Loading...
A&F Engineering/ENG/95,200/116th & Gray RAB design A&F Engineering Engineering Department-2015 Appropriation#202-4350900; P.O.#32917 , Q F� Contract Not To Exceed$95,200.00 �1�` JAO 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 A&F Engineering(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. IiCmam.Nrti S.a A G.b Sa."aµneorinRW l RARF Eut+^comp A.Qvnvml Senor FORM Rev qxw IDIE An WI 7929153:19 YUI A&F•Engineering Engineering Department- 2015 Appropriation#202-4350900: P.0 #32917 Contract Not To Exceed $95.200.00 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 202-4350900 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 Ninety-Five Thousand Two Hundred Dollars ($95,200.00) (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. [5'Cnnl, tWwl Y.nG,d,S,d[:mmmnnpClISNAF Firenmam,e Pr Je..rvneJ Son.a.Ioxn,u,,P!^,li'I:a„m3N2015;:a P'.q 1 AST.Engineering Engineering Department-2015 Appropriation#202-4350900; P.O.#32917 Contract Not To Exceed$95,200.00 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, 2015, 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. Is Cml,a,Mn4 S,. A G,,J,S,,.V iW^emiitl4yl,MFF L.fl,cui..P,IR .1,,,'Scnnec FORM Rev o,, 'DI7,k'"/IRR01i S IV Poll 3 A&F Engineering Engineering Department-2015 Appropriation#202-4350900; P.O.#32917 Contract Not To Exceed$95,200.00 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. 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. I&KnmmnaV,M.S', &G,A Sr.aLLnCnnung 10 ISU&FL ''ad' rr¢adnnl Snwu rOR51 Rea Jrnc 2012 An 9/1)4015J.1'1 TII 4 A&F Engineering Engineering Department-2015 Appropriation#202-4350900; P.O.#32917 Contract Not To Exceed$95,200.00 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 D, 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 D. 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. 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. l5'fxiunuV'r{tmR G..I.S,..,Li,F^«m¢l30'MA,r h,'!fl,aI,,R I1 k 9lml,I S,,9lx.FORM Re.p,i III L 9 W I100IS J.14 PUI 5 A&F Engineering Engineering Department-2015 Appropriation#202-4350900; P.O.#32917 Contract Not To Exceed$95,200.00 7.13 Notice. Any notice, invoice, order or other correspondence required or allowed to be sent pursuant to this Agreement shall be written and either hand-delivered or sent by prepaid U.S. certified mail, return receipt requested, addressed to the parties as follows: CITY: City of Carmel Douglas C.Haney Department of Carmel City Attorney One Civic Square One Civic Square Carmel, Indiana 46032 Carmel, Indiana 46032 ATTENTION: PROFESSIONAL: A&F Engineering 8365 Keystone Crossing, Suite 201 Indianapolis, Indiana 46240 ATTENTION:William J. Fehribach, P.E. Notwithstanding the above, City may orally provide to Professional any notice required or permitted by this Agreement, provided that such notice shall also then be sent as required by this paragraph within ten (10) business days from the date of such oral notice. 7.14 Effective Date. The effective date ("Effective Date") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.15 Governing Law; Lawsuits. This Agreement shall be governed by and construed in accordance with the laws of the State of Indiana, except for its conflict of laws provisions, as well as by all ordinances and codes of the City of Carmel, Indiana, The parties agree that, in the event a lawsuit is filed hereunder, they waive any right to a jury trial they may have, agree to file such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 7.16 Waiver. Any delay or inaction on the part of either party in exercising or pursuing its rights and/or remedies hereunder or under law shall not operate to waive any such rights and/or remedies nor in any way affect the rights of such party to require such performance at any time thereafter. IS CnurunP,JSn.R Gn4r$nM'.np revnnplOHWPPF"npw'nc Pmfna,o,uI nxu P0KMKr.pm,EUl!Ikcp/I1J?0I )IY P\II 6 A&F Engineering Engineering Department-2015 Appropriation#202-4350900; P O.#32917 Contract Not To Exceed$95,200.00 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. 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. IS\Cn4anVnfSM1�F(i,a.6 5'.aTnCui<ni a 0111154‘&1 Engiattnn Mat H«pow 2UI 2al.,9/I 7(211 fl 19 P211 7 A&F Engineering Engineering Department-2015 Appropriation#202-4350900; P.O.#32917 Contract Not To Exceed$95,200.00 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 IRAN CERTIFICATION. Pursuant to I.C. § 5-22-16.5, the Professional shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 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. (remainder of page intentionally left blank) ISTmnuNn(S.. ,Q. kS.aNiil6atl^FUUIMA FEµrerri.,oU^,fmnnv-0S.Im FORK 0.o fcu 2013...91I 1,T13 LI'J PRO 8 A&F Engineering Engineering Department-2015 Appropriation#202-4350900; P.O.#32917 Contract Not To Exceed$95,200.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA A&F Engineering by and through its Board of Public Works and Safety BY: BY: NDT 7:22421 /)/71 } c�v�� James Brainard, Presiding Officer thorid Signature Date: /V7-7! Printed Name: Renye I Title: V,ce Pxesrde4+ May Ann ur e, emb r Date: O FIDrrIN: 3S 2093/fit Last Four of SSN if Sole Proprietor: LorilS.Wa , Mem er Date: Date:/ ���7/ 6" ATTEST: iana Cordray, IAMC, Cr -Treasurer Date: /0 — 7 7S IS"Q lr,,i.NM Snah Gnl,S,..L,]p rttn,rUIlISl,.(F F,efnr[rrnE Pv., "915[evx.ItR tP[.ryne 3111 ,I ,U/I)IMI5319 P\II 9 A&F ENGINEERING T HT R9ON ENG INMERINO 11UDIETH•TP APPFI CE INGMPIWNTEEARNINLG YSES PARKING LOT DESIGN •TRANSPORTATION PLANNING STUDIES Transportation & Site Engineering CONSTRICTION OBSERVATION•SITE ENGINEERING Creating Order Since 1966 REGISTRATION WILLIAM J.FEHRIBACH,P.E. INDIANA OF COUNCIL ILLINOIS STEVEN J.FEHRIBACH,P.E. IOWA PRESIDENT KENTUCKY R.MATTHEW BROWN,P.E. MICHIGAN VICE PRESIDENT OHIO MRSOVR JOSEPH T.RENGEL,P.E. FLORIDA VICE PRESIDENT August 10, 2015 Mr.Jeremy Kashman, P.E. City Engineer City of Cannel One Civic Square Carmel, Indiana 46032 Re: Supplemental Request for Roundabout Design 116th Street&Gray Road CMAQ Funding Dear Mr. Kashman, As we have discussed, there have been two significant unforeseen circumstances that have required significant preliminary design work that' has required additional manhours by A&F's staff and its subconsultants for this project. The first circumstance involves the addition of Duke Energy steel poles, and its authorized easements within the project limits. These Duke structures did not exist while the topographic survey was being performed, and Duke was in the process of recording these easements during that time period. Therefore, at this time,relocation of that steel pole in the southeast corner of the intersection would be very costly due to the easement. As a result,A&F, upon direction of the City has revised its design to minimize the impact to Duke's infrastructure within this easement. The second circumstance involves the property to the northeast corner of the intersection. Through the process of completing the environmental study, one of the interested parties, the Department of Natural Resources,determined that this parcel was Federally protected land as a result of a Federal grant that was received by the City several decades ago to improve this property. As a Federally protected land, any disruption of this land would need to be mitigated to get the environmental study approved for this project. Therefore, upon direction of the City, A&F has revised its design, and its subconsultants have revised the documentation for the environmental study to show no impacts to the aforementioned parcel in the northeast corner of the intersection. EXHIBIT A 8365 KEYSTONE CROSSING, SUITE 201 — INDIANAPOLIS, INDIANA 46240 TELEPHONE (317) 202-0864 — FACSIMILE (317)202-0908 Attached is a detailed manhour justification to accommodate these two significant unforeseen circumstances. The summary of fees is as follows: A&F Engineering-Design Fees $88,000.00 Subconsultants-Environmental Fees $7,200.00 Total Request for Supplemental $95,200.00 If you have any questions or concerns regarding this request, please feel free to contact me. Sincerely, A&F Engineering Co.,LLC �hlit/I/seph T. Rengel, P.E., P„AlOE Vice President • EXHIBIT A Z of6 A&F ENGINEERING CO.,LLC. MANHOUR JUSTIFICATION PROJECT:ROUNDABOUT ON 1161h STREET AND GRAY ROAD PROJA: DES.A: CLIENT: CITY OF CARMEL TASK: SUPPLEMENTAL%1-ROUNDABOUT REDESIGN DUE TO FEDERALLY PROTECTED PARK AND DUKE ENERGY POLE 08/10/15 ESTIMATED TIME IN HOURS Project CADD Admin WORK CLASSIFICATION Principal II Manager Engineer VIII Tech III Assistant PROJECT ADMINISTRATION 4.00 800 8.00 PRELIMINARY FIELD CHECK PLANS(STAGE I) PRELIM PLAN&PROFILE 3.00 20.00 20.00 REVISED CORRIDOR&LABELING 2.00 20.00 30.00 PREUM TYPICAL%SECTIONS 1.00 10.00 15.00 ROUNDABOUT LAYOUT 6.00 20.00 20.00 ROUNDABOUT LAYOUT CALCULATIONS 2.00 12.00 INLET SPACING 15.00 . PREUM TRUNKLINE DESIGN 10.00 60.00 30.00 PREUM APPROACH&DRIVE DETAILS 0.50 6.00 8.00 PREUM STRUCTURE DATA&PIPE MATERIAL 0.50 8.00 8.00 PREUM%SECTIONS 1.00 30.00 40.00 PRELIM PLAT NO 6.00 8,00 PRELIM DETAIL SHEETS 2.00 40.00 40.00 PRELIM CONSTRUCTION LIMITS j 3.00 10.00 PRELIM RIGHT-OF-WAY DESIGN 1,00 15.00 15.00 PREUM EROSION CONTROL PLAN 6.00 10.00 ' OUALTTY ASSURANCE 20.00 5,00 LEVEL I CALCULATIONS 15.00 5.00 SCHEDULE PREUMINARY FIELD CHECK 1.00 5.00 4.00 ' PRELIMINARY FIELD CHECK 4.00 4.00 PREUMIARY RIGHT-OF-WAY PLANS(STAGE 2) REVIEW&ANSWER PREVIOUS REVIEWS 1.00 5.00 FINAL RIGHT OF WAY DESIGN 1.00 8.00 10.00 MODIFY FOR RIGHT OF WAY PLANS 3,00 12.00 14.00 UPDATE PLAN&PROFILE 2.00 25.00 20.00 FINAL PUT NO.I 2.00 4.00 UPDATE TYPICAL K-SECTIONS 4.00 8.00 UPDATEX-SECTIONS 1.00 20.00 30.00 FINAL APPROACH&DRIVE DETAILS 4.00 6.00 FINAL STRUCTURE DATE&PIPE MATERLAL 2.00 4.00 PRELIM PAVEMENT MARKINGS&TRAFFIC SIGN DETAIL 8.00 8.00 OUALITYASSURANCE 14.00 3.00 LEVEL I CALCULATIONS 2.00 COORDINATE DESIGN ELEMENT WITh UTIUIY 8.00 800 SUPERVISION&SCHEDULING 6.00 8.00 MISCELLANEOUS COORDINATION MEETINGS 10.00 TOTAL HOURS 10.00 112.00 403.00 363,00 12.00 900.00 BILLING RATE(WEIGHTED) 159.00 142.50 10200 78.00 48.00 0.00 TOTAL DIRECT LABOR 1590.00 15960.00 41106.00 28314.00 578.00 87,546.00 DIRECT COST 552.00 TOTAL 88,098.00 USE NOT TO EXCEED FEE 88,000.00 DIRECT COST SUMMARY SITE 2 TRIPS @ 20.00 MILES @ 040 PER MILE 16.00 DISTRICT TRIPS @ MILES @ 0.40 OM INDY OFFR 3 TRIPS @ 3000 MILES @ 0.40 PER MILE 36.00 MISCELLANEOUS,PAPER&PRINTING 500.00 552.00 EXHIBIT ,1 30( C v Wo%ia.-A6ipR/Y 4mMYMv..SNP I.MIRdenGN HMO""YR. 1 cote UNITED Consulting= ids[ May 9, 2014 ENGINEERING %r; Joseph T. Rengel, P.E., PTOE ENVIRONMENTAL 'S, Project Manager INSPECTION' I1' A&F Engineering Co., LLC 8365 Keystone Crossing,Suite 201 LAND SURVEVWO :,;�•{ Indianapolis, In 46240 LAND ACQUISITION PLANNING , `. RE: Supplemental Environmental Services Proposal WATER& ,- 116th Street at Gray Road WASTEWATER 'p• Carmel, Indiana SINCE 1965 �,`I Dear Mr. Rengel: OFFICERS :'•) Officials with Carmel have re-scoped the 116th Street at Gray Road Intersection Mum FE 'I.i Improvement Project. The; new project scope will involve realigning the intersection Dave Pother.PE.PLS ;: southwest to avoid Impacts to the Flowing Well Park. Slwan'N.Jcres arstciMrR.Pope.FE - We are pleased to present our proposal to provide Supplemental Environmental B,RaNBme PE `_` Services to cover changes,in the project scope. This proposal is necessaryto recoup hirhaellWve.PE expenses needed to redo or revise environmental tasks that were complted for the original project scope. The proposal was prepared per your request and reflects PROFESSIONAL STAFF. '='.;) changes as'shown in the project plans received on April 21, 2014. Pow I_Wata.PEI is DevIn L.&am MCP a We look forward to assisting you on this important project. If you have any questions Dany4P wa:elree,PE . or comments regarding this proposal, please contact our office at your convenience. AdamC.PosL FE ,Iv. muss Caphar{AIO+ Sincerely, E.Wick PemeJb PE' ' 9 UNITED CONSULTING Towly1Cmmea PLS '•:;i o:r Wan YY.Cra&PE- to. leoE Cloileler,PE mi Saw&Passey,PE' N KUIC.Cudmey.PE mt Devin L. Ste ler, MPI,AICP WanLRemon.PE ^� Manager, Environmental Services CMS:LHanaemd,PE v+ Pad D.Gdh,PE Brun S.Frederick,PE enclosures: Supplemental Environmental Services Proposal JayN.RAans.PE Okdst(Jler 1.Dyar.PE ' Mall/UP RLee,PE' 2c: File(12-708) caned Wheeler,PE N' Mama CUM.PE a: Jemmy A.RCJmdsu.PE irp, JdnP.Spagim,PE Fd HeaaarE,Neyevr,PE c Man J.Gte,•idt PL5 .1 111ehay O.Won PE ''.tl' I(ely J LaWEBy.PE a 1.1a10e,A Tayer:PE tiOD IolaBe&.PLS a 5m1IG IdLVItltPE DarnC Banetl.PE 1d0d' /��\ Jambi BlanrMN,PE .k(YFF,�,E 11 r39T r 1 6mIIM S'h'e PE :, 1 Li 0+6 SUPPLEMENTAL CATEGORICAL EXCLUSION LEVEL 4 FEES Categorical Exclusion Level 4: Officials with Carmel have re-scoped the 116`h Street and Gray Road Intersection Improvement Project. The new project scope will involve realigning the intersection southwest to avoid impacts to the Flowing Well Park. This project will require the completion of an environmental document to qualify for federal funding. A Categorical Exclusion as falling within the guidelines of the National List of Categorical Exclusions will be provided for this project. The Categorical Exclusion will be prepared in a manner consistent with the"INDOT Categorical Exclusion Manual"dated 2013. It is anticipated that this project will be completed as a Categorical Exclusion Level 4. The completion of this documentation will be coordinated with the Indiana Department of Transportation's Greenfield District. The following previously completed Items will need to be redone or revised because of changes to the project scope and account for our supplemental environmental fees: 1) Early Coordination — We will prepare an Early Coordination packet that describes the new scope for the project that will be sent to Federal, State, and Local environmental resource agencies. The Early Coordination packet is a request to resource agencies and public officials to provide information concerning anticipated Impacts of proposed project. Its goal is to give resource agencies and public officials an opportunity to comment on this project's anticipated Impacts early in the process and Identify potential pitfalls or fatal flaws in a project or alternative before significant resources have been committed. 2) Red Flag Investigation — The previously completed Red Flag Investigation will be amended to reflect the revised project area. The purpose is to screen the project area for potential environmental, constructabillty, and engineering issues or concerns. 3) U.S. Waters Identification - The National Wetlands Inventory Map shows no wetlands near the additional project limits. A field visit will be conducted to verify the absence or presence of jurisdictional waters which include streams, ditches, waterways, or wetlands. 4) Phase la Archaeological Reconnaissance—The revised project footprint extends outside the original Area of Potential Effect (APE). Additionally, the construction limits extend beyond the footprint of the Phase la Archaeological Reconnaissance. An amendment to the Phase la Archaeological Reconnaissance will be required to evaluate areas not included within the previous report. The following is a summary of the requested fees for this item. Item Description Fee Supplemental Categorical Exclusion Level 4 Fees $ 5,500.00 Phase la Archaeological Reconnaissance $ 1,700.00 EXHIBIT 4 safe Archaeological Consultants of Ossian May 5,2014 Mr. Devin Stettler United Consulting Engineers, Inc. 1625 N.Post Rd. Indianapolis, IN 46219-1995 Dear Mr. Stettler: Enclosed is the archaeological estimate for the proposed additional area for the roundabout at 106th Street and Eller Road, Hamilton County,Indiana. It is estimated that less than 2.8 acres of new right-of-way will be required for the project.Weather providing, fieldwork can be instigated at the request from your office, Salary: Principal Investigator 16 hours @$60.00/hour $ 960.00 Crew(2) 16 hours @$40.00/hour $ 640.00 Non-salary direct expenses: Travel expenses(mileage 200 @.50/mile) $ 100.00 -includes trip to Indy to check records Per diem and lodging(0 days @$78.00/day) $ .00 DNR fee for records review $ .00 Total cost $ 1,700.00 Thank you very much for the opportunity to work with you. If there is anything more I can do for you, please do not hesitate to call me at 765 281-0969 or 765 730-0524. Sincerely, Larry N. Stillwell Archaeologist EXHIBIT A