Loading...
CHA Consulting/Eng/793,340/96th St at Keystone ParkwayCHA Consulting Engineering - 2016 Appropriation # 2016 COLT Bond;. P.OX 3W2 Contract Not To Exceed,$793,340.00 e AGREEMENT FOR'PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is hereby made and entered into by .,arid -between the City of - Carmel, Indiana, acting by and through its Board -of,Public Works; and Safety (hereinafter Itity"),and CH .A"Professional"). .'-C6nsuIting,(hereiba,fter RECITALS WHEREAS CitydWhs-and.is responsible for the.opbratiorl and maintenance of it sipro erty,'Oprsohnel, publid works, and ififr,Otruc"ture:and and WHEREAS; frorri tirfi6- to time, City needs professional assistance in fulfilling As foregoing respombilities; WHEREAS, :Professional isexpe-'ribriced in providing and desires' -to providetoCity theprofessiorialservices - ("Services") referenced herein, and WHEREAS, City to :engage Professional as an in''depeb'dont 60irltraotorfor the purpose of� p roviding4o ,City the Services r6fe rpricod,' herein NOW, -THEREFORE, in :consideration of the 'for6 foregoing � -ital' and �the covenants and conditions - set forth g -i recitals n s herein, City-and-Prbfessional Mutually agree as follows: SECTION 1. INCOIRPORATION'OF RECITALS' fhe4oregoing,Recitals-are hereby, incorporated into this. Agreement ritand made a p606reof. .SECTION 2-. -SCOPE,QF SERVICES 2A City -desires to-',engage"Professional. as .an independent contractor for the Services set forth in :attach6d. . I ­ ra Exhibit�Aiincorooratdd;herbin,by this. reference.. Pro'kssiohal will'n.ot perform any of1he:SoNices detailed in Exhibit A. prio r to obtaining a written Notice.,to Pr6ceed from the'. -City.. Upon receiving 6 Nbih .6 Proceed, al -shall' perform only - those, Services sbedifidally- detailed in -the�'Notice., If: the,Pro s.sion-'Ir the Pr&6ss-lon' a desires clarification of the scope -0 ro -clarification ,of any Noticeb !Pro ebd, the:Professi nal shall obtain from the City 'in.*i I ti n g prior t 16 ;performing the: service -get forth in- the Notice, 'to Proceed, Any services Perfor"m6d without theLity's pdbr,expfbss­,w ritten,-Auth6rizati6h will,n0be. compensated; 2.2 Prof6tsional under$tai ds and agrees thatCi . ma , from time 10 time, - request to provide additional -or -Modified Services to City.: Wien City desires additional, Services 'from Profession6li the City. 'shall notify Prof,68sion4of. such additional Services Ae§iredl', as well as: the time lramp.in which'same arefto be provided, 'Only City has -approved proved Prof6s§lorial's tinl,& and cost estimate for. the provision of such additional,Services,.-hosencu t encumbered suflidibn mohi' -to,payJor same, and has authorized Professional, in- . es Schim CILA C.HA Consulting Engineering - 2016 Appropriation, 9 2016 COIT. Bond; P.O.# 33412 Contract Not To,Excee.d $793,340fl0 writing, to provide such additional Services, -shall such 'SerVic6s be Providbd by Professional to City. A copy of the City's authorization documents for the purchase of additional Services. -shall. be and attached hereto- in the order in which they are.approved by City. 23 Time is of the essence of this Agreement. gro0ment. SECTION 3, CITY'S RESPONSIBILITIES 3A City shall provide _such 'information as is reasonably necessary for Professional :to understand the Services requested. 12 Cit_shall provide all data required =for provision of Services. Profossional,nbyassume thatall data -so provided is, c,6rre.Qt,:and complete._ _. upon public and private property as 3A3 City­�shall arrange for Professional 46 .enter t' reasonably for Professional to peildmi . the Services. 34 City -shall -designat0paymentbf the Services frorn,'City budget, appropriatiop'beInU m r2016GOIT8ohdifunds. 3.5 City.'shall designate the Mayor or his duly authorized reptesentative1o. act on "City's - b6half6n all matters regarding I the:Services.. SECTION, 4. PR0l`tlESSldNAL'8. RESPONSIBILITIES 4.11 Professional -shall pqWorm the Sery des pursuant -to the terms of this A reemen 'and within any applicable time -and c6st'6stirtiat6. 4:2. Professional shallcoprdiriat& with: ith:Qity, its perforM8nceOf theServioes.- 4.3 Professional shall. ~pro'Vide the Services, by following and applying at all times ro asorf8ble:and lawful standards as. accepted tithe industry. SECTION 5." Professional estimates fhat. the total pride: Ser to hereunder shall .be no more forth y e jces be provided to,City than; Seven Hundred Ninety Three: Thousand .Three .-Hundred F6rtV, .Dollars ($ (the "Estimate"). Professional shall submit: an invoice to City . -6 mote;than once every thirty- (30)'-daiys lor'Services Vovided n ci�..durihg.the ,�tii,ne�opri.6d.encompassed bysuch irivoice—Involoes shall be, submitted on a idn",co' nt6lning .the '§amip information -s'th't contained on the Pro'fes§iohal,ServI6es Invoice attached "Hereto asEWbit-B incorporated .herein by this refer6nce,.Qity-sball pay Professional forall undisputed Services, rendered and ,stated on such lnvoibewithin thirty4ve­(35) days from 16 date of City's red h receipt`of sarria. 6.2 Professional agrees, Rot. to provide. any Services: to City.that would cause the to'tal.cost of Sam' 6 to -exceed the Estirnate;:Whhout, Cit �s pr; written y joir consent. �S:iJcb:r4+nlutCm�cts•PiolLssim ii Sinirccs CIIA C—Iliq P6 CHA Consulting Engineering,- 20.16 Appropriation.# 2016 CO1T Bond; P.O.# 33452 Contract Not To Exceed $793,340.00 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,. 2016; and shall; on the first day of each January thereafter,,automatically renew fora 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. 712 The. obligation to•provide all. or:any' portion of the Services .ur' derthis 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 itermination, 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 indispute, except that, payment -amount shall not exceed the Estimatei...Qisputed compensation amounts shall:be resolved as allowed by law. 7:2 Binding.Effect. City, and, Professional, and: their respective.officers, officials, agents, partners aridsuccessors in interest are bound to, the.otheras to all Agreement; terms, conditions,and obligations. 7.3 'No:Third.Party.Beneficiares. Nothing contained :herein shall be construed .to ,gide rights or'benefits to anyone other than 'the parties hereto. 74 Relationshio.. Thefelationship of the parties hereto shall, be as provided forin'this Agreement. ;and. neither'Professional nor, any 6f'its agents, employees or. contractors ace City -employees. Professiorial. 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 Indenihifies _City. for and from any and: all costs, fees, expenses and/or damages incurred by City as a result of any claim forwages, -benefits or otherwise by any agent; employee or. contractor Of Professional, regarding or related. tothesubject. matter;of this Agreement: This -indemnification obligatlon.*shall survive .the termination of this Agreement. {s:1,johilvM.Y.Cau�clsWiafc;iaiul Seinrccs CFIA Cawliii � Ib S.usLQic��.:i9lSill6 S.Ul Prll CHA Consulting Engineering - 2016 Appropriation # 2016 COLT Bond; P.O.# 33452 Contract Not To Exceed $793,340.00 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.notice1o:City: 7.6 Liens. Professional shall.not cause or permit: the filing of any lien on any of City's property: Intheevent such a lien is filed and Professional fails to remove it within ten (.10) days after the.A& 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 proq ess •so as .to endanger timely andproper 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:profe_ssional licenses and certifications. valid and current, and to indemnify and hold harmless City from any and all .losses, damages, costs, 1iabilities, 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 harmle.s ,City and its officers,.:officials, employees :and:agents from all losses, liabilities, claimsi judgments and liens In but not limited % all damages, costs, expenses and attorney fees arising out of any intentionallbr negligent :act or omission of Professional. and/or anyof its employees, agents or contractors in the performance of this Agreement: This mdemmfication.otiligation shall survive the termination of this Agreement: �5'..jotuumi.Ytewimiu'mRs�a.a� 5—im aG�Ca Iiki ,ro 3.1452A« VVJOMc :Q puu CHA Consulting Engineering - 2016 Appropriation # 2016 COLT Bond; P.O.# 33452 Contract Not To Exceed $793,340.00 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-Vedfv 'Pursuant to I.C. § K -5-!V et seq., Professional shall enroll in and verify the work eligibility, status -f 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 isan Affidavit affirming that:.(!) Professional is enrolled and is participating in" the E=verify program, and (ii) Professional tloes 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 Cl 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 !n 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, Professionalshall terminate. the .employment of or contract with the unauthorized:alien Within jh'irty (3Q) days ("Cure Period")..Should the Professional orany gob' contractor of Professional fail to cure within the Cure Period; the City has the right to, terminate this Agreement without consequence,. The, &Verify requirements of this -Agreement will.not,apply, should the E -Verify program: cease to. -exist., 7A2" Severability. If any,provision of.this Agreement is held to be .invalid, illegal or unenforceable by a :court of competent,. jurisdiction, that provision shall lie: stricken, and all other provisions of this .Agreement that can operate independently of `same shall continue in full force and effect. ::�iijoborlan'd:ACmmdns`Piofessionil5cnic Y CIL\ Co..ittlus PO 51452.dac :1P92u16 5_01 PMJ CHA Consulting Engineering - 2016 Appropriation # 2016 COIT Bond; R0.# 33452 Contract Not To Exceed $793,340.00 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 Department of Engineering One. Civic Square. Carmel, Indiana 46032 ATTENTION: kremy:Kashman PROFESSIONAL: CHA Consulting 300 S. Meridian Street Indianapolis, IN 46225 ATTENTION:, Thomas P: Faris Douglas C. Haney Corporation Counsel One Civic Square Carmel, Indiana 46032 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), busiiess 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' GoveminP1aw;, 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.ari appropriate. court in. Hamilton County, Indiana only;:and agree thatsuch coud,is-the:appropriate yen ue.for-and has: jurisdiction.over same. 7.16 Waiver: Any,delay or inaction on'the part of eitherpartyin exercising or pursuing.its, hts andlorremedies hereunder or under`law shall not operate to waive any such rights andlor'rernedies 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 assi, or -pled 9, ge. this Agreement ,nor delegate :its obligations hereunder without City's IS 1iaW I,m1i Comraus Prafasianal Sen cs CFIT C-41ing W 7.i1ll OW .,+12014 !PI P\Q CHA Consulting Engineering - 2016 Appropriation # 2016 CO1T Bond; P:O.# 33452 Contract Not To Exceed $703,340.00 prior written consent. 7:18 Entire Agreement. This Agreement contains the. entire agreement of and between the parties hereto wit h.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 maybe 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 AgreemenfahaU.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 partyhas. the authority to bind -such partyor the party which they represent, ,as the -case may be. 7.20 .Hea-dinp All headings and _sections of thisAgreement are.inserted for convenience only and do not form a -part of this Agreement nor -limit,. empand-or otherwise alter the meaning of any provision hereof. 7.2.1 Advice of Counsel. The parties warrant that they havaread 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 Citywill-use theni solely .forand on. behalf of its own operations.: City agrees that it will take appropriate :action with its employees to satisfyits obligations with -.res to use, copying; protection and:securityof Professional's property. 7:23: Personnel. Professional.represents that -it ha- s,,orwill 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 orunder his supervision and all personnel.engag"ed in the work shall be fully qualified to perform such -services. 724• 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 �S:�J�Ccrlamfcr!Contnds�ltiofaiiaiul Smi'NMIA'CeinOing PO 7USJ d.N:7Mi110 59d Pnq 7 CHA Consulting Engineering - 2016 Appropriation 9 2016 CO1T Bond; ROX 33452 Contract Not To. Exceed $793,340.00 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 ito I.C. § 5=22-16.5, the Professional'shall certify,that,. in signing this. Agreement, itdoes not engage in investment activities within the Country of Iran. TO 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 Indlaina`s Access to Public Records. Act, as codified in Indiana Code. 5' -371, et sem:, as amended,. (remainder of page intentionally left blank) �S:yoberinidgl'emr.Nu�Pmfcssia�ilSMkM CHA Caisnhing 19 :33A S,0?NVQ p 4 CHA Consulting Engineering - 70;16 Appropriation#2016COITBond; P.0:433452 Contract Not To Exceed 093j340.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreementasfollows: CITY OF CARMEL, INDIANA CHXC,multing by -and through its Board of Public Works and,­fe S a ty BY: BY: Lorl:S at W, 'b r Date: 1 q Scni— 61A ConzulUng P6.)432 do V.v'mQl65.'r nil Autl5orized Signature - Pr.ihtedName: Title. &VIA94#4"t FID1TIN:. Last Four of-SSN if Sole Proprietor: Date: zz 9 .-ROJECT. C LIENT.• Section 102 Sedti6n 103 Section 104 section 105 Section 166 Section 107' Section. 108 Section 109 Sbctlon 1.10 Section Haver'Way,.Conn6ct6e Section -202 - ThreefRoad Confiect6i Section 203 - H ' av6ris"tic'k Road' RA'B' Sedtl6n 204 "96th St -Par alieWCobnector Section:205 -98th St Connector Section 206 = Haver Way 66nector 'Section 20T- Thi6el Road Conribilot Se6tf.6n 2-08 Haverstick.Road RA& Section 200 - 96th St 0anjljdl,Ccjjj6ector S�edon' 210 - 98th St Connector .Section 301 16th Street at Keystone Parkway City of Carmel PMedt Management and doordifiatloh. Efforts Supplemental TopognilJhlc Survey (Certified). Final Hydr6ullcAn6lysis Roadway and Triaifc b6sign :Structural Deslghr(Uhited) Final Traffic Mbint Plan and MOT Ddsign Final, Rl blit-of-Way.Engineering (United) Permittino and:Public6 M, io Inforrbate .Utility. Coordination (United)' , I 1 Meeting two;r DES. NO:. '6901562 LSUM $ 12.80.00 HOURLY -.,NTE $ 98,465. . 00 LSUM $ 64;700.00 LSUM $. 260,600.00, LSUM ,.LSUM" $ 86,600.00 .Roadl"y, Drainage,. Traffic,. MOT Design 13,000.'06 UNIT PRICES 11 (100,170" 40,475*00 HOURLY -NTE, 22 500.06 , RLYLSUM H66 . ;,NTE HOURLY -NTE NtE 52,80000 SectI6n__A0dSu,,b-T0t;kI* $ 672,440.00 Roadway,. Urpinage,Ttaffic, MOT Design LSUM 3,000.00. Roadway, Oralinage, Traffic; MOT Ddslgn LSUM $ 7j1015.60. ,Roadway, DralnA66j Traffic;m& besigm LSUM $ 13,366.00 k6adWaybnJf66be,Thaffl6,:MOf beiign LSUM .Roadl"y, Drainage,. Traffic,. MOT Design LSUM $ 11 (100,170" Utility Coordination (United) 1. Coordination � HOURLY -NTE, Utility AY Coordination -(United) HOURLY -NTE NtE "5_00,00 Utility500.00 Coordination. (United) HOURLY- NTE $ 3,000.00 Utility Coordmatiori (Uhited) 1­16URLY':NTE_ $ 2 500;06 U IlItY Coordination (United) • HOURLY --NTE $ 2,506:06 Section 200 Sub.70tal 56;9D0.00 Bidding & Construction Phase Services HOURLY"- NTE $ 64 00000 Section 300 Sub -Total 64,000.00 Tbtal (1) HOURLY NTE Indicates workperformed on hoOrlybasts:at actual hourlyrates limes .j. 0 mumpmoe, plus reimbursable QXpensas, #&Appehdix, ID4. (2)'LSUM hidi.c6tes work peiibnned on lunip sum basis by cHA Consulting or subconsultants. (3) WltPRIC&S indicates Work nsullants. performed basisby orsubco - Fee =.. $ CLIENT: Cltv of Carmel _ �.. ... bESCR1PTION' � Pdncipa N Seii'ior. Project Prof - ! E ineer,Vj En 3"" j"'Ass Assis an Sr u=Lne'�Pnncfpal�CADR J �, OesigneY HOO•RS' I DOLLL ex 01.7 1 OR ITM�_ meerVj 9 �Eq,gi ee�,IV' 9 -c En 1 eerll E@eII E�ineerl �Desi�EngDeslTechJ __9 9FAM �-.9._ anagen-.ItTechICADD jfiAS'K L;ITASK�.�JJ AM Peak Usting Syncbro . PM Peak 20 -Yr VISSIM ®®®®®© Queueldelay tables Technical Memorandu2i Proposed con Ourafion Exhibit i�`i'OTAL HOURS. ° �, � . - �-----• " T _ � .-� - � �Ji ^�2o a�4�� , Loaded Houriy_Rala - .COSTS PEg'CLASSIFICA�ON�,.,,,,_,�_� ta''r __ �� $1 823.5��, _$7�'„124�00�� soa q��--•----- �®�-164CJ1 .'$�51;9��-`-"4$p;p0 f .� ��6 778 E�`-`- � "'�I 241.__. . ^r-`*•-- _ _ " - T:OT L OURLY COSTS-�- -� 2M874:38 DIRECT EXPENSES Mlsc. Supplies DIRECT EXPENSE SUBTOJAL Project Management -= - - -�STAFF HOURS BY - FTOTA • _ _ .. i DESCRIPTION No; of �Plncipal-'! -Senor �'i 'Proecf" `Asst' ro g r- 'S ]' ��Assistanf I Sr: Eq ineerf Pnnc pal i " CAOD 7-, Ueslgner 1 HOURS 1! .,�. eef �,,EngineerLLMJj Engineer��Englneeoy Engi�lgrlll En neerlh� Engineer I�Design�TechI EngDeslFechi�Manager__{4iech(,C10Dj� IT4IGJ�_ TOTAL DOLLARS !TASK Project Administration ,Sub Design Coordination & Mgmt Progress Reports. �-ProjectMgmt (invoicing, y __ SUBTOTAL_ — _ _ — 93 TOTAL=HOURS:• - _ _ _ __— _ — — —i` �'._ 20y -_ - 37i -- 2a--- - -_.W - .—a,__ 8,,r _ _J12 LoadedH6uryRate�EMO= r-$6 `C 051'S,PER CLASSIFICATION _ - " ]l T$3,647:00' 7 ,761, V$2,7�1t52 $719:001 _ $O:D0�1 i_` 0.0,0 i{r SD OI lam�y0,00 i - $355:64 ;1 ,$6(5011 S12i689.92] ;TOTALNOURL:C05TS- i� y1REGT•EXPENSE'SUBTOTAL:. - T7 TAQCOSTSS CLIENT: City of Carmel DIRECT EXPENSES To o ra hic Surve to be performed by subconsultant Route Survey Plat to be performed by subconsultant $48,600.00 $49,865.00 Seeattached proposal rr • • rr Roadwa Plans STAFF HOURS BY CLASSIFICATION • e U date Sta e 2 Plans 55% Drainage Details 2 _. -- . -_ _ 1 - _ . _ 1 _ -._ '. _..- _. _.. - 1 _ 3 $320.64 DetenUon Pond Details 2 _ -1 - 4 . 8 ._ _. , - '8 . _. 21 .$2,177.55 Detention Design 1 ., 8 16 8 1 34 $3,372.72 Structure Data Table 2 - _........1 8. .. .,. ... 8' - .2 . 19 $1840.38 Pipe Material Sheet 1: 1- 2 2 5 $474.36 Plan & Profile sheets Drainage only) 8 : . -., ..... '4 .. 1 ` .. 2 7 $836.99 Construction Details (Drainage only), 8 Vj- $231.39 Cross SectionsDraina eon' 20 2 . _ 16 --2 16 ; .. _ _ 12 . _ ..-; _ -. _ 46 $4.587.56 Hydraulic Report 24 . _ , _ '20 20 ." ... 16 _ . ... 12 1 75 $7.385.39 Permits & CoordiaUon w Surveyor _1 16 16 .1 34 $3,519.36 Plan Quality Re41ew (Drainage only) 4 8 8 ... 8 8 8 ._. 44 54,934.04 Stage 3 Plans 95% Complete) Drainage Details2 1 3 $320.64 Detention Pond Details 2 _ 1 _ _ 4 8 -:8 21 $2177.55 Detention Design 1 :. - 8 16 8 1 34 $3,372.72 Structure Data .Table 2 - ... 1 8 = 8 : - 2 19 $1,840.38 Pie Material Sheet 1 1 . 2 '', 2 - . 5 $474.36 Plan & Profile sheets (Drainage only) 8 ' 4 1 " 2 7 $836.99 Construction Details (Drainage only) 8 t' 1 21 5231.39 Cross SecUons (Drainage only) 20 1.. -_ _....2 _ 16 - 16 . ,... 12 ,. 46 $4,587.56 Hydraulic Report 2 rP=. _ 4 . 20, 20:_.. _.... 16: 12 t 75 $7,385.39 Permits & Coordiation w Surveyor '. _ .... _ ... , .- 1. ,. -_', .- ' .. _16 16 :- -_1 34 $3,519.36 Plan Quality Review (Drainage only)_._ 4 ._. -, .' 81, 8 ' .... , 8 . .... 8 ... ` . 8 44 54,934.04 Final Tracings Address Review Comments 2 41 81, 6 ' _. 8 30 $3,308.86 Finalize Contract Documents 8 .. .,.. _ - ,8 _ .... _.. _ _ . _, . ... 18 $1,884.78 • • 5162.35 -_. $142.48 _ $912:98 ` r: ri $8925 .577.03' r r S73.Bfi __$91.96 ,$92.11.. $88.91 $.106.77 f e I ✓ e v o ovwomwvv .■ ao •,v a■ ;v v. - i 7RECT EXPENSES Mi eage tic ., - Trips x 40, harrap x $0.40 $48.00 M4als Persons x Days x $26.00. $0.00 Lodging Nights x $85.00 1 Night $0.00 Flights $0.00 nts 10 _ . Sets x 50 Sheets $0:10. $50.00 ■ bTALrr ON. ^b m X Interchange Construction Details ; .: _. ...4 4 8 8 H 8 8 __ 36 oat $3,0128 . Interchange Grading _ . _ __...2 , __ 4 _ ._ 4 : _._. -8 4 _- 28 $2,348.52 OrainagePlanSheets 8 _:.-_ 2 50 (4.540.06 Special Cross Stricture Details _2 8 .. . _... . 8 8 :B _ -. 40 $3,464.20 Spot Elevations for Aux: Lane 8'RAB's ._ .., -3 .. - _. ,...,. - _ _. _ - : _ - - , 4 _.. ^ -.. ... —4 ;. ; _' :.... _ 8 _,_ .,, e.:.. ,1 4 . _ _ 8 ' 28, f2 335.72 Detention Details,& Grading ; -.. . 1' . „m_ . .; _ - .__. _ '2'- :... -. .4 ', _ 8 ' .. 8 ... B 8 . 38 $3,238.24 CSSDetails, 2' ._ _._...,...,...- ,..__ ._. .-4.-. 4--,.._.,-..,_,-_.4 ._ ,.,_,.4:_.: _,..... ._._ _ ..._,_.4 4.. 24 $2136.56 Permanent Erosion Control Table -2 ,.,.. .. _. _".: ,- 9 __. 4 ..- _ - 4 __. -,, " , -, '. _ _. _ 4 . . _ 4 20 $1,779.56 Guardrail Summary Table 2_..4 4', _ ,._4 .12 $972.00. WaIlDelails ._ _ 5 2 .; ...8 i _ �.^�__ M,_n8 _ _-m __,16 ., ..:: _ , _': _ ...8 _ 8 ,. mr 50 $4,514.70 ross Sections..:85 -.__ . _._ __ ° __ :. '. _.'. _: ,24 ... '_ - - .,96 : ___ _ -- "I6 . > - ---24 _..... 32 .. 32 _._W. .. 144 $1293728 isting Signing Plan 5 .,...,.. 8 ;.; .,. .:.....8 : _ 8 .._. 8 °., 32 M655.28 ro osed5i'ninglMarkin s'Plan 12 ._6 _ 8 .. 32 $2,655.28 raffic Signal Plans :.,2 _ . . .:... .. .. .... .... '. r. , _.._.8 ;..-. .,. ` _4 ., __8 ,... ,. 8 - . ,. 28 $2.359.84 oadway Lighting Pian 8 S . _ . .: _ : :, 0. 8 E.. ., 8 8 , ,.: 8 40 $3,36928 aised Pavement Marker Desi, nrrable .: .__ I .. - .... - .. - __- .. _ _ __..:_. _• _. _ ' ._ _ . _-_ _ . 4 _ 4 -. • ... 4 12 $95920 uantities and Cost Estimate _. _ a..,:�. �., . _ .x _ 8 .... _ .-` ,.ae8 z _ 8 i.�� ., .. 24 ;. 48 $41,0002 Special Provisions .8 .. _8 16 $1207.12 Submittalbocuments,. ',,.._. ....'_ „ _.:._. z ._ ..._.. ." ,,.. -. , .... ,.-. 4' ,n,. 4 4.... ,...--.....4 ., 16 $1:327.64 Develop Erosion Control Plans 12 .._ _, _ ... _.. _ 4 '. ... 4 16 t.._.. ._ 8 _,. „ 8 - 40 $3295.04 Develo Rule.5 ermitapplication 4 .. . _ - 8' _. .-., 4 _ 8 24 52,027.60 Submit Final Rule5 ! BMP document :.. , " _ _ _ 2 ' - _ . f ,.._ _ .. _ � ._ _ � . _ _. _ 2 $147.72 Stage 3 Plans 95% Com fete Address Review comments 24 i6 s ]6 {,.: _ 24 24 -t'. 24 128 $11,489.12 T,Ue Sheet 1 - __2 , _. _ _ ,- . _ _ 2 4 $325.54 w of I —m.5 e:al a f;N � nm. 0',mm wss' 5m A W sT�wwfA� N Vs CL Zm •• OVD o 1i1 p A m O1 N N (d <em oa c. d �_�,� :N.N v.. W a U� a. o N aa.a a a N,"` -Z -� • . N n = tp ., W 0= p ., C 3 m CD O m w= W m' G) (D m, O m O �a m =• 0 o ^' m N m m 3= O �. lU o= = f0 O N 3 W N. N = N N N@ 7. a 6) O m W= O O n to 1p m' N m O p• N m 1. N= ._. = O O S n N ;. m m •y,. N � Q c W agMo C y3 W x ' � d w mo fn m N = a .D "•� m mo m N m' S1• co Q 0 W N 03O V x s � - .. 1. ., •OYt t N' m to m N N NW, N m N4:. N Of N: N , A N' A. f cp W N N. N N N 1 } t i 7-7 i _ m _ N o, } m A. A Ql Oi m m 'Co. A- m m m C -., m m A A A tD 1. m m A m' m. m m u j N w n _m • m s Af 6f A� m F A ca W m, m A' m A A A m W m m, m m A m mm: m m Oi m m Co m CD N v ' � O is _ f ` - tb m lco I m; A" , 1 m m OD m 6 12 lim A A m Am m 0o co m m m m m m m N. A N Y � 1 C IWW 1;�Z_ 1.�z lt� lit m A A AW..t.m • 0 N O O1 O1 mNO;O m0 Nm est J a _ N C I m V N Vs V •• OVD o N' p A m O1 N N 10 O 0 W CLIENT: City of Carmel m 7L r\ v� • TOT C TOTAL ] DESCRIPTION No, of ` Principal Senior _ _HOURS_ Project ; AssjProj i-gss(stant Sr'Eng(neer ' Principal CADD i• Deslgner HOURS!, DOLLARS _ Sheets ;; Englne9 -1 '_ EnglneerV- j EngineerN l; Englneer`III ,� Engineer 11 _ I --Engineer l Doslgn/Tech l_ Eng, Des)Tech ; - Manager `; Tech l_CADD . 1 TASf� j �_ 1 TASK- TOTAL HOURLY COSTS: "- _ - ---- - • -- - - •- ----- '- - " ' _ `- - - -- -'- - -- - - - --- - -- - - - - -- •- -- _�._ -- - •- -- - . , _. - -�---- - - _ — - -- - - - - - _$2601.12.96 Mjg rff M, �i DIRECT EXPENSE SUBTOTAL_ ` - _ _ -_ _ • - - - -� ,�— 60.600.00 m 7L r\ v� DESCRIPTION Engineer N BrdgeDesign-- (Performed by United Consulting) --Piiheipal L Eng -ar-r ch HOURS! DOLLARS TO'T`AL _HOURS. �Ie — —;dist __D1 -- Load edffioSTlyRate )STSPERC___._ LgSSIF(CgTION_� ,� 50Q]L �7'$0'0 O = $OIQ61r SO.00�i 5000j - i $0.00;, $006,_,_ $OOOsf y 50:0D,f OTAL HOURLY COSTS --------- EL- , DIRECT'EXPENSE'SOBTOTAL7 — — — �_... .1 11 _ ��r' —X86,000.60, CLIENT: Citv of Carmel M STAFF • - • TOTAL• TOTAL DE5GRIpTI •Ho [_ of " Pnnc p I SegfoC }?ro ect; ftitR@k gssistan , Sr Eng neer Prynapai F:-CAD Mahage� Des gner HOURS DOLLARS ^—� , _ J Sheets. , Eng@kftivl L EEh i'ee V 'En i eerlV g 9 En lneer`�If 'E ` e � ngine r 11 "ngineer �, DesighT%ch Eng,D'esTec�� Tech PCADD !TASK J TASK TrafficManaclemeni Plan • . - . Lypnical,92cvons ,'21 JTF :MOT Cross Sections ,MOT Typical Sections MOT Plan Sheets iM*T Cross Sections 10 Mial 12wffzM* M-1 OR 9. F� G-aX 75'a�0��0rr --. v s -. -i2• ._.1 . I_ CASTSpER CLASSFICA710N�,m� -;y �- 1623 50569�92'��L'033[�g_Q°0� --- - - - _$� 92 7�`�$U UU�$7568 ---�-- 'y000�[,59204 767 �$2156>i�(rw^512 851 73 [TOTAL'HOURI Y;COSTS. - _, ._ .,.- .-�-_�.......-..-�_•..,,•-�- - ` ` - -------- - r� ��1L.....,� 2 8.5.x,'••73' • "`DIREGT.EXPSE•SUBTQ ,�„EN�_7`AL•: .e_._..,..,.,.-�..,-_� _._A.,...,-.,� �...� - �-' �"--" —"--'--- ------ 7�_-_._._ $174.00•. TOTAL' C05TS M -75 rr, , L.Lir-ri I: . Mtvnframal ' V_'Ig [sill �;A:Vssl w -,T3 -.j I;i "TOtAL DESCRIPTION TrInEliTaFT ` srnfo­�' _PiojiR_ I; ��_TOTAL'_ jiTe '_A99fPi0j IF _6c�si_ _r Sr. Project r' -S F,�ci­ Scientist " en I c I Scientist' Land Ac. HOURS DOLLARS Sheets Meet En inee"r A Englntft V. e Vj -Fngin er,C !Lftl LAbD iijesigagrl 'Manag6r v -TAS mm Ira m r -mm m I'TASK_J SUBTOTAU' lk= qMT-TAMN 105 $12,681.4751 SUBTOMIL.. 'TOTAL4 TOTAL - HOURS: 12 185 $22,108.3e, 20, 38., 8 24 Or 2 75 0 185 Loaded Hourly Rate 'S2' COSTS PER CLASSIFICATION S2,188.20: 49",60 K293.24� "S714:00 ;$2,56274817 $299;62 $81693.25 S507,96$0.00 i 522,108,351, !TOTAL HOURLY COSTS;,_ M -M DIRECT EXPE14SE EULBTOTAg7: _S316.00". TOTAL' POSTS:-, _,$2'2,500:W!J Utility.Coordinatiion r- ' '(POW&Wnred by United Consulting PROJECT NO. 1400937 — -- CLIENT: City of Carniei DES. NO.: 1400937 r - - - - r g P 1 g --- ,.-� �' 1� -- s -HOURS TOTAL ` DESCR.IPTIQN- No,, of !!; Pnpcfpal'- Senior 7f Project. AsstB�oj , A -I tarit I+Sr, neer i 1'rinci al—'1`CADD, !'-°Desi ner QOLLARS __ _ !� Sheets ILEngineer_UI �1 EnglneerV �+ Englneer'IV gineerlli I Eng �nglneer�,,DesignliecJ�Eng,Des echJl_�Manage?-J�_TechtCAD�Ji_/TAStK,-- !TASK J _— Utility Coordination to be performed by subconsultant !See attached or000sal MEN 1 - .,. - - - - -- — — - -- —SUBTOTAL- -- - ,o - 2, TOTAL o cOSTSPER CLASSfFICATIO.N-00,00 ' $o.OD�' _ 50 T.OTAL•HOURLYCOS7S: ' —S� �--e----- DIRECT_ CLIENT:. . Citv of Carmel L DkSb91 fr-0071 LAeels �qne t_En�ijAiff- r9cti STAF _F—HOURS BlY CLASSIFIC—ATIO_'-- Asst ProililkintlrsfiEnjlMerfFrpF0 _EnglLcfrilljL Eqne 0 F�10iglgn I_E _—TOW q Manage te.w '"bb TOTAL HOURS IF�fG—VAC (TASK ;Plan Construction Details — EaFmtmmm SigningtLighting/Markings MWWROMMM160a Wig -QCA ']�r y_ �CQSTSPEREMMERT oils= r 0, _�ol 31ji $2',977'14 DIRECT EXPENSES rffr.T Mlk5CTE9_P_lEN§ff,§Qbf0TA!:'"" sg L5 di Thr eel Road m -)y PROJEC"O. 1400937 DES. NO.: 1400937-10 CLIENT: Citv of Carmel 7 DES600TON' L ftift;JLOA 'in P—a-1-1 p geEVIJ En Ln _ "Se'lor ojd dt Project 1.0o V - E j[E�'og;6n7eprlV Ltn STAFF HOURS BY CLASSIFICATION Assisfant- []5A E epH eari Fcl—p-al,—ir—crAi 6 Fgd?,�nF� W _L/,T_echj' rig �dr I Tech I 10TAj Ztil�-,,�fl TOTAL fCFTA plo. LLA ,Typical Cross'Secflons' .Plan GonstrucUon Detalls MFr-T:WVQFTMWPRM=- TypicaliCross Sections MEMEW, My 7 �73f88±T�633 46 SOi00,it`�56 970 q MM 0 CLIENT: 01ty of Carmel Utpwr nUUMQ OT ULAb*1t'1t;All0N • be Roadway-Plans Update Stage.2 Plans.(55% complete ical.Cross'Sections.. Plan & Profile 4, 8 $711.96 Plan in Construction Details incl. RAB's) 6 $630.42 777772 12 Intersection Details and Spot Elevations 777 24 $1,810.68 SIgninq/UghtinglMaMhqs 4 1 ...... 2 $451.92 CrossSections ,2 5 6 6 $557.90 Sta e 3.Plans. 95% Complete) 2 �4 2 ............. . 22 $1.999.80 To ical Cross Sections Plan & Profde,.-11 8 $711.96 Plan Cbnslwcdon Details (ind. 4 6 $630.42 M16 rsedon Details and Spot Elevations ".12 24 $1.810.68 Signing/Lighling/Markings 4 $451.92 CrassSections_2 . ... .. 6 $ 557.90 Final Tracings _.,4 2. 2 _,4 i" 22 $1,999.80 Address ReJiewcdmrnents81 Finale Contract Documents SUBTOTAL: �Mmmmmff.m". $735.72 - TOTAL -HOU RS 0 0 38' 38 42ji 0 1� 150 $13;215.14, Loadecr.HpUrly�'Ie PER CLASSIFICATJON." 10, 0 — !so; ,COSTS S0.001$0.00T -sZlA'.00-_$2,n7,j4_, .$3.102-12--. '$1,289,5,ql S88.9�1 a $0.00' DIRECT EXPENSES Wily Miea e Trios x 1 0: MidTlip x $0.4V,.r-lj Meals Meals 1. "' -, - , 1 4,_��=4 Persons F, Days x F $26.0V 1 $32.00 L Lad In EF Nights X I Night $0.00 h hts $0.00 P P_ts rinitsk ,1Q1_j Sels x I Sheets SO.00 $ITU CLIENT:, City of Carmel aSTAFF DESCRIPTION No" of P.rincjPA Sheets' ELfgi�r eef Yl En Senior , Pr�oJect 31' En ineerlV _ _t�9.,� HOURS• gsst P,ro , Ass(stap S,r� Enginear +Prinejpa_ EnginQer III' l En ineeP fh .. En i' ee" I Desi"HlTech `E"n `Des GADO ech Mana Des finer ° a TecFi CADD TOTAL, HOURS d AS TOTAL DOLLARS ,Typical Cross Sections 'Plan Construdon Details (incl. RAB's) Bier SIP11111. �� -� _ Losiled HotTrl 17-aieMEMOMM— It.,•...�J�.�-��^ _.._. _ ���� _ �`��x��� _ 0�� 131Ry11, 13-1_ ._--•----- COSTS PER CLASS!MATION�21j 5714102i0b2i 1r-LW247` i'TOTALF""HOURL`1ftCOSTS"� :• •- - --�—" _"_'---...`_ r - ,_...—." —",.; _ ,.'- —.._.— _""" '�'"� a.�..�$1:1� 'f2'88; ®f1i1i1i1i1a�•�� • r SEE= r r- :OIRi GTfEXPENSSUBCOTAL> ,' — ` " -" Ti gTT COSTS_ CLIENT: Citv of Carmel $�STAFF HOURS —r DESCRIPTI'.ON No. of - pr7pci al Senior P - Pro cI, - Asst Pro TOTAL TOTAL SheeCs rr -IneerV 1 �9 ^ Assistan Sr Eng ni eer K nC�pal }� CADD Designer HOURS I DOLLARS M fl�9�[9 L En fheervl - En . En ineer L v En ineer111 En ineerdi, L Er, er I Destgn'lTech f. Eng Desffecfi Manager; ech C D6 %'rASK L./'TAS Typical Cross Sections Plan Construction Details Cross Sections i TOTAL HOURS _ _ [^LoadLoaded ,COSTS ER Li�SSIFICA ON-® .� -�_-=--1-.:5��B,jr�28V - - ---$ �-�� ,1' 0 ��� 2002-• 8 _._�� ��._.S 2, � �1� 0'O��S-'11289`.�'�� ---��— � - .a ��5889"IDI��: �...._�® 0:00 1?Bt�_ � s y3"9•i� rTO1`AL HOL]R! Y COSTS '�� DIRECT EXPENSES DIRECT'EXPENSE.SUBT �- 60g! 0 Utility':roorditiatiori -Haver Way Coi �nector (Performed by United Consulting) MR-0JECT NO—. 1400937 DES. NO.: 1400937 - CLIENT.- City of Cannel • _ -:—� -- _ -- _ _ _ _ ,— _ TOTAL TOTAL DESCRIP,Ti6N i _O" [, 'Principal` Senior [ Protect f ,Asst Proj 11 ------ Assisfant ;j Srs Engineer's Principal' I' CADD ('i Designer II HOURS l DOLLARS J, Sheets��;Engine8SV1I_ Engineer V_; EngineerlVal- EngineerJlI, ;!-Englneg—r!L;; Engi e_ , DesignRech]Lng_DeslTech.�` Manager _I±TechfCADbI�_.CTASKf i TASK-_ - r- - _. ----•-•- ----, DIf r,-_-----•-�—--- - - -- �- _ -- .-^. 500:f �- 01, -- 0 __ _ _. 0 0 -- _ U' C --� --� _ r , -� K.991 a $O OO 50.0010 5000�r _ 54:00�L $ .QO�i_-'-$O:pOI T11 _ 5500:0 DESCRIPTION ,I jL TOTAL L I:u Loaded C bmk 6 � �IFICATIO jhOlAir LIO! l�Or_ Ir 11117iff" d=kl4!1 =111 LN ',___DIRECT EXPENSE § TRT Utility ,Coordination ;.w,"T,h,reeI Road Co'Unector (Performed. by United Consulting) _En .g!neqrjll TOTAL TOTAL: CARD1;—DWiFe�r[HOURS 11 DOLLARS /TASK; 0 $o10,0j, 'So $pbOl —7a . 51,500i06 $OoiT— .,o r SO',00 Utility Coordination Haverstick Road RAB r (Performed by United Consulting) • - • - - DESCRIPTION No, of I Principal Senior Project F Asst Prof ; Assistant 'Sr.•Engineer1' Prjpcipal - _ CApD Designer HOURS ^ DOLLARS f Sheets_- _Engineer°VI- _ _ Engineer V_': Engineer IV „ Engineer II(_; EngLftgr_l1 j _Engineer 1_ Desi nlTech ` En . Deslfech Manager_ -i �Tecfi / CADD /'TASK' __ /TASK, � rir21Mmih re-rr•rstr•i g g — _ �-, , L ___j SUBTOTAL: ,.TOTAL -HOURS: --- _._.._, -... -- . - — --. -.--.- - 0, 0,- 0 0 - 0 0 U, — U, . U Q` 0 S3 000.00 Loaded Hourly Rate - t • •- t - - _ � COSTS PER CLASSIFICATION S0100 s0;00; r " -S0:00- SO:OdI SQ.00 WWI, 50'.00 $0,00' $0,00 ' I - ` $3,000:001 NOTAL HOORLY"COSTS`,- -. • . -.DIRECT EXPyENSE SUBTOTAL: -- ' - - ---- - �- --- -a • --- - - - - - •-- .. _ _ TOTAL COSTS;•e— _ 'Utli_ . _ tS' Coordination = 96th St 'arallel Connector (Performed by `United Consulting) STAFF HOURS , DESCRIPTION No; of--Prirtci al. Senior `� ---` --. �� )—TOTAL �TO _ 6 f R Pio ect Asst Pro - —1i Assistant Sr: En 'neer pilnci ala i CADD , D� ner HOURS. ; DOLLAPS 1 I�i 91 P _$heets (� Englnee�Vl EnginserV E`n9ineerlV i EnaineerllL 1I Enaineerll. Ii EnWhdo l�+nadt;;�rra�s•I� F, ns�rr a.1, PA_.._.: �)r__� 9...;.11 � — _ AL az,ay �.`--- DESCRIPTION. H— . Of , PPt is pal ._u.. Sheets_�LErlgIneef.V_ Utility Coordination - 98th -St, Connector Y .(Performed by United Consulting) i ngineer Pnpcipal j CADD i-DesigherHO:URg, DOLLARS slghLfech1�Eng Des(i'ech �{ N�ahager I{Tech 1 CADD� IIA SK t ,! TASK_- i j Loadedtuil at COSTS PER iFICATJe.N° "—��. � - we 0�k-.$O:DOI$DIrD�[--__$O;OIf�1�56i00-�a- sn'nnl- --�xn•nn----••��.,�r- - i; DESCRIPTION . —I S'i Wing and -Construction Services DES. NO:: 1400937 STAFF --—HO--—A--ON-• OTAL T�TAL� sstProj° Ass stat 7 Sr..Engin a Principal' i� CADDY• Desi i`gner HOURS I DOLLARS• i f�,- Engineerlll' Eri ineq erll !LogiueeZ, Des�gn�Tech� EngDes(Tecft�l—_Manager _;;TechlCADD� !TASK MIMMr •00,= $OAO L-!4267 ei,[ $Yi 4,98 ` IE _ 5638_2E „ - - - - --- . - _ -- -- -• - -- - - . , . - _ "-$160. CERTIFIED ENGINEERING, INC. - FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION TOPOGRAPHIC. SURVEY OWNER: UI[tVE Y - OWNER: CITY OF CARMEL DESCRIPTION: 96th & Keystone Project ---.SURVEY PROJECT SURVEYOR CREW CHIEF iNS.TRUM. OPERATOR FLAGGER CADD TECHNIC'N TOTAL RESEARCH: Utilities 4 Topography .2 60 80 80 80 Re-establish Bench Circuit -16 16 2 Cross -Sections.. -24 24 8 Field Check 8 Field -Book 8' 4 24 Utility Location 14 24 24 Q/A .8 'E ll Total Hours: 221 1461 144 .90 I iAR I Hourly Rate: .$160.00 1 $91.50 $64.67 $69.00 $114.67 '1- Totals: $�,520.00 $A5&00 $9,3i2.41 09 48,636.30' TOTAL TOPOGRAPHIC SURVEY FEE $48,6OOiOO ;Fce CERTIFIED ENGINEERING, INC. - FEE JUSTIFICATION EXHIBIT MANHOURS BY CLASSIFICATION - L.C.R.S.P. OWNER: CITY OF CARMEL DESCRIPTION: 96th & Keystone Project SURVEY PROJECT :SURVEYOR CREW I CHIEF INSTRUM. OPERATOR FLAGGER CADD TECHNIC'N TOTAL RESEARCH:: Section Corners 8 1 Plats & Property Owners. g . Existing "Right -of -Way g 8 Section Comers & Line Tie-in 8 24 24 .24 16, Re-establish Alignments,& Centerlines ' 24 24 24 24 16 Field Check 8 4 Surveyor's Report 24 8 - Route.Survey.Plat 58 52 WA 16 Record 8urvey(2 Counties) 8 Total Hours: 170 56 48 48 97 Hourly Rate:. $1.60.00 $91.50 $64.67 $69.00 $114:67 Totals: $27,200.00; $5,'124:00 $3,104.16, $3;312.00 1 $11,122.99 : $49,863:15 TOTAL ROUTE SURVEY FEE $49,865.00 2/10/2016 loo % DESIGN AND CONTRACT BID DOCUMENTS SCOPE OF SERVICES Keystone Parkway at 961h Street Limits: I-465 to 991h Street February 10, 2016 Project Description CHA Consulting, Inc. (the Consultant), is the design Consultant to the City of Carmel (the Owner) for the reconstruction of the intersection of Keystone Parkway and 96th Street from a signalized intersection to an intersection configuration that will allow free flow movement of traffic on Keystone Parkway (the Project). Project limits are from the north I-465/Keystone Parkway interchange ramps to 99th Street along Keystone Parkway, and from Haverstick Road to Priority Way West Drive along 96th Street as described further in Section ioo. Also included in the project are independent connector roads to improve overall mobility consisting of 5 separate connections: 1. Haver Way Connector to connect Haver Way to Whitley Drive 2. Threel Road Connector to connect Threel Road to Aronson Road 3. Haverstick Road Roundabout at the intersection of Haverstock Road and 96th Street 4• 96th Street Parallel Connector to connect Aronson Drive to Priority Way West Drive 5• 98th Street Connector to connect 96th Street to 981h Street which ties into the Roundabout at 961h Street and Priority Way West Drive. The specific Scopes of Service associated with each of the independent connector roads is described further in Section 200 of this Scope of Services. Section 300 contains Bidding and Construction Support Services as an additional component of this agreement. Note thatBidding and Construction Services were not included in the original design contract. The project will tie into the I-465/Keystone Pkwy interchange to the south, and will tie into the City of Carmel's 1o6th Street roundabout interchange to the north. The Consultant will be responsible for the management, coordination, and design of the elements required to develop and provide l00% design plans for this project. It is anticipated that the design portion of the project will be locally funded. It is further assumed that the project construction will be federally funded. This document is to resume design services for the remaining work from the l00% design scope that was terminated on July 22, 2013. Stage 2 project design plans were submitted for the project area in 2o11. The plans will be updated to reflect applicable and current conditions, standards, and specifications. Traffic counts and analyses will be conducted to determine the validity of the current design, as well as be the basis for determination of changes to existing field conditions at the time of the original Stage 2 plan submittal which will be identified and documented. The project design shall conform to City of Carmel Design Standards augmented by the applicable Indiana Department of Transportation (INDOT) Design Manual, standard details, specifications, policies and procedures (in force at the time of the execution of this Agreement) and the Indiana Manual on Uniform Traffic Control Devices (IMUTCD). The project will be developed in U.S. Customary Units, and will be in accordance with the INDOT Local Public Agency (LPA) Project Development Process Guidance Document (August 2013 version). 100% Design Scope of Services ------------ 27 �EY�' 2/10/2016 The following table provides a summary of the anticipated work elements and anticipated fee defined for each of the tasks. Section oo Description Fee Section 1o1 Traffic Analysis $21,100 Section 102 Project Management and Coordination Efforts $12,800 Section 103 Supplemental Topographic Survey $98,465 Section 104 Final Hydraulic Analysis $64,700 Section 105 Roadway and Traffic Desi $26o,600 Section 1o6 Structural Design (United Consulting) $86,000 Section 107 Final Traffic M mt Plan and MOT Design $13,000 Section 1o8 Final R W Engineering (United Consulting) $40,475 Section log Permitting and Public Information Meeting $22,500 Section 110 Utility Coordination (United Consulting) $52,800 00 Description Fee Section 201- Haver Way Connector Roadway, Drainage, Traffic, MOT Design $3,000 Section 202 - Threel Road Connector Roadway, Drainage, Traffic, MOT Design $7,100 Section 203 - Haverstick Road RAB Roadway, Drainage, Traffic, MOT Design $13,300 Section 20 - 96th St Parallel Connector Roadway, Drainage, Traffic, MOT Design $11,900 Section 205 - 98th St Connector Roadway, Drainage, Traffic, MOT Design $11,600 Section 2o6 - Haver Way Connector Utility Coordination (United Consulting) $500 Section 207 - Threel Road Connector Utility Coordination (United Consulting) $1,500 Section 208 - Haverstick Road RAB Utility Coordination (United Consulting) $3,000 Section 209 - 96th St Parallel Connector Utility Coordination (United Consulting) $2,500 Section 210 - 98th St Connector Utility Coordination (United Consulting) $2,500 Section and Construction Services A detailed description of the Consultant's proposed l00% design services is described in the following specific sections: Section 100 Section ioi: Traffic Analysis Objective Update the traffic volumes and analysis to reflect current year 2o16 and design horizon year 2038 conditions. Original traffic volume data was collected in 2008. Results/Deliverables A. Traffic analysis memorandum documenting all data collection and analysis. B. Presentation boards depicting the proposed project geometry and project extents. 100% Design Scope of Services .• EX�9�H A 2<6 o+vg 2/10/2016 Coordination A. The Consultant's work efforts will be coordinated through the City Engineer, including City of Indianapolis coordination. B. The Consultant's activities will be coordinated with the current 96th St/Priority Way design work. Activity A. TRAFFIC DATA COLLECTION This activity provides for the collection of data within the projects limits to assess the geometric needs and configuration of the project. Existing AM and PM peak turn movement traffic data will be collected at the following locations: • 96th Street/Haverstick Road intersection • 96th Street/Haver Way intersection • 96th Street/Keystone Parkway intersection • 96th Street/ Aronson Drive intersection • Keystone Parkway/98th Street intersection • Keystone Parkway/I-465 southbound -to -eastbound ramp • Keystone Parkway/I-465 southbound -to -westbound ramp The data will be collected for the AM and PM peak. Count duration will be 1 hour at each intersection location during each peak, and 1/2 -hour at each ramp location during each peak. Counts will be taken using traffic count boards. B. TRAFFIC DATA VOLUME MAPS Traffic data volume maps will be developed using the existing turn movement volumes, adjusted and balanced for each peak hour. Maps will be developed for the following scenarios: • Year 2016 AM Peak • Year 2o16 PM Peak • Year 2038 AM Peak • Year 2038 PM Peak The extents of the maps will be along 96th Street from Haverstick Road to Priority Way West drive, and along Keystone Parkway from the I-465 southbound -to -westbound ramp diverge point to 98th Street. The 20 -year volumes will be determined based on the growth rates established by the Indianapolis MPO for the roadway segments within the project limits. C. TRAFFIC CAPACTTYANALYSIS/SIMULATION Intersection capacity analysis will be conducted and documented for the existing and proposed conditions. The 2o16 AM and PM peak capacity analysis will include all of the 96th Street intersections where data was collected, and will be performed using Synchro software. Intersection and individual turn movement Level of Service will be determined and documented, along with 95th percentile queue and volume -to -capacity ratio for all movements. r� N'r 100% Design Scope of Services CZA IBI A- I 2q ,�y& 2/10/2016 The 2038 AM and PM peak capacity/Level of Service analysis will include the following proposed locations: • Roundabout intersection at 96th Street/Haverstick Road • Roundabout interchange at 961h Street/Keystone Parkway • Right -in, Right -out intersection at 96th Street/Aronson Drive • Roundabout intersection at 96th Street/Priority Way West Drive • Stop -controlled intersection at 96th St/Whitley Drive • Stop -controlled intersection at Aronson Drive/96th Street Parallel Connector Road • Stop -controlled intersection at 96th Street Parallel Connector Road/Priority Way West Drive • Stop -controlled intersection at Priority Way connector Road/98th Street • Stop -controlled intersection at Keystone Parkway/98th Street • Weaving section on southbound collector -distributor roadway between I-465 and 96th Street The analysis will include documentation of 95th percentile queue and volume -to -capacity ratio. Stop -controlled intersection analysis will be performed using Synchro software, and roundabout analysis will be performed using SIDRA software. Due to geometric constraints within sections of the project area (compressed southbound weaving section between 96th Street and I-465, and several intersections within close proximity on 96th Street between Keystone Parkway and Priority Way West Drive), simulation will be conducted for the 2038 AM and PM peak hour to evaluate system operation. The simulation areas are: • 96th Street from Haver Way to Priority Way West Drive • Southbound weaving section between 96th Street and I-465 The 96th Street simulation will be conducted using VISSIM software, and the weaving segment simulation will utilize CORSIM software. D. TRAFFIC ANALYSIS MEMORANDUM AND PRESENTATION BOARDS A Traffic Analysis Memorandum will be developed to document the findings of the analyses, and to provide recommendations for intersection geometry and traffic control. Analysis output, input assumptions, exhibits, volume maps, results, and conclusions will be documented in the memorandum. Presentation boards will be developed based on the recommendations of the traffic analysis memorandum to assist the City of Carmel in conveying the proposed interchange concept to the public. Assumptions Maximum of two presentation boards (36 in x 48 in size). 96th Street/Priority Way traffic volumes will be collected separately under separate contract. The AM and PM peak hour will be determined by the City of Carmel. 20 -year traffic growth rate will be determined by the Indianapolis MPO. 100% Design Scope of Services EXHIBIT 2/10/2016 • All existing traffic signal timing data on 96th St will be provided by the City of Carmel, the City of Indianapolis, and/or INDOT. Section 102: Project Management and Coordination Efforts Objective The objective of this section is to provide coordination between the Consultant, the Owner, the City of Indianapolis, the Indianapolis Metropolitan Planning Organization (MPO), and the Indiana Department of Transportation (INDOT) to comply with funding, planning, and procedural requirements. Results/Deliverables • INDOT LPA Quarterly Reports. • Monthly progress reports to Owner. • City of Indianapolis Transportation permit application. • Project Meeting Minutes. Coordination • The Consultant will direct all project communications through the Owner's representative regarding contractual, design, performance evaluation, and compensation -related issues. • The Consultant will participate in inter -agency coordination meetings and facilitate coordination efforts between INDOT, FHWA, the Owner, and the City of Indianapolis, as requested. Activity • The Consultant will supply information to the Indianapolis MPO "MiTIP" website for inclusion in Quarterly Report documents, and notify the Owner when the "MiTIP" update is complete. • The Consultant will attend MPO quarterly report meetings, as requested by the Owner. • The Consultant will send monthly progress reports to the Owner. • The Consultant will be responsible for the management of all subconsultants. • The Consultant will coordinate with the Owner, the City of Indianapolis, and INDOT to process appropriate contract documents, permit applications, and standard drawings. • The Consultant will participate in inter -agency coordination meetings and facilitate coordination efforts between INDOT, FHWA, the Owner, and the City of Indianapolis. Assumptions • Monthly invoicing will occur through the duration of the project in accordance with the provisions of the 30% Design Scope of Services. • Indiana Department of Transportation standards and specifications will be utilized on the project. • Consultant will attend a maximum of 4 (four) MPO Quarterly Report meetings during the course of the project. 100% Design Scope of Services EXHIBIT A _ l �p L( 8 2/10/2016 Information Supplied by Owner • City of Indianapolis inter -local agreement for land acquisition will be provided by the Owner. Items Specifically Not Included • None. Section iog: Supplemental Topographic Survey Objective The objective of this section is to obtain additional topographic survey information for existing conditions that appear to have changed since the original topographic survey for the project was obtained in 2oo9 and 2011. Results/Deliverables • Updated location control route survey. • Updated topographic survey data. Coordination • The Consultant will direct all project communications through the Owner's representative regarding topographic survey collection, compilation, and review. Activity The Consultant will perform the following work under this section: • Update existing topographic survey based on new/revised field conditions. Survey update will be based on current guidelines set forth by INDOT's Design Manual chapter 1o6. • Update project survey mailing list. • Update existing location control route survey. • Obtain current copy of "last deeds of record" for each parcel. • The location of the additional survey collection is described as follows: o NB and SB Keystone Pkwy from the EB I-465 off -ramp to 96th Street (2,500 x 200 feet); o NB and SB Keystone Pkwy from 96th Street to 98th Street (1,500 x 200 feet); 0 98th Street from Keystone Pkwy to loo' east of Lakewood Drive (400 x 200 feet); o NE quadrant of 961h Street and Keystone Pkwy redevelopment (goo x 200 feet) o SW quadrant of 96th Street and Aronson Road redevelopment (250 x 200 feet) o NW quadrant of 96th Street and Enterprise Drive redevelopment (400 x 200 feet) • The existing route survey plat will be updated to account for the existing topographic survey acquired above. Assumptions This work will modify the previously -completed topographic survey work. While reasonable effort and standard of care will be made to identify and survey readily visible 100% Design Scope of Services XH UT J 2/10/2016 or recorded changed conditions, unforeseen conditions or changes in existing conditions may exist which may result in an updated topographic survey that is not all inclusive. • If it is determined and mutually agreed upon by Owner and Consultant that features exist which are not updated, additional will work be performed by Consultant only if the Owner determines the work is necessary. Information Supplied by Owner • None. Items Specifically Not Included • New topographic survey of the entire project limits. Section 104: Final Hydraulics Analysis Objective The objective of this task is to finalize the drainage needs of the Project. Results/Deliverables • Final Stormwater Management Plan and Hydraulics and Hydrology Analysis Report, incorporating agency comments and geometric revisions. • Final detention basin designs (pdf). • Final design calculations (pdf). • Final drainage area maps and travel paths (provided in Agn format, if requested). • Final drainage structure sizing calculations. • Preliminary and final design of all drainage in the project area. Coordination • All work efforts will be coordinated through Owner's representative, Hamilton County Surveyor's office, and Marion County Surveyor's office. Activity Work elements to be performed by the Consultant in association with hydrology and hydraulics analysis: • Re-evaluate requirements of Indiana Department of Environmental Management (IDEM), the Hamilton County Drainage Board, and affected municipalities based on design revisions to 30% plans. • Develop final storm water management plan. • Final drainage design. Work elements will be accomplished as described below: A. Final Drainage Design • Complete preliminary hydraulic design of the project area. 100% Design Scope of Services��� Q 'T EXHI I a 2/10/2016 • Revise final maps per plan review comment, showing characteristics of the study area such as land use, urbanization, utilities, transportation facilities, soil types, existing storm and sanitary sewers and structures, existing legal drains, culverts and bridges, dams, weirs, impoundments, flow modifying structures, etc. • Finalize suitable land areas for stormwater management. Review and analyze profile grade of Keystone Parkway and determine final locations of the required culverts, bridges, trunklines, etc. • Determine final stormwater conveyance at 96th Street and 98th Street. Prepare final design layout showing proposed major culverts, bridges and trunklines. Delineate final boundaries of drainage watersheds, sub watersheds, sub basins for small structures, bridges and trunklines. Estimate final tributary drainage area of each watershed. • Finalize hydrologic and hydraulic modeling data files. • Perform final hydrologic analysis using applicable modeling software in accordance with acceptable policies and procedures to determine peak discharge, runoff volume, and runoff hydrograph for various recurrence intervals at key crossing. • Review floodplain information report and finalize flood flows, stages, and areas of inundation on principal streams. Compare results of Hydrology and Hydraulics models with the Flood Insurance Studies (FIS), and make appropriate revisions to calibrate the models. • Review and finalize hydraulic grade line, backwater effects, headwater and tailwater conditions, floodplain impacts and stormwater impacts on developments per design criteria. • Make alternative final design modifications of the drainage facilities to reduce the impacts based on the final structure size requirements. • Prepare final design layout, including final plan and profile sheets and cross sections, showing proposed drainage facilities including the designation of major structures, ditches and trunklines and detention basins. • Prepare a final Hydrology and Hydraulics Analysis Report and submit for the review of Owner and the Hamilton County Surveyor's office based upon review comments. Assumptions • Final design footprint (with revisions per review comments) will be used as the basis for all final hydraulic design. • The Hydrology and Hydraulics analyses and development of the detailed drainage plans will be commensurate with the development of the road design details. • All analyses and design will be done in accordance with the policies, procedures, and criteria contained in the hydraulics and hydrology portions of the Indiana Design Manual, the Hamilton County Surveyor's office, and the Marion County Surveyor's office. It is anticipated that a common submittal package will be allowed for review by the pertinent agencies. Development of multiple submittal packages tailored to the requirements of individual agencies is beyond this scope of work. • Existing data exists for major stream crossings; therefore complete hydraulic study of existing streams will not be required for this project. 100% Design Scope of Services a 3 2/10/2016 • Hydraulic analysis will be limited to areas immediately impacted by the Keystone Parkway / 961h Street interchange project footprint and connecting S -line improvements. • Scope of services assumes typical section will support a closed drainage system as required to successfully convey water through the interchange. Information Supplied by Owner • Approvals of submitted reports and calculations. Items Specifically Not Included • Pump station designs. • Multiple agency -specific submittal packages. Section 105: Roadway and Traffic Design Objective The objective of this task is to develop l00% design plans based on the 3o% design footprint and subsequent agency review comments for INDOT letting. Project development and management will be per Owner requirements, the INDOT LPA Public Agency Project Development Process Guidance Document, and the Indiana Design Manual. Coordination will be directly with Owner, INDOT, City of Indianapolis, Indianapolis MPO, County Surveyor's offices, and soil/water conservation agencies as directed by Owner. Deliverables The products of this section are as follows: • Updated Stage 2 Review Submission plans and documents for Owner/INDOT review. • Stage 3 Review Submission plans and documents for Owner/INDOT review. • Final Tracings Package submittal for Owner/INDOT review. • Pavement design. • Erosion control plans. • Best Management Practices (BMP) Operation and Maintenance Manual and structural sizing calculations. Coordination Ongoing coordination will be required with the following: • The Consultant will direct all project communications through the Owner's representative regarding coordination, contractual, design, and compensation -related issues. • The Consultant will participate in inter -agency coordination meetings and facilitate coordination efforts between INDOT, FHWA, the Owner, and the City of Indianapolis as requested. • INDOT — plan submittal, environmental, and right-of-way coordination per INDOT LPA process. 100% Design Scope of Services EXH UT S5__,OF f 0LX/ 2/10/2016 Activity The Consultant will attend a project kickoff meeting with INDOT and the Owner prior to beginning the data collection/analysis/design project tasks. The Consultant will perform all Roadway, Hydraulic (Section:t04), and MOT (Section 10 7) plan development tasks as follows: o Prepare updated Stage 2 Plans (approximately 55 % complete), including: ■ Review previously completed Stage 2 plans, identifying required adjustments needed based on revised project footprint ■ Updated Title sheet and Index. ■ Updated Typical cross sections. ■ Updated preliminary maintenance of traffic plans, including signage, closure details and detours as required for roundabout construction. ■ Updated plan & profile sheets. ■ Updated sidewalk/multi-use path connectivity. ■ Updated preliminary retaining wall layouts as required. ■ Updated preliminary drainage design. ■ Updated preliminary roundabout and approach design. ■ Updated miscellaneous details. ■ Updated cross sections. ■ Updated signing/lighting/pavement marking plans. ■ Updated right-of-way design. ■ Updated unique special provisions. ■ Updated preliminary quantity calculations. ■ Updated construction cost estimate. ■ Updated erosion control plan. ■ Draft design documentation. ■ Review the updated design for conformance with INDOT's Level One controlling design criteria. Indicate apparent or possible design exceptions. Identify Level Two and Level Three design criteria exceptions. ■ Prepare INDOT All Project Commitments Report. ■ Submit Plans and supporting documentation to Owner for Review. ■ Attend plan review meeting with Owner. o Conduct Preliminary Field Check/Utility coordination meeting: ■ Distribute Stage 2 plans and Preliminary Field Check notification letter to key stakeholders, utilities, and distribution list maintained by INDOT. ■ Prepare and distribute Preliminary Field Check/Utility coordination meeting notes. ■ Submit updated stage 2 plans and updated hydraulic report to INDOT for review (if detention or structural BMP's required). ■ Submit updated stage 2 plans to local soil and water conservation districts for review of Stormwater Pollution Prevention Plan. o Prepare pavement design and submit to INDOT for review and concurrence. Pavement design tasks will include: ■ Review of pavement core logs (coring previously completed). ■ Development of two new/full depth pavement replacement sections in accordance with Indiana Design manual Chapter 304. o Prepare Stage 3 Review Submission Plans and documents (approximately 95% complete), including: 100% Design Scope of Services E) C. H I Bi TA--- C--�(/ - 2/10/2016 ■ Incorporate review comments and changes from the Preliminary Field Check, Owner review, Public Hearing (if applicable), and INDOT hydraulic review. ■ Review the design for conformance with INDOT's Level One controlling design criteria and Level Two and Level Three design criteria. ■ Finalize maintenance of traffic plan. ■ Finalize plan & profile sheets. ■ Finalize construction details. ■ Finalize signing/lighting/pavement marking plans. ■ Finalize Right -of -Way plans due to changes during acquisition, if any. ■ Finalize plan tables. ■ Finalize quantity calculations and construction cost estimate. ■ Finalize unique special provisions and prepare recurring special provisions. ■ Finalize design documentation. ■ Submit plans and supporting documentation to Owner and INDOT for review. o Prepare Final Tracings Submission for INDOT letting. Submit to INDOT via ERMS, and submit plans to Owner electronically and via hard copy. Submittal will include: ■ Incorporate previous review comments. ■ Final Tracings plans, signed and certified by the Consultant, and approved by Owner. ■ Final quantity calculations and construction cost estimate. ■ Final design documentation. ■ Final pavement design. ■ Final erosion control plans. ■ BMP Operation and Maintenance Manual in accordance with local soil and water conservation district requirements. ■ Final recurring special provisions and unique special provisions. ■ Environmental document approval certification (per Scope of Services Section iog). ■ Permits (per Scope of Services Section iog). ■ Right-of-way certification letter from Owner and INDOT (right-of-way engineering per Scope of Services Section io8). ■ Utility Coordination certification and agreements (per Scope of Services Section iio). o Prepare and submit GIS submittal to Owner for storm/sanitary improvements. Assumptions • Project will utilize INDOT and Owner design standards and specifications. • The updated Stage 2 plan submittal to INDOT will serve as the hydraulic report review submittal. • BMP design will be coordinated with Owner, local Soil/water conservation agencies, and the City of Indianapolis. • Plan submittals to the Owner and the City of Indianapolis will occur at the Stage 2, Stage 3, and Tracings stages. • Plan submittals to Owner and City of Indianapolis will be via ii x 17 hard copy (2 copies to each agency per submittal), with plans and special provisions/estimate/design EXHIB1 - F 100% Design Scope of Services 3-7 4, 4� 2/10/2016 calculations posted (pdf) to the Consultant ftp site for retrieval. Submittals to INDOT will be via INDOT's ERMS system. • No Level 1 Design Exceptions are anticipated. If a Level i Design Exception is determined to be necessary, additional INDOT review and coordination will be necessary .and is beyond this scope of work. • Traffic, Roadway, Bridge, Right -of -Way, and Erosion Control plans will be included in the same plan set. Information Supplied by Owner • Reviews of Stage 2 and Stage 3 plan submittals. Items Specifically Not Included • Pump/lift station design. • Geotechnical investigation (previously completed). • Final Field check subsequent to Stage 3 plan submittal. • A separate set of Right -of -Way plans. • Noise barriers. Section io6: Structural Design —i00% Design Level Objective Develop i00% design for each of the Keystone bridge structures over 96th Street, including necessary retaining walls. Results/Deliverables The products of this section are as follows: • Stage 2, 3, and Tracings Plan Submissions. Coordination These activities will be coordinated through Owner, as appropriate, including aesthetic treatments of the bridge structures. Activity Design elements to be provided by the Consultant under this phase are as follows: i00% Plan Submission • Final bridge geometry. • Include final roadway plan, profile, and cross section sheets for information only. • Include a final General Plan of proposed structure. • Include final detail sheets, as appropriate. • Prepare Layout sheet of proposed structure. • Identify retaining wall locations and provide final details. EXH110-ir 100% Design Scope of Services �i d 4 2/10/2016 Assumptions • Plan submittals will be included in Roadway Plan set (see Section 105 assumptions). Information Supplied by Owner • Feedback and approval of bridge and retaining wall aesthetic details. • Reviews of Stage 2 and Stage 3 plan submittals. Items Specifically Not Included • None. Section 107: Final Traffic Management Plan/MOT Design Objective The purpose of this section is to develop a detailed final Traffic Management Plan and account for the proposed Construction Sequencing. Results/Deliverables The products of this section are as follows: • Final Traffic Management Plan Report will incorporate the following items: o Final review of alternate traffic control. o Final review of adequacy of alternate routes. o Final review of construction phasing and scheduling alternates. o Final documentation of coordination with local officials and businesses. o Final coordination with emergency responders and schools. o Review design and TMP changes during i00% plan development. • Final maintenance of traffic schematics. • Final construction sequencing plan and final construction schedule. Coordination These activities will be coordinated through the Owner's representative with input from the affected INDOT I-465 North Leg project, the American Structurepoint Keystone Parkway Reconstruction project, the Hamilton County Highway Department, and the City of Indianapolis Department of Public Works. Activity A. Final Transportation Management Plan The Consultant will perform the following work items as part of this Section: Review and evaluate the final proposed infrastructure improvements for the corridor. These will include at a minimum: o Final mainline, ramps and S -line geometrics, super -elevations, tie-ins. o Final bridge structures, including potential for part -width construction. o Final interchange configuration, geometrics, profiles, super -elevations, part -width construction compatibility. 100% Design Scone of Services{� 8 11� 2/10/2016 o Final evaluation of existing local roads for modifications, closures and detour alternatives. o Final determination of traffic needs during construction. Conduct final capacity analyses for maintenance of traffic phases that reduce capacity. No modeling/simulation is required for secondary road closures. Coordinate with Owner, Hamilton County, Indianapolis Dept of Public Works, INDOT, and other local agencies and officials for overall consistency of the corridor maintenance of traffic plan, and for necessary revisions to the maintenance of traffic scheme based on adjacent construction activities. Development of final recommendations for maintaining traffic. These will include at a minimum: o Final analysis of temporary road options. o Final detour routes that account for emergency response vehicles, construction vehicle routes, school bus routes and any local Owner requirements. o Final number of lanes to keep open in each direction on main line. o Establishment of time constraints for the different maintenance of traffic sequencing. B. Final Maintenance of Traffic Schematics The Consultant will develop final maintenance of traffic schematics, including final assessment of the final design alternative. The impact of various construction activities will be determined in order to optimize the final traffic maintenance design. Final schematics will include all required detour signage and pavement markings. C. Final Constructability Reviews Final constructability reviews will be performed to determine if the project can be constructed according to the final interchange design plan. The reviews will look at the design from a contractor's point of view, identify contractor's costs beyond normal materials and labor such as; limited site access, restricted work hours, complexity of construction in post -phasing, interfaces with other contractors, the ability to complete the project in one construction season (including the resulting impacts on travel), and the effect of potential environmental restraints upon production. Assumptions The Consultant will develop the final maintenance of traffic and sequence of construction detail sheets/plans, estimates, and specifications for construction of the Project. The Consultant will determine final detour routes, road closures, alternate routes and ramp closures and submit this to Owner, City of Indianapolis, and INDOT for their review and approval. If funding timelines require the project to be built in one construction season, one lane of traffic on Keystone in each direction will remain open to traffic south of 96th Street. Information Supplied by Owner • Input regarding ongoing construction projects within the surrounding areas that could impact overall construction costs or the ability to attract multiple bidders. • Coordination efforts with INDOT and American Structurepoint. • Recommendations on road closures and/or restrictions. • Detour signage recommendations. 100% Design Scope of Services EIHBI I Yd of'+� 2/10/2016 • Submittal reviews and approvals. Items Specifically Not Included • None. Section io8: Final Right -of -Way (ROW) Engineering Objective Provide the necessary final Right -of -Way (ROW) Engineering to allow for subsequent Appraising and Buying activities to commence. All of the information for each parcel previously provided to the Owner will be updated to reflect current ROW limits and current parcel data. Results/Deliverables The products of this section include the delivery of the following documents for the property to be acquired for this project: • Update Title and Encumbrance Reports for each property affected by the project. • Final metes and bounds legal descriptions for each property acquisition. • Final ROW parcel plats for each fee simple (permanent) acquisition parcel. • Final ROW area computation sheet. • Updated folder for each parcel. • Right -of -Way staking, if requested by Owner. • Manage ROW Engineering activities and subconsultants. Coordination • The Consultant shall attend conferences with the Owner, the City of Indianapolis, and INDOT in connection with the work, as requested, and shall remain available until the ROW has been approved by the Owner and certification has been issued by INDOT to construct the project. Activity Final ROW engineering shall consist of the following: • Updated Title and Encumbrance Reports for each property anticipated to be affected by the Project. • Final ROW plans included in plans developed under Section 105 of this scope of services: o Final determination of property boundaries and existing ROW lines in the project area. o Names of property owners listed on plans. o Final proposed ROW lines. o Parcel numbers in bold text and circles for each acquisition. Legal Descriptions for each acquisition: o Prepared by registered Land Surveyor. ROW parcel plats for permanent acquisitions: o Each parcel plat shall be a scaled drawing showing: ■ Parcel boundaries. ■ Existing/proposed ROW. ■ Property owner names. 100% Design Scope of Services 2/10/2016 ■ Instruments by which title was acquired. ■ Total area of parcel prior to acquisition. ■ Area of ex. ROW included in the total area. ■ Area of fee simple acquisition. ■ Area of ex. ROW within fee simple area. Area computation sheet: o Spreadsheet summarizing all ROW areas Parcel folders: o Separate folder containing all ROW -related information for each parcel. Folder shall be provided to the Owner for use by appraisers, negotiators and attorneys to acquire the real estate. Assumptions • All ROW engineering services to be performed as per the current version of the federal, INDOT and Owner ROW Engineering Policies. • All ROW acquisition services will be performed by Owner. • Consultant does not authorize or assume liability for any reuse of the documents or digital materials described in this section for any purpose other than this project and the specific use intended, unless approved by the Consultant. • Maximum of 50 parcels. Information Supplied by Owner • Existing ROW plans, grants, and deeds for all City of Carmel roads within project limits (Marion County information to be supplied by City of Indianapolis, INDOT information to be supplied by INDOT). • Parcels to be acquired for this project. • Appraising and Buying services. Items Specifically Not Included • ROW parcel staking. • Final deed preparation and recording. • Land acquisition costs. • Appraising and Buying services. • A separate set of ROW plans. Section iog: Permitting and Public Information Meeting Objective Provide services required to prepare and submit the necessary documentation to receive the permits required for the construction of this project, and to conduct a public information meeting. Deliverables • Permit documents. • Public information meeting documents. 100% Design Scope of Services EXHIBIT A - / /'-) 0�4 2/10/2016 Coordination These activities will be coordinated with the Owner. Activity The Consultant will perform the following work under this section: • Conduct a public information meeting in accordance with all agency requirements. Included will be: o Advertisements/legal notices published in local newspapers. o Preparation of all meeting exhibits and materials. o Preparation of meeting summary and organization of comments. The Consultant will prepare and submit the necessary documentation to receive the environmental permits required for the construction of this project. These permits include: o Rule 5 permit. o City of Indianapolis Flora permit. Assumptions • Rule 5 permit and City of Indianapolis Flora permit will be submitted with Stage 3.design plans. No additional environmental permits will be required. • The Rule 5 permit application fee is $ioo. Items Specifically Not Included • No adverse effect/adverse effect documentation/memorandum of agreement (Section 106 Documentation). • Archaeological records review or reconnaissance (previously completed). • Wetland and Waterway determination/delineation (previously completed). • Categorical Exclusion (CE) Document. • Environmental Assessment (EA) (previously completed). • Environmental Impact Statement (EIS). • Additional Information (Al) Document. • Individual Section 4(f) Evaluation. • Section 6(f) Evaluation. • Section 401/404 Permits. • IDNR Construction in a Floodway Permit. • Wetland/Waterway Mitigation. • Air Quality Analysis. • Noise Analysis (previously completed). • Asbestos inspection/testing. • Formal Section 7 coordination with the US Fish and Wildlife Service. • Phase I or II ESA (previously completed). • Detailed groundwater assessment. • Resource specific cumulative impact analysis. • Formal Hearing per INDOT Public Involvement Manual EX1 i �, B 100% Design Scope of Services ql 2/10/2016 Section iio: Utility Coordination Objective The objective of this section is to coordinate utility relocations or adjustments to accommodate the project in accordance with 105 IAC 13 and Chapter 104 of the Indiana Design Manual. Deliverables • Approved utility work plans for relocation or adjustment of existing utility facilities. • Approved utility relocation plans for relocation or adjustment of existing utility facilities. Coordination • The Consultant will coordinate with known utilities, INDOT, and the Owner. Activity The Consultant will perform the following activities: • Update the utilities that are located within the geographical limits of the Project. Efforts to make this update determination include review of INDOT-maintained utility list, investigation of field conditions, review of information from Indiana Underground Plant Protection Service (IUPPS), and contacting the Owner. • Distribute an "Initial Notice of Proposed Improvement Project" letter and -map of the project area to all utilities known to exist in the project area, then gather responses and adjust utility list as needed. • Distribute a "Verification of Existing Facilities" letter and Preliminary Plans to all utilities known to exist in the project area, gather responses and update plans, as appropriate. • Distribute a "Conflict Analysis" letter and Preliminary Field Check Plans to all utilities known to have facilities within the project limits. A Utility Coordination Meeting will be held at the Preliminary Field Check meeting, which will be performed under Scope of Services Section 4. • Distribute "Work Plan Request" letters with Preliminary Final plans to all utilities known to have facilities with the project limits. • Coordinate resolution of utility work plan conflicts, and hold one Utility Coordination Meeting to resolve conflicts, if necessary. • Review utility work plans and relocation plans, and request revisions as needed. • Prepare "Notice of Approved Work Plan" and "Notice to Proceed for Proposed Improvement" letters and submit to Owner for approval. Distribute approved work plans and relocation plans to utilities. • Prepare Utility Special Provisions for Final Tracings package. • Review reimbursable utility relocation cost estimates, if applicable, and provide recommendation to Owner regarding execution of reimbursable agreement between Owner and utility(s). Assumptions • Maximum of one utility work plan resolution meeting. Information Supplied by Owner • None. EXHIBITA - 100% Design Scope of Services tl wu(, 2/10/2016 Items Specifically Not Included • Preparation of reimbursable agreement between Owner and utility, if necessary. • Subsurface Utility Engineering (SUE) services. • Field observation of relocations prior to project letting. Section 200 Sections 201 - 205: Roadway, Drainage, Traffic, and MOT Design for Connector Roads Objective The objective of this section is to provide additional Roadway, Hydraulic, Traffic, and MOT design to supplement Sections 104, io5, and 107. l00% design plans for the project area beyond the limits of the original project scope as depicted in the attached Exhibit "A". The work includes all agency coordination, roadway and traffic design, drainage design, and MOT design within the area depicted in Exhibit "A". The areas include: 1. Haver Way Connector to connect Haver Way to Whitley Drive 2. Threel Road Connector to connect Threel Road to Aronson Road 3. Haverstick Road Roundabout at the intersection of Haverstock Road and 96th Street 4• 96th Street Parallel Connector to connect Aronson Drive to Priority Way West Drive 5. 98th Street Connector to connect 96th Street to 98th Street which ties into the Roundabout at 96th Street and Priority Way West Drive. Sections 2o6 - 210: Utility Coordination for Connector Roads Objective The objective of this section is to coordinate utility relocations or adjustments to accommodate the project in accordance with 105 IAC 13 and Chapter 104 of the Indiana Design Manual to supplement Section tio. The areas include: 1. Haver Way Connector to connect Haver Way to Whitley Drive 2. Threel Road Connector to connect Threel Road to Aronson Road 3. Haverstick Road Roundabout at the intersection of Haverstock Road and 96th Street 4• 96th Street Parallel Connector to connect Aronson Drive to Priority Way West Drive 5• 98th Street Connector to connect 96th Street to 98th Street which ties into the Roundabout at 96th Street and Priority Way West Drive. Deliverables • Approved utility work plans for relocation or adjustment of existing utility facilities. • Approved utility relocation plans for relocation or adjustment of existing utility facilities. Coordination • The Consultant will coordinate with known utilities, INDOT, and the Owner. 100% Design Scope of Services EEXHI I T dew _ 2/10/2016 Activity The Consultant will perform the following activities: • Update the utilities that are located within the geographical limits of the Project. Efforts to make this update determination include review of INDOT-maintained utility list, investigation of field conditions, review of information from Indiana Underground Plant Protection Service (IUPPS), and contacting the Owner. • Distribute an "Initial Notice of Proposed Improvement Project" letter and map of the project area to all utilities known to exist in the project area, then gather responses and adjust utility list as needed. • Distribute a "Verification of Existing Facilities" letter and Preliminary Plans to all utilities known to exist in the project area, gather responses and update plans, as appropriate. • Distribute a "Conflict Analysis" letter and Preliminary Field Check Plans to all utilities known to have facilities within the project limits. A Utility Coordination Meeting will be held at the Preliminary Field Check meeting, which will be performed under Scope of Services Section 4. • Distribute "Work Plan Request" letters with Preliminary Final plans to all utilities known to have facilities with the project limits. • Coordinate resolution of utility work plan conflicts, and hold one Utility Coordination Meeting to resolve conflicts, if necessary. • Review utility work plans and relocation plans, and request revisions as needed. • Prepare "Notice of Approved Work Plan" and "Notice to Proceed for Proposed Improvement" letters and submit to Owner for approval. Distribute approved work plans and relocation plans to utilities. • Prepare Utility Special Provisions for Final Tracings package. • Review reimbursable utility relocation cost estimates, if applicable, and provide recommendation to Owner regarding execution of reimbursable agreement between Owner and utility(s). Assumptions • Maximum of one utility work plan resolution meeting. Information Supplied by Owner • See None. Items Specifically Not Included • Preparation of reimbursable agreement between Owner and utility, if necessary. • Subsurface Utility Engineering (SUE) services. • Field observation of relocations prior to project letting. Section 300 Section 3oi: Bidding and Construction Phase Services Objective The objective of this section is to provide services to facilitate a competitive bid process for the Project and provide clarification of design intent during construction. 100% Design Scope of ServicesEXHIBIT - tb OfW 2/10/2016 Deliverables • Shop drawing reviews. • Contract document addenda (as appropriate). • Responses to Construction Contractor Requests for Information (RFI's). Coordination These activities will be coordinated with the Owner and INDOT. Activity The Consultant will perform the following work under this section: • Review plans and bid documents as advertised by INDOT and notify INDOT and Owner of inconsistencies from submitted documents which require correction. • Respond to bidder questions. • Issue addenda as appropriate to interpret, clarify, or expand the plans and bid documents that are not directly related to an error or omission by the Consultant. • Review bids received by INDOT and make recommendation to Owner regarding award. • Attend Pre -construction meeting. • Review Shop Drawings for signing/lighting structures, and lighting fixtures. • Respond to Contractor RFI's to clarify design intent. • Attend construction progress meetings as directed by Owner. Assumptions • INDOT will advertise and receive bids. • Consultant to review shop drawings and responds to BFI's within 10 business days. Information Supplied by Owner • None. Items Specifically Not Included • Construction inspection services. 100% Design Scope of Services EXHUBITA 96th Street @ Keystone Parkway Project Schedule (100% Locally Funded) Task Finish Date Duration (days) 1/1/2016 7/1/2016 Design Nip Survey (Supplemental) Traffic Analysis Memo Utility Relocation Plans Complete Revised Stage 2 Plan Submittal toRevised Revised Stage 2 Plan Review Stage 2,Review Meeting with City Advertise for Public Information... Public Information Meeting Update R/W Engineering R/W Acquisition q (Appraisal/Buying) i Right -of -Way Clear Utility/ PFC Meeting. Pavement Design Rule.5 Permit Approval Stage 3 Plan Submittal to City/INDOT Stage 3 Plan Review Final Tracings/Bid Document... Ready for contracts Final Tracings Review/Revisions I Letting (with exceptions) Pre -Construction Conference Shop Drawing Reviews/RFI's Project Paving Complete Final Project Completion Date Design NTP 2/4/2016. 0 Survey (Supplemental) 3/12/2016 30 Traffic Analysis Memo 4/11/2016 '30 q3/12/2016 Utility Relocation Plans Complete 3/12/2017 365, Revised Stage 2 Plan. Submittal to City/INDOT 7/10/2016 120 Stage 2 Plan Review 8/9/2016 30 Stage 2 Review Meeting with City 8/9/2016 8/9/2016 0 Advertise for Public Information Meeting 8/9/2016• 8/23/2016 14. Public Information Meeting 8/23/2016 8/23/2016 0- Update R/W,Engineering 8/9/2016 9/8/2016 30 R/W Acquisition (Appraisal/Buying) 9/8/2016 3/2/2018 540 Right -of -Way Clear 3/2/2018 _ 3/2/2018 0 Utility/ PFC Meeting 11/7/2016. 11/7/2016 0 Pavement Design 7/14/2016 11/11/2016 120 We 5 Permit Approval 7/14/2016 1 11/11/2016 120 itage 3 Plait Submittal to City/INDOT 7/14/2016 11/11/2016 120 itage 3 Plan Review, 11/11/2016 12/11/2016 30 sinal Tracings/Bid. Document Submittal 12/11/2016 12/26/2016 15 Ready for contracts 1/25/2017 1/25/2017 0 =final Tracings Review/Revisions 12/26/2016 3/29/2017 .93 .ettin with exceptions) g( P ) 4/5/2017 4/5/2017 0 Ire -Construction Conference 4/19/2017 4/19/2017 0 ;hop Drawing Reviews/BFI's 4/19/2017 4/19/2018 365 )reject Paving Complete 4/19/2017 4/19/2018 365 inal Project Completion Date 4/19/2017 4/19/2018 365 M 2Z:1J41\I )SOLO OW— VMway\ODpdMnlstnJonlaUOperatbia\O6tgnvx1a1l00 VaaM F.1 OW, WntrW\96NSe sib KeYstane a_-Sch qule�ga6.a6K 12/31/2016. 7/2/2017 1/1/2018 C ® Start Date ■ Duration (days) 1/7/2016 '&Ofe EXHIBIT B Invoice Name of Company Addess &Zip: Telephone No.,: Fax No.: Project- lilvoi.ce Nd. Purchase O`rderMe Pat -e: `Signature" - Priihted Name- - Goods.r, Services: Person Providing Go bate Goods/ :servicey :Provided Gbods/Service-'s . Provided' (Describe eachgood/servic6 separittel andin,de.tail) cost Per Iter folfl-y Rate/ Hours, Worked Total 'I.GRAND TOTAL `Signature" - Priihted Name- - EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Statutory Limits Employer's -Liability' Bodily. hj wy. by Accident/Disease:- MUM each employee ly, Iqjur.y by-.Accid ent/Disease?, each accident 'Bodily Injury by Acsease*. pident/Di -$500,060:polic y limit Pfdperty damacre, contractual liability - .. prod . ilcts- e q�qnlplet doperafions: General Aggregate Limit (other than Products/Completed Operations): $500,000 PrqdUcts/Corftpletbd Qpei.qtiohs: S500-000 Personal & Advertising Iiijbiy PolicyLimit: $500,00-6 Each, Occurrence Limit: -$2$6,000 Fire bam4ge (agy-o'ne fire $250;000 Medical !E:kpens&Ljmit (any one person): :$ 5000 'Comprehensive.AtitoLiability ( non -owned) ned) B6,dily Single Lihiit Injure ,and - p property ;damage: Policy cyLimit: �u M brp I la E. kdesslia-bilit- �y. Each kcuiteftce And.agg're'g- ate: Makimi.fm O&du6iible:- -each accident $00'000 each . accident $500;000 0 -wo;P000 I I $ 10900,0 Worp'.41OPIO . (*4 d says th Jo :fdL Qo 01,110- q Iii thy. federal 13' gr", 111:4M. t d E --Ver Company 10 Number. 1309 q E. Each party shall be solely responsible for defending any.claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E -Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E -Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To be accepted as a participant In E -Verify, you should only sign the Employer's Section of the slgnature page. ff you have any questions, contact E -Verify at 888 - Mid 4218. Page 11 of 131 E•Verliy MOU for Employer IRevtslon pate 09l01/09 www.dhs.gov/E-d®rift' Company ID Number:9 5 = 9 Page 12 of 131 E-Verffy MOU for Employer I Revision Date 09/01/09 WWW.dhs.gov/E-VorNy en �:: t ..� Company ID Number_ 1 �� relating to the Program Administrators) for your Company on policy questions or problems; Tele hone NumbeSmI00.6 J +-4-2 Fax Numbe4 S� — � M9 E•mell Address S3Cl 1 Q Cof'1OQYi j ieS . Ca n . Page 13 of 131 E -Verify MOU for Employe€ i Revision Date o9Jo I/09 .dhs.govtE.verify