will be defined, managing the
communication process, and reviewing the QC procedures that THE SUBCONSULTANT will
use to check their work for THE PROJECT. This task will also include the management of the
monthly subconsultant invoicing and schedule compliance.
Schedule
Based on major milestone or deliverable dates provided by THE CITY, THE CONSULTANT
will develop a schedule that will identify THE PROJECT work tasks and corresponding level of
effort to complete the task. The schedule will be updated as needed and presented at monthly
progress meetings for approval.
Monitoring and Invoicing
Monitoring efforts will focus on examining the projected level of effort versus actual.
Monitoring efforts will include monitoring of schedule compliance and variance analysis in
schedule performance.
Monthly summary reports will be provided to THE CITY. A monthly progress report and invoice
will be generated for THE PROJECT. The invoice will include all subconsultant invoices and
documentation.
Utility Coordination Meeting
THE CONSULTANT, THE CITY, and appropriate stakeholders will hold a meeting with utility
companies affected by the project as defined in Part I prior to the submittal of 30% plans. The
purpose of the meeting will be to make utility companies aware of THE PROJECT and discuss
potential conflicts to initiate the need for design modifications or utility relocation plans.
Miscellaneous Exhibits
At the request of THE CITY, THE CONSULTANT will generate two dimensional graphical
exhibits of THE PROJECT to be used for meetings, presentations, or any use that THE CITY
deems necessary.
2
PART I 30% DESIGN
Task 1.1 —Survey
THE CONSULTANT will provide survey services within the roadway limits listed below for a
total surveyed area of approximately 5400 linear feet.
a. Rangeline Road from just north of Shoshone Drive to 600 feet south of Carmel Drive
b. Carmel Drive from 1000 feet west of Rangeline to 500 feet east of Rangeline
c. Veterans Way from the Carmel City Hall building to Carmel Drive (mostly new corridor)
d. Executive Drive from proposed Veterans Way to 500 feet east of Rangeline
Subtask 1.1.1 Existing Utilities
THE CONSULTANT will coordinate with owners of buried utilities to locate their facilities
where they may exist so that they may be accurately shown on the drawings. Subsurface utility
exploration is not included in this scope of services.
Subtask 1.1.2 Topographic Survey
Survey shall locate all features which exist within the designated survey corridor including but
not limited to:
Roadways, paved areas, sidewalks, curb ramps, curb and gutters (back edge and
front face), driveways and other similar features (also identify gravel /pavement
edges or dissimilar pavement materials edges)
Embankments and slopes
Buildings or other permanent structures
Above and below ground utilities including culverts, sanitary Imes, water mains,
storm lines, telephone, electric, cable TV and other apparent utilities in plan view
only.
Property lines and property corners and monumentation for all properties along
the route
Trees, bushes, shrubs and other vegetation boundaries
Benches, lighting and other landscaping
Fence corners and fence lines
Ditches and drainage ways
Culvert head walls and end sections
Other miscellaneous point features
Manholes, catch basins, inlets (including rim and invert elevation and size
information for each pipe entering /leaving the structure and a sketch of each
structure's connections)
Control Points and benchmarks used for the survey including references to those
points and a description of the points.
Subtask 1.1.3 Topographic Mapping
THE CONSULTANT will create a topographic map of the surveyed data at an agreeable scale,
connecting survey points into appropriate linear features. The mapping work shall provide
sufficient detail within the project boundaries to complete engineering analysis, development of
-3-
3�C2
construction drawings, and assure that contractor can accurately locate and place all
improvements.
Subtask 1.1.4 Existing Right -of -Way Research
THE CONSULTANT will provide research for the project in order to create existing right -of -way
lines and apparent property lines throughout the project area. This line work and research
information as well as addresses will be included in the deliverable drawings.
Task 1.2 Engineering and Design
This task defines engineering services performed in order to produce plans at a sufficient level to
determine construction footprint and right -of -way required for Part I as defined above.
Subtask 1.2.1 Typical Section
THE CONSULTANT will develop typical sections for Rangeline Road, Carmel Drive, Executive
Drive, and Veterans Way. Typical sections will be designed in accordance with City, State, and
Federal standards. Sections will identify lane and shoulder widths and cross slopes, parking lanes,
curb, sidewalk, clear \obstruction free zone, and side slopes. Typical sections will identify
locations of guardrail, barrier, and retaining wall as necessary.
Subtask 1.2.2 Horizontal Alignment
Horizontal alignments will be defined for Rangeline Road, Carmel Drive, Executive Drive and
Veterans Way. Alignments will be designed in accordance will City, State, and Federal standards.
Horizontal alignments will be based off existing survey control and designed to realign roads due
to proposed intersection location, avoidance of critical existing features (i.e. detention pond south
of City Hall), and proposed site development. Calculations will be completed for controlling
criteria and submitted at the request of THE CiTY.
Subtask 1.2.3 Vertical Alignment
THE CONSULTANT will design vertical profiles for Rangeline Road, Carmel Drive, Executive
Drive and Veterans Way. Profiles will be designed in accordance will City, State, and Federal
standards. Profiles will be based off survey data and designed to minimize project limits and
impact to adjacent property, convey existing drainage patterns, and maximize earthwork balance.
Calculations will be completed for controlling criteria and submitted at the request of THE CITY.
Subtask 1.2.4 Intersection Design
THE CONSULTANT will provide detailed roundabout analysis RODEL Mode 1 and 2) of the
Rangeline Road at Executive and Carmel Drive intersections. Data available from the "Traffic
Congestion and Safety Study" (by DLZ, December, 2009) will be used to conduct the analysis and
thus no additional data collection is anticipated. The output from the RODEL analyses will include
the following:
a. Roundabout Diameters,
b. Entry Widths,
c. Flare Lengths,
-4-
d. Average Delay by Approach and the Overall Delay of the Intersections in Seconds,
e. Level of Service at the forecast design volumes, and
f. Scalable drawings of the proposed roundabouts depicting the design geometry.
Subtask 1.2.5 3D Modeling
THE CONSULTANT will utilize Microstation and InRoads design software packages to generate
three dimensional models of Rangeline Road, Executive Drive, Carmel Drive and Veterans Way.
The 3D models will be used to generate cross sections for plan production, proposed contours and
earthwork quantities.
Subtask 1.2.6 Drainage Design
THE CONSULTANT will develop a conceptual plan for collecting and treating stormwater
runoff from the proposed street system in accordance with The City of Carmel Stormwater
Technical Standards Manual. Plans will indentify the location of trunk lines, treatment facilities,
and discharge points. Calculations will be performed to identify approximate runoff rates for
design of trunk lines.
Task 1.3 Utility Coordination
In addition to the "Utility Coordination Meeting" as defined in the "Project Management" section
of this scope of services, THE CONSULTANT will perform utility coordination services to a
sufficient level to determine the owners of utilities within THE PROJECT limits, locations of
existing facilities, and potential design changes to be made to mitigate utility relocation.
Subtask 1.3.1 Review Existing Plans and Permits
Upon request from THE CONSULTANT, THE CITY will provide existing or "as- built" plans
available for roads within the project limits. These plans will be used to determine what utilities
are in the vicinity of the project. THE CITY will also provide THE CONSULTANT permit files
to determine what Utility has been issued permits within the geographical limits of the project.
Subtask 1.3.2 Investigate Field Conditions
THE CONSULTANT will visit the site of THE PROJECT to determine the names of utilities and
types of facilities through visual inspection.
Subtask 1.3.3 Review Information Provided by Indiana 811
THE CONSULTANT will utilize the Indiana 811 website to obtain a list of Utility companies
that have facilities in the area.
Subtask 1.3.4 Review Utility Plans
THE CONSULTANT will request plans or any available information from the Utility owner.
These utilities will be incorporated into the 30% plan deliverable and THE CONSULTANT will
determine if survey of facilities is required.
5-
Task 1.4 Plan Production
This task covers the design, drafting, and QC \QA services of the plan deliverable for the 30%
design plans. The plan set will be delivered in both electronic form and hard copy on or before
the scheduled date as determined by THE CITY and THE CONSULTANT. The format and
content will be consistent with sample plans provided by THE CITY. The plan set will include
the following:
Title, index and Information Sheet Title will be formatted with consistency to sample plans
provided by THE CITY. Index and information sheet will identify sheets in the plan set, traffic
data, and utility contact information.
Typical Sections Typical Section sheets will be created for Rangeline Road, Carmel Drive,
Executive Drive, and Veterans Way. Sheets will display all elements as identified in Subtask
1.2.1.
Plan and Profile Plan and profile sheets will be developed for Rangeline Road, Carmel Drive,
Executive Drive, and Veterans Way. Sheets will display existing topographic features, existing
right -of -way, property lines, and easements, proposed road elements, drainage trunkline and
outlet locations, available utility information, and available proposed site plans. Site plans that are
not surveyed will be labeled as such and considered for information only.
Preliminary Intersection Details Detail sheets will be developed for each road -to -road
intersection within the project limits. Details will be preliminary in nature but will define lane
width and designation, approach and roundabout horizontal geometry, and pavement markings.
Cross sections Cross sections will be created at 50' intervals for Rangeline Road, Carmel Drive,
Executive Drive, and Veterans Way. Cross sections will include templates of typical sections
placed on existing cross sections, profile -grade elevation, drainage trunkline and structures over
36" diameter, preliminary ditch and retaining wall locations.
Task 1.5— Cost Estimating
A preliminary cost estimate will developed for the 30% plan submission. A contingency will be
added to the estimate appropriate to the level of design.
Subtask 1.5.1 Quantity Calculations
Detailed quantities computations will be completed for all known items at the 30% design
submittal. items that are unknown at this level of design will be estimated based on engineering
judgment.
Subtask 1.5.2 Unit Price Research
THE CONSULTANT will review previous bids on projects similar in size from THE CITY,
other nearby municipalities, and INDOT to determine appropriate unit pricing for bid items to be
included in the cost estimate.
-6-
66
Subtask 1.5.3 Develop Preliminary Cost Estimate
THE CONSULTANT will use the data from the subtasks above to develop a cost preliminary
estimate for the 30% plan submittal. The cost estimate will be submitted through hard copy and
electronically with the plans.
Task 1.6 Environmental Services
The purpose of this task is to complete the environmental analyses needed to position the project
to utilize federal funds for construction of improvements to the intersection of Rangeline Road
and Carmel Drive. Based on current information available, it is anticipated that the project will
require a Level 2 Categorical Exclusion (CE -2) under INDOT's Programmatic Agreement with
the Federal Highway Administration (FHWA) for the clearance of minor projects under the
National Environmental Policy Act (NEPA). The activities identified below are based upon the
current information regarding the improvements and anticipated impacts; additional activities not
included in this scope that may be required to complete the analysis are identified.
Subtask 1.6.1 INDOT Environmental Coordination
THE CONSULTANT will hold meetings with INDOT Greenfield District's Environmental
Scoping Manager at two key milestones:
At the project's inception, to confirm the approach and scope of environmental review for
the project, and
Upon completion of a draft CE document, to review the document and any comments on
it.
Subtask 1.6.2 Red Flag Survey
THE CONSULTANT will visit the site and complete a Red Flag Survey in accordance with
INDOT methodologies. This review will document any major environmental resources or
concerns that must be accounted for during project development. To facilitate this task, THE
CITY will provide THE CONSULTANT with the following:
Geographic Information System (GIS) data including parcel boundaries and
ownership data in ArcGIS shapefile format, and
Any plans, studies, or proposals for the area, including long -range transportation and
land use plans.
Subtask 1.6.3 Early Coordination
THE CONSULTANT will prepare an Early Coordination Letter (ECL) to be distributed to
resource agencies and to Section 106 consulting parties to identify issues that must be addressed
during completion of the environmental process. The ECL and distribution list will be reviewed
by THE CITY prior to being mailed.
Subtask 1.6.4 Purpose and Need
Based on the analysis performed under Task 1.2 above, THE CONSULTANT will develop a
draft Purpose and Need statement for the project for review by THE CITY. The document will
be in the form of a memo and will be organized such that it can be incorporated directly into the
CE -2 document.
k
-7-
`z
Subtask 1.6.5 Cultural Resources
THE CONSULTANT will prepare a Phase la archaeological survey and a Historic Properties
Report for the project area. The archaeological survey will include background research and a
field review consisting of a walkover and, if necessary, 30 -cm diameter shovel tests. Any
artifacts recovered will be analyzed and reported to the Indiana Department of Natural Resources
Division of Historic Preservation and Archaeology. The architectural survey will identify above
ground structures on or eligible for listing on the National Register of Historic Places. The results
of each survey will be provided to THE CITY in a technical report.
Subtask 1.7.6 CE Document
THE CONSULTANT will prepare a draft CE -2 document in accordance with INDOT procedures
and guidance. The document will be submitted to the INDOT Greenfield District Environmental
Scoping Manager for release for public review. Because of the currently anticipated impacts,
THE CITY will be required to offer the opportunity for a public hearing. THE CONSULTANT
will provide to THE CITY a notice for publication; THE CITY will be responsible for placing the
advertisement in the appropriate publications. It is assumed that no public hearing will be
required.
THE CONSULTANT will receive and address any comments from agencies or the general public
on the CE document. The CE will be revised and submitted to THE CITY and INDOT
Greenfield District for approval.
The following assumptions are made regarding the activities required to complete the CE
document:
No noise analysis is required.
THE CITY is responsible for ensuring that the project is listed on the region's
Transportation Improvement Program (TIP).
No Phase 1 or Phase II Environmental Site Assessment is included in the scope.
There are no Section 4(f) resources (parks, recreational facilities, wildlife refuges, or
historic properties) located within the project area.
Coordination with resource agencies (1DNR, IDEM, USACE, USFWS, etc.) will be
limited to the Early Coordination Letter process.
There are no streams, rivers, ditches, or any other waterways in the study area.
PART II CORRIDOR PLANNING
Task 2.1— Corridor Traffic Analysis
Subtask 2.1.1 Data Collection
THE CONSULTANT will obtain from THE CITY of Carmel and other agencies as appropriate any
additional information available for the study area. The study area for purposes of the corridor
planning analysis will consist of the area bounded by 131 St \Main St. on the north, 116th St. on the
south, and one quarter mile east and west of Rangeline Road within these limits. The corridor
analysis will also include some signal controlled intersections beyond this boundary for purpose of
8
accounting for their influence on the study area in terms of their platooning effect.
The intersections to be studied are as follows.
a. Rangeline Road/I 16th St (signal controlled)
b. Rangeline Road /Medical Drive (signal controlled)
c. Rangeline Road /Civic Square (south intersection)
d. Rangeline Road /Shoshone Drive
e. Rangeline Road /Gradle Drive (signal controlled)
f. Rangeline Road /Civic Square/Napanee Drive
g. Rangeline Road /Winona Drive (signal controlled)
h. Rangeline Road /Executive Drive (roundabout)
i. Rangeline Road /Cannel Drive (roundabout)
j. Rangeline Road/I26 /Adams St /City Center Drive (signal controlled)
k. Rangeline Road /6`'' Street, SE
1. Rangeline Road/5 Street, SE
m. Rangeline Road /3 Street, SE
n. Rangeline Road/131' Street /Main St. (signal controlled)
Where data is not available from the December 2009 DLZ study for these locations, peak period
turning movement and pedestrian counts (7:00 9:00 A.M., 11:00 A.M. to 1:00 P.M., and 4:00 to
6:00 P.M.) will be collected on a weekday. In addition, if recent directional 24 hour traffic volume
counts are unavailable, such counts will be made at the following locations: Rangeline Road north
of 116 Street, Rangeline Road north of 126' Street and Rangeline Road south of 131' Street.
Subtask 2.1 .2 Field Investigation
A field review will be conducted to identify the physical characteristics of the study areas'
surrounding roadway system (existing lane- use, confirm traffic signal locations, signal timing,
posted speed limits, etc.) that may have changed since the DLZ study.
Subtask 2.1.3 VISSIM Model Development and Existing Capacity Analysis
A VISSIM model, which is an advanced microscopic simulation software package, will be
developed to analyze existing traffic conditions for the study area. Statistical data and reports that
define measures of effectiveness within the roadway network will be obtained from the modeling
output. Graphical animations will also be produced to demonstrate the traffic conditions. These
animations will be produced in AVI format which can be played on any Windows -based computer.
Subtask 2.1.4 Trip Generation Analysis
A trip generation analysis will be performed for developments that are anticipated based on
information obtained from the City's Planning Department or an appropriate growth factor will be
agreed upon to apply to existing volumes to account for traffic growth in future years. if trip
generation analysis is conducted it will be done using information presented in the most recent
edition of Trip Generation, published by the Institute of Transportation Engineers. Trip generation
estimates will be prepared for the weekday A.M., Mid -day, and P.M. peak hours. THE
CONSULTANT will adjust for pass -by traffic where appropriate.. An estimate of the distribution
of these added trips will be developed, based on an analysis of existing traffic patterns in the area or
other means THE CONSULTANT deems appropriate. The addition of this traffic to the existing
traffic at the study intersections will provide traffic volumes for the "fixture traffic" scenario.
Subtask 2.1.5 Future Condition Intersection Capacity Analysis
The VISSIM model from Subtask 2.1.3 will be modified to account for changes in traffic control
(e.g., roundabouts) and other road system changes, such as changes to the cross section of
Rangeline Road and access points where appropriate. Capacity analyses will be performed for the
study intersections noted above for the "future traffic" scenario.
The results of the future traffic analysis will be reviewed to identify any unacceptable levels of
service (defined as Level of Service "E" or worse). The VISSIM model will also identify areas of
unacceptable queues or other adverse conditions that may need correction. Where necessary,
mitigation measures will be identified to offset the impacts associated with the traffic.
Subtask 2.1.6 Access Management and Operational Characteristics
A review of proposed reconfiguration of access points, lane configurations and reductions, on- street
parking locations, and other traffic and pedestrian characteristics will be made to identify any
potential operational or safety issues. Concurrently, the CONSULTANT will meet with the CITY
to identify specific areas of concerns. The CONSULTANT will develop an access management
plan and propose other improvements or mitigation measures as appropriate and present the results
to the CITY for consideration and approval prior to incorporating into the final report.
Task 2.2 Landscape Master Plan
As part of the corridor study, THE CONSULTANT will develop a Corridor Aesthetics and
Landscape Master Plan to depict the proposed roadside landscape treatments for the initial phase
of the corridor as well as subsequent phase of the work. Specific areas that will be addressed
include:
Retaining wall aesthetics
Street tree and tree lawn requirements
Irrigation requirements
Roundabout and median treatments
Landscape Lighting guidelines
Interface guidelines with properties along the corridor
Possible crosswalk treatments
THE CONSULTANT will coordinate with THE CITY Urban Forestry Department for approval
of landscape prior to completion of the study.
Task 2.3 Typical Sections
A�
10-
crft
Based on analysis and recommendations identified in Task 2.1, THE CONSULTANT will develop
schematic typical section alternatives to be included in the final report. Typical sections will be
architectural renderings and will identify lane configurations and widths, on- street parking, median
type, park strips, sidewalk, and estimated right -of -way corridor required.
Task 2.4 Cost Estimate
THE CONSULTANT will develop a baseline cost estimate in cun year (2010) dollars for the
improvements recommended in the final report. The cost estimate can be adjusted for future years
using industry accepted inflation rates to match funding years provided by THE CITY. THE
CONSULTANT will estimate quantities and cost for proposed road construction items, and
estimate right -of -way costs using anticipated right -of -way needed and most current parcel value
information provided by THE CITY.
Task 2.5 Corridor Planning Report
THE CONSULTANT will submit an electronic and hard copy of the final report to THE CITY on
or before the date agreed upon by THE CONSULTANT and THE CITY. The report will include
the traffic analysis and recommendations as discussed in Task 2.1, the typical sections alternatives
as identified in Task 2.3, and the cost estimate as identified in Task 2.4. It will also include a draft
Purpose and Need statement that will form the foundation on which future improvements can be
advanced either collectively or on an individual basis. A basic outline of the contents of this report
is listed below:
A. Introduction
B. Purpose and Need
C. Identification of Alternatives
a. No -Build
b. Proposed 3 -lane Rangeline Rd.
c. Intersection Improvements
D. Traffic Analysis
E. Access Management
F. Landscape Guidelines
G. Cost Estimate
A,
-11-
,`013\v
Exhibit B
Labor Rates
Personnel Classifcations Rate
Principal/ Project Director $258.00
10
Dept. Head $195.00
9
Sr. Project Mang/ Principal Eng $165.00
8
Project Manager $150.00
7
Sr. Engineer/ Surveyor $129.00
6
Engineer/ Sr. Technician $114.00
5
Graduate Engineer/ Survey
4 Crew Chief $81.00
Grad. Scientist/ $82.50
3 Technician /Surveyor
Office Support $73.50
2
Intern $54.00
1
\IA `2"