Loading...
United Consulting Engineers/Eng/761,100/Spring Mill Road Reconstruction – 111th Street to Main Street - DesignUnited Consulting Engineers,- Inc. Engineering Department - 2016 Appropriation #94-650.04; 2016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 a2 •-�; 00 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is hereby made and entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety (hereinafter "City"), and United Consulting Engineers, Inc. (hereinafter "Professional"). RECITALS WHEREAS City owns and is responsible for the operation and maintenance of its property, personnel, public works and infrastructure; and and WHEREAS, from time to time, City needs professional assistance in fulfilling its foregoing responsibilities; WHEREAS, Professional is experienced in providing and desires to provide to City the professional services ("Services") referenced herein; and WHEREAS, City desires to engage Professional as an independent contractor for the purpose of providing to City the Services referenced herein; NOW, THEREFORE, in consideration of the foregoing recitals and the covenants and conditions set forth herein, City and Professional mutually agree as follows: SECTION 1. INCORPORATION OF RECITALS The foregoing Recitals are hereby incorporated into this Agreement and made a part hereof. SECTION 2. SCOPE OF SERVICES 2.1 City desires to engage Professional as an independent contractor for the Services set forth in attached Exhibit A, incorporated herein by this reference. . 2.2 Professional understands and agrees that City may, from time to time, request Professional to provide additional or modified Services to City. When City desires additional Services from Professional, the City shall notify Professional of such additional Services desired, as well as the time frame in which same are to be provided. Only after City has approved Professional's time and cost estimate for the provision of such additional Services, has encumbered sufficient monies to pay for same, and has authorized Professional, in writing, to provide such additional Services, shall such Services be provided by Professional to City. A copy of the City's authorization documents for the purchase of additional Services shall be numbered and attached hereto in the order in which they are approved by City. 2.3 Time is of the essence of this Agreement. [SAConlraclsNrof.Sv & Goods Svcs\Enginecdng@016\Unilcd Consulting Professional Saviccs FORM Rcvjunc 2012.doc:5/172016 1;02 PMJ United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04; 2016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 SECTION 3. CITY'S RESPONSIBILITIES 3.1 City shall provide such information as is reasonably necessary for Professional to understand the Services requested. 3.2 City shall provide all data required for provision of Services. Professional may assume that all data so provided is correct and complete. 3.3. City shall arrange for Professional to enter upon public and private property as reasonably required for Professional to perform the Services. 3.4 City shall designate payment of the Services from City budget appropriation number 94-650.04 2016 COIT Bond funds. 3.5 City shall designate the Mayor or his duly authorized representative to act on City's behalf on all matters regarding the Services. SECTION 4. PROFESSIONAL'S RESPONSIBILITIES 4.1 Professional shall perform the Services pursuant to the terms of this Agreement and within any applicable time and cost estimate. 4.2 Professional shall coordinate with City its performance of the Services. 4.3 Professional shall provide the Services by following and applying at all times reasonable and lawful standards as accepted in the industry. SECTION 5. COMPENSATION 5.1 Professional estimates that the total price for the Services to be provided to City hereunder shall be no more than Seven Hundred Sixty One Thousand One Hundred Dollars ($761,100.0'0) (the "Estimate"). Professional shall submit an invoice to City no more than once every thirty (30) days for Services provided City during the time period encompassed by such invoice. Invoices shall be submitted on a form containing the same information as that contained on the Professional Services Invoice attached hereto as Exhibit B, incorporated herein by this reference. City shall pay Professional for all undisputed Services rendered and stated on such invoice within thirty five (35) days from the date of City's receipt of same. 5.2 Professional agrees not to provide any Services to City that would cause the total cost of same to exceed the Estimate, without City's prior written consent. [S:%ConlractstProf.Svcs & Goods SvcsNEnginoering\2016Wnilcd Consulting Professional Services FORM Rev jure 2012.doc:5/172016 1:02 PMI 2 United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04; 2016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 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 for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. SECTION 7. MISCELLANEOUS 7.1 Termination. 7.1.1 The obligation to provide all or any portion of the Services under this Agreement may be terminated by City or Professional, without cause, upon thirty (30) days' notice. 7.1.2 The obligation to provide all or any portion of the Services under this Agreement may be terminated by City, for cause, immediately upon Professional's receipt of City's "Notice To Cease Services." 7.1.3 In the event of full or partial Agreement termination, and as full and complete compensation hereunder, Professional shall be paid for all such Services rendered and expenses incurred as of the date of termination that are not in dispute, except that such payment amount shall not exceed the Estimate. Disputed compensation amounts shall be resolved as allowed by law. 7.2 Binding Effect. City and Professional, and their respective officers, officials, agents, partners and successors in interest are bound to the other as to all Agreement terms, conditions and obligations. 7.3 No Third Party Beneficiaries. Nothing"contained herein shall be construed to give rights or benefits to anyone other than the parties hereto. ' 7.4 Relationship. The relationship of the parties hereto shall be as provided for in this Agreement, and neither Professional nor any of its agents, employees or contractors are City employees. Professional shall have the sole responsibility to pay to or for its agents, employees and contractors all statutory, contractual and other benefits and/or obligations as they become due. Professional hereby warrants and indemnifies City for and from any and all costs, fees, expenses and/or damages incurred by City as a result of any claim for wages, benefits or otherwise by any agent, employee or contractor of Professional regarding or related to the subject matter of this Agreement. This indemnification obligation shall survive the termination of this Agreement. IS:\ConnBets\Prof.Svcs & Gwds Svcs\Enginecring@016\United Consnliing Professional Services FORM Rev j -2012A-5/172016.1:02 PMJ United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04; 2016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 7.5 Insurance. Professional shall procure and maintain with an insurer licensed to do business in the State of Indiana such insurance as is necessary for the protection of City and Professional from all claims under workers' compensation, occupational disease and/or unemployment compensation acts, because- of errors and omissions, because of bodily injury, including, but not limited to, the personal injury, sickness, disease, or death of any of Professional's employees, agents or contractors and/or because of any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth on attached Exhibit C. Such insurance policies shall not be canceled without thirty (30) days' prior written notice to City. 7.6 Liens. Professional shall not cause or permit the filing of any lien on any of City's property. In the event such a lien is filed and Professional fails to remove it within ten (10) days after the date of filing, City shall have the right to pay or bond over such lien at Professional's sole cost and expense. 7.7 Default. In the event Professional: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Professional's warranties; (b) fails to perform the Services as specified; (c) fails to make progress so as to endanger timely and proper completion of the Services and does not correct such failure or breach within five (5) business days after receipt of notice from City specifying same; or (d) becomes insolvent, files, or has filed against it, a petition for receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to terminate all or any part of this Agreement, without liability to Professional and to exercise any other rights or remedies available to it at law or in equity. 7.8 Government Compliance. Professional agrees to comply with all laws, executive orders, rules and regulations applicable to Professional's performance of its obligations under this Agreement, all relevant provisions of which being hereby incorporated herein by this reference, to keep all of Professionals' required professional licenses and certifications valid and current, and to indemnify and hold harmless City from any and all losses, damages, costs, liabilities, damages, costs and attorney fees resulting from any failure by Professional to do so. This indemnification obligation shall survive the termination of this Agreement. 7.9 Indemnification. Professional shall indemnify and hold harmless City and its officers, officials, employees and agents from all losses, liabilities, claims, judgments and liens, including, but not limited to, all damages, costs, expenses and attorney fees arising out of any intentional or negligent act or omission of Professional and/or any of its employees, agents or contractors in the performance of this Agreement. This indemnification obligation shall survive the termination of this Agreement. [S:\Cnnn-1.,1P.f.S— $ Goods S—Tnginccring12016\Uni1cd Consuhuig Professional Serviacs FORM Rev jure 2012.dw:5/172016 1:02 PK 4 United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04; 2016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 7.10 Discrimination Prohibition. Professional represents and warrants that it and each of its employees, agents and contractors shall comply with all existing and future laws prohibiting discrimination against any employee, applicant for employment and/or other person in the subcontracting of.work and/or in the performance of any Services contemplated by this Agreement with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, subcontracting or work performance hereunder because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. This indemnification obligation shall survive the termination of this Agreement. 7.11 E -Verify Pursuant to I.C. § 22-5-1.7 et seq., Professional shall enroll in and verify the work eligibility status of all of its newly -hired employees using the E -Verify program, if it has not already done so as of the date of this .Agreement. Professional is further required to execute the attached Affidavit, herein referred to as Exhibit D, which is an Affidavit affirming that: (i) Professional is enrolled and is participating in the E -verify program, and (ii) Professional does not knowingly employ any unauthorized aliens: This Addendum incorporates by reference, and in its entirety, attached Exhibit D. In support of the Affidavit, Professional shall provide the City with documentation that it has enrolled and is participating in the E -Verify program. This Agreement shall not take effect until said Affidavit is signed by Professional and delivered to the City's authorized representative. Should Professional subcontract for 'the performance of any work under this Addendum, the Professional shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E -verify program. Professional shall maintain a copy of such certification for the duration of the term of any subcontract. Professional shall also deliver a copy of the certification to the City within seven (7) days of the effective date ofthe subcontract. If Professional,. or any subcontractor of Professional, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Professional or subcontractor subsequently learns is an unauthorized alien, Professional shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ("Cure Period"). Should the Professional or any subcontractor of Professional fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E -Verify requirements of this Agreement will not apply, should the E -Verify program cease to exist. 7.12 Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable by a court of competent jurisdiction, that provision shall be stricken, and all other provisions of this Agreement that can operate independently of same shall continue in full force and effect. [S:\Connacts\Prof.Sva S Goals Svcs\Englneering@016\Uni1cd Consulting Professional Savices FORM Rev j—2012Aoc:5/172016 1:02 PMI United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04; 2016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 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: Jeremy Kashman PROFESSIONAL: United Consulting Engineers, Inc. 1625 North Post Road Indianapolis, Indiana 46219 ATTENTION: Dave Richter, PE, PLS 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) business days from the date of such oral notice. 7.14 Effective Date. The effective date ("Effective Date") of this Agreement shall be the date on which the last of the parties hereto executes same. 7.15 Governinq Law; Lawsuits. This Agreement shall be governed by and construed in accordance with the laws of the State of Indiana, except for its conflict of laws provisions, as well as by all ordinances and codes of the City of Carmel, Indiana. The parties agree that, in the event a lawsuit is filed hereunder, they waive any right to a jury trial they may have, agree to file such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 7.16 Waiver. Any delay or inaction on the part of either party in exercising or pursuing its rights and/or remedies hereunder or under law shall not operate to waive .any such rights and/or remedies nor in any way affect the rights. of such party to require such performance at any time thereafter. 7.17 Non -Assignment. Professional shall not assign or pledge this Agreement nor delegate its obligations hereunder without City's prior written consent. [S:\ConlractsTmf.Svm & Goods Svcs\Enginccring@016\Unita1 Cats I&S Professional Saviccs FORM Rev jun. 2012.da::5/172016 1:02 PMI M United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04; 2016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 7.18 Entire Agreement. This Agreement contains the entire agreement of and between the parties hereto with respect to the subject matter hereof, and no prior agreement, understanding or representation pertaining to such subject matter, written or oral, shall be effective for any purpose. No provision of this Agreement may be amended, added to or subtracted from except by an agreement in writing signed by both parties hereto and/or their respective successors in interest. To the extent any provision contained in this Agreement conflicts with any provision contained in any exhibit attached hereto, the provision contained in this Agreement shall prevail. 7.19 Representation and Warranties. Each party hereto represents and warrants that it is authorized to enter into this Agreement and that any person or entity executing this Agreement on behalf of such party has the authority to bind such party or.the party which they represent, as the case may be. 7.20 Headings. All headings and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 7.21 Advice of Counsel. The parties warrant that they have read this Agreement and fully understand it, have had an opportunity to obtain the advice and assistance of counsel throughout the negotiation of same, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 7.22 Copyright. City acknowledges that various materials which may be used and/or generated by Professional in performance of Services, including forms, job description formats, comprehensive position questionnaire, compensation and classification plan and reports are copyrighted. City agrees that all ownership rights and copyrights thereto lie with Professional, and City will use them solely for and on behalf of its own operations. City agrees that it will take appropriate action with its employees to satisfy its obligations with respect to use, copying, protection and security of Professional's property. 7.23 Personnel. Professional represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such personnel shall not be employees of or have any contractual relationship with City. All of the services required hereunder will be performed by Professional or under his supervision and all personnel engaged in the work shall be fully qualified to perform such services. 7.24 Records and Inspections Professional shall maintain full and accurate records with respect to all matters covered under this agreement for three (3) years after the expiration�or early termination of this Agreement. City shall have free access at all proper times to such records and the right to examine and audit the same and to make transcripts there from, and to inspect all program data, documents, proceedings and activities. IS:\Conlrncts\Prof.Svrs S Goods Svcs\EnginecringV016\United Consulting Professional Scrviccs FORM Revjone 2012.doc:5/17/2016 1:02 PMI 7 United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04-12016 COIT Bond Fund; P.O. #33757 Contract Not To Exceed $761,100.00 7.25 Accomplishment of Proiect Professional shall commence, carry on, and complete the project with all practicable dispatch, in a sound economical and efficient manner, in accordance with the provisions thereof and all applicable laws. In accomplishing the project, Professional shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on within City's organization. 7.26 IRAN CERTIFICATION. Pursuant to I.C. § 5-22-16.5, the Professional shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 7.27 ACCESS TO PUBLIC RECORDS ACT Professional understands and agrees that any "public record", as that term is defined in Indiana Code 5-14-3- 2(m), as amended, that is related to the subject matter of this Agreement, whether the same is in the possession or control of the Professional or the City, shall be subject to release under and pursuant to the provisions, of Indiana's Access to Public Records Act, as codified in Indiana Code 5-14-3-1, et seg., as amended. (remainder of page intentionally left blank) [S:1ContractsslPmf.Sv & Goods SvcslEnginccring@016\Uni1ed Consulting Professional Suviccs FORM Rcvjunc 2012.dm:5/17/2016 1:02 PVQ United Consulting Engineers, Inc. Engineering Department - 2016 Appropriation #94-650.04; 20.16 COIT Bond Fund; P.O: 433757 Contract Not To Exceed $761,100.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA United Consulting Engineers, Inc. by and through its Board of Public Works and Safety AN mes Brainard, Presiding Off' er Authorized Signature. Date: , / Printed Name: WAGAM E• 9gcc �ta,ArL WE Title:yirzg A,¢EsfD6-M4 vice piRrFs%wr Mary A Burke, Mmbe�' l� Date: b l FID/TIN:: PIrc-1`�yyn I Last Four of SSN if Sole Proprietor: Lori S. Watson, Member -ff Date: . Date: A Christine S. Pau"l,,Cjerk-Treasurer lS:'Cm+vucts+Pn+f.9.� C Gou.!c S1� �Engm.ccu+pC016tinitcJ Catuuhing Profecsim+al Scniccs FOR\1 Rm• jwic201?.dn.:5/177?OIG I:0' PSq' ��UNITED ENGINEERING • May 6, 2016 ENVIRONMENTAL 1. Description of the proposed project scope INSPECTION 2. Supplemental drawings to aid in the definition of the project scope Mr. Jeremy Kashman, PE LAND SURVEYING City Engineer LAND ACQUISITION City of Carmel PLANNING One Civic Square WATER& Carmel, Indiana 46032 WASTEWATER SINCE 1965RE: Spring Mill Road Project 1111h Street to Main Street (incl. path to 106th) OFFICERS Engineer's Report & Proposal WlEam E. Hal. PE Dave Richter, PE, PLS Dear Mr. Kashman: Steven tN.Jcnes Christopher R. Pepe. PE B. Keith Bryant, PE We have :enclosed this Engineer's Report and Fee Proposal for your review and Nld,,a=_lRavre.PE approval. It has been prepared in accordance with our Scoping Meeting of April 26, 2016. The Engineer's Report includes the following: PROFESSIONAL STAFF • Andrev+T.1Rc*a.PE 1. Description of the proposed project scope Davin LSteWer,AICP 2. Supplemental drawings to aid in the definition of the project scope Damn P. rNireiNer, PE 3. Description of the corresponding professional services A.damC.er,PE klichael S. Oliphant, AICP 4. Engineering and construction budget information E.Ra&dePemtrtcn,PE S. Project development schedule Timcfy J. Cxncs. PLS Jon E_:Clc-fdter, PE Steven R. Passey. PE With your approval,: our staff began work on this project on April 14, 2016. This Brian J.Pierscn.PE early start time was necessary in order to achieve the desired construction duration Christopher LHammond.PE :. of August:to November of this year. Paul D: Gictzbach. PE Bran S. Frederick. PE Jay N.Riders. PE You will see from the enclosed project development schedule that all of the usual Chr'smpher,l.Dyer, PE design and management durations are accelerated, some significantly. We will blate+vR.Lee. PE continue to follow this schedule and assist you in alerting others who will be Wham R. Cures, PE e integral to the success of this project as their tasks become urgent. JercmyA.Richardson. PE Heather E. Kgcur, PE Adam J.Greu:rh.PLS If you have any questions or comments, please contact me anytime. My cell number Whitney D. Neukam, PE: � is (317) 501-6743. Caleb C. Ross, PE klaW cyv A Taylor, PE Josh 0. Bet. PLS • DannC.BarrcV-PE Sincerely, Scott G.6linnich,PE United Consulting Sean B. Hankins, PE Benjamin T. Stenger, PE Jcn R. Stocks. PE • s Jim P., Lech, PE r rWhcIas J. Kocher. PE Jennifer L. Hart, PE Da Richter , PLS g � iT JclreyR.Andrers,PE Keftcn S. Ck:nnirrham, PE Presi �.---- Richard T. Bemard. PE � �� SPRING MILL ROAD RECONSTRUCTION From 111th Street to Main Street Carmel, Indiana Description of Proposed Project 1. GENERAL The proposed project includes constructing a boulevard section with sidewalk and multi -use path for 1.81 miles of Spring Mill Road. The Project begins at the south approach of a proposed roundabout at 111th Street and extend north to the existing roundabout at Main Street (131 st Street). Additionally, a multi -use path will be extended south from the proposed roundabout at 111th Street to the existing roundabout at 106th Street. This project will include modifications to Hamilton County Bridges No. 31 and 32 over Williams Creek, which were both replaced by Hamilton County in 2003. The City of Carmel will fund this project with 100% local dollars. The anticipated bid date is August of 2016 with substantial construction completion in December of 2016. This project is located in Sections 2 and 3 of Township 17 North, Range 3 East and Sections 26, 27, 34, and 35 of Township 18 North, Ranges 3 East, Clay Township, Hamilton County. ll. EXISTING FACILITY Spring Mill Road currently consists of a two-lane section from 111th Street to Main Street, with existing roundabouts at the intersections of 116th Street, Dorset Boulevard, and Main Street. The existing pavement consists of 22 -foot wide asphalt pavement. A narrow shoulder exists at various locations throughout the project length, and acceleration and deceleration lanes exist at several of the businesses and neighborhood entrances throughout the project limits. Sidewalk and multi -use path exist sporadically throughout the corridor and will be incorporated into the proposed design. Storm water runoff is drained adjacent to the roadway by either shallow ditches or swales. The posted speed limit is 40 mph. lll. TOPOGRAPHIC SURVEY The topographic survey will follow all the requirements of the "Indiana Department of transportation Design Manual, Part`III — Location Surveys (June 15, 1998), and all the requirements of Title 865 IAC 1-12 et sequential. The limits of the survey will be as follows: Spring Mill Road: Beginning at the centerline of 106th Street and extending 13,225 feet north to 50 feet south of the centerline of Main Street. The limits will exclude 150 feet at the center of the roundabout at 1161 Street and 100 feet at the center of the roundabout at Dorset Boulevard. The reference alignment shall be established on the existing centerline of Spring Mill Road. The coverage width shall be 75 feet left and right of the reference alignment. For the segment from 106th Street to 111th Street, the coverage will only be 75 feet east of Spring Mill Road. 2. 111th Street: Beginning at the centerline of Spring Mill Road and extending 500 feet east. The reference alignment shall be established on the existing centerline of 111th Street. The coverage width shall be 75 feet left and right of the reference alignment. Spring Mill Road May 2016 3. Sufficient information will be gathered by use of a data collector to provide complete topography and equivalent cross-sections at 50 foot intervals along all referenced alignments. TOTAL SURVEY LENGTH: ALIGNMENT TOTAL LENGTH Spring Mill Road 113,225 feet (2.53 mile) 111' Street 500 feet 0.09 mile Total Survey Length = 13,725 feet (2.62 miles) IV. GEOTECHNICAL EVALUATION A Geotechnical Evaluation will be required to evaluate the subsurface conditions and to provide the necessary information for pavement design, storm sewer and retaining wall construction, and earthwork considerations, This evaluation will include soil borings and a formal geotechnical report. V. ENVIRONMENTAL 1. Environmental Documentation: A NEPA Document will not be required for this project because it is funded without the use of federal funds. 2. Historic Properties The Hamilton County Interim Report (Clay Township) and the Indiana Historic Sites and Structures Inventory were reviewed to determine the location of known historic resources or historic districts. No known historic properties are located in the general vicinity of the project. 3. Wetland and Stream Impacts: The National Wetlands Inventory (NWI) Map shows two wetlands located within or adjacent to the project area. Neither are expected to be impacted by this project. No mitigation is included in this scope. Williams Creek crosses Spring Mill Road in two locations between 116th Street and Dorset Boulevard. A Waters of the US Report will be completed to verify the accuracy of the NWI map. 4. Regulatory Permits: - An IDEM Rule 5 permit will be required since the project will be disturbing greater than 1 acre of land. The project will also include the following permits: IDEM Section 401 Water Quality Certification, US Army Corps of Engineers Section 404 Permit, and a Hamilton County Outlet permit will be required for the southern Williams Creek crossing of Spring Mill Road. The proposed project will impact the floodplain of Williams Creek which will require an IDNR permit. The published FEMA Flood Insurance Study does not show roadway overflow. The permit for Williams Creek is anticipated to include only documentation necessary to complete the Non -Modeling Worksheet (Ineffective Area of Contraction or Expansion Reach of a Stream Crossing) for Bridges 31 & 32. Detailed hydraulic modeling of Williams Creek is not required for this permit. Spring Mill Road May 2016 3 O� Vt. UTILITIES Duke Energy and AT@T lines currently run along the east side of Spring Mill Road. Additional overhead and underground utilities (water, sewer, gas, cable, etc.) are anticipated within the Spring Mill Road right-of-way. It is anticipated portions of several utilities will require relocation. Every effort will be made to avoid conflicts with utilities. Utility coordination will follow an accelerated version of the INDOT procedure. Post -bid utility coordination has not been included in this scope of work. It is anticipated these services will be provided as part of construction inspection. VII. PROPOSED FACILITY This project will be designed using the INDOT design criteria for a rural collector as well as NCHRP Report 672 — Roundabouts: An Informational Guide, Second Edition. The proposed horizontal alignment will be designed to minimize right-of-way impacts by shifting east or west of the existing centerline throughout the corridor, as well as, to allow for the straightforward continuation of the proposed boulevard section during future bridge replacements of the existing bridges 31 and 32. The proposed profile will generally be lowered to accommodate the proposed curb section without adverse effects on the surrounding topography. The typical cross section for the project will consist of two 14 -foot travel lanes separated by an 11 -foot median (see Typical Sections). Curb and gutter will be utilized to establish both the exterior curb lines as well . as the center median. Proposed median opening locations will be provided at each neighborhood entrance and at limited residential locations along the corridor. A separate left turn lane will be provided along Spring Mill Road, south of 116th Street, in the area of the entrances to Market District and The Church of Jesus Christ of Latter -Day Saints An 8 -foot wide multi -use path and a 5 - foot sidewalk will be constructed throughout the corridor with a minimum 5 -foot buffer in areas without existing facilities. Sidewalk facilities will not be constructed along the east side of Spring Mill Road from 1161 Street north approximately 0.5 miles to Mallard Court. The proposed work on Hamilton County Bridge No. 31 and No. 32 we be limited to the addition of a sidewalk behind a raised curb section and the construction of pedestrian height railing along the west side of the bridges (see Typical Sections). It is anticipated the structural capacity of the bridges will be able to accept the addition of the raised curb without additional structural enhancements, no structural improvements to the bridges are included with this proposal. The railing and curb are anticipated to be constructed of timber similar to the original bridge elements. It is not anticipated that a load rating will be necessary based on the proposed improvements. Roadway runoff will be contained by curb and gutters combined with an enclosed storm sewer drainage system. Storm water quality treatment units will be provided at the ends of the system prior to discharging into Williams Creek as required by the city's Stormwater Technical Standards Manual. United Consulting will work with the Hamilton County Surveyors office to determine if the need exists for stormwater detention. Detention design has not been included in this scope of work. A single lane roundabout will be constructed at the intersection of Spring Mill Road and 1111 Street. Multi -use paths will be provided in all quadrants of the intersection and will continue south along the east side of Spring Mill Road to 106th Street. It is anticipated that a retaining wall will be utilized along Spring Mill Road May 2016 EXF11E31T OT f the path between 106' Street and Spring Mill Lane (approximately 500 feet) in order to avoid significant cut slopes and utility relocations. Vlll. MAINTENANCE OF TRAFFIC In order to maintain local access throughout the corridor and provide a safe and efficient work zone, we will maintain only northbound traffic along Spring Mill Road between 1111 Street and MainStreet (see Detour Route Map). Traffic will shift from one side of Spring Mill Road to the other as construction of progresses. Southbound traffic will be detoured to Illinois Street. The intersection of Spring Mill Road and 1111 Street will be closed to traffic to construct the proposed roundabout. Similar to the boulevard construction, Illinois Street will be utilized as the posted detour route. IX. LIGHTING Lighting will only be included at the proposed roundabout of Spring Mill Road and 111th Street. The lighting fixtures installed at the intersection of Spring Mill Road and 116th Street will serve as the basis of our design. X. BIDDING SERVICES United Consulting will complete the following services associated with bidding services: 1) assembly of a complete bid package, 2) distribution of plans and specifications through an online bid room, 3) issue addendums as required, 4) administer a pre-bid meeting, 5) attend project bid opening, 6) review contractor bid packages for completeness, 7) certify bids and issue a bid recommendation based on the lowest responsive bidder, and 8) attend preconstruction meeting. Xl. LANDSCAPING Landscaping is not included in this scope, however we are prepared to work with and integrate a landscape design into our project plans and documentation. XII. LAND ACQUISITION Land acquisition will be funded using 100% local funds. United Consulting will complete the following services associated with land acquisition: 1) title research, 2) right-of-way engineering and right-of-way staking as needed. The City of .Carmel, through the use of another consultant, will complete initial appraisals, review appraisal, and negotiations and buying services with property owners. We estimate there will be nine parcels acquired as part of this project. All existing right-of-way will be verified during right-of-way engineering. If recorded documents do not exist, or differ from the apparent right-of-way, we will coordinate with the City Engineers office about re- acquiring existing right-of-way, which could increase the number of parcels. Xlll. PROJECT SCHEDULE The project schedule is based on an April 14, 2016 verbal authorization to begin topographic survey, utility coordination, and roadway design. To achieve the bid date of August 2016, restrictions will be included in the contract specifications limiting construction activities in areas of unresolved land Spring Mill Road May 2016 " 1, f1 G /—\ - acquisition, utility relocations, and the vicinity of Bridges 31 and 32 until the Construction in Floodway permit is issued. XIV. PROJECT BUDGET A detailed Project Development Cost Estimate will be developed as part of the Preliminary Plan submission. We understand the City has budgeted $6.6 million for construction, $1.3 million for right- of-way acquisition, and $660,000 for construction inspection. Spring Mill Road May 2016 6ilw I t Y11 i� 47, - nuqf -Blvd- PROJECT - Spring Mill Road May 2016E\if%Fi I BIT -,4 7of� PROJECT - EXCEPTION Spring Mill Road May 2016E\if%Fi I BIT -,4 7of� City of Carmel Spring Mill Road Reconstruction 111 th Street to Main Street Project Development Cost Estimate ENGINEERING SUB -TOTAL $ 761,100 Fee Type - Topographic Survey $ 116,000 Lump Sum - Geotechnical Investigation $ 21,000 Lump Sum - Regulatory Permits $ 19,000 (1) Lump Sum - Utility Coordination $ 44,000 Lump Sum - Road Design and Plans $ 485,000 Lump Sum - Bridge Modifications and Plans $ 19,600 Lump Sum - Detention Design TBD (3) TBD - Lighting Design and Plans $ 12,300 (2) Lump Sum - Bidding Services $ 9,700 Lump Sum Parcels Unit Price - Title Search 15 $500 $ 7,500 Unit - Right -of -Way Engineering 9 $2,500 $ 22,500 _ Unit - Right -of -Way Staking 9 $500 $ 4,500 Unit (1) Includes Rule 5, IDEM 401, USACOE 404, DNR CIF (Non -modeling Worksheet), Hamilton County Outlet Permit and US Waters Report (2) For 111th Street Roundabout only (3) If Required EY,H 61T _-,A, 0 m City Of Carmel Spring Mill Road from 111th Street to Main Street. ID Task Name' Duration Start Finish u Aer 2nd Quarter 3rd Quarter 4th Quarter 1st Quarter 2nd Quarter Id Quarter 4th e Mar r Ma Jun Jul A Se Od No Dec Jan a Mar A r Ma JuJul [AunheplOct 1 Rangeline.Road Reconstruction 113 days Thu 4/14116 Tue 9120116 Notice to. Proceed..{verbal authorization) 014days Ttiu 4/14/.16 Thu 4/.]4"/-t6 1 1 4114: I I I 1 1 I 1 I 1 f 1 I 4. Notice td Proceed (vjrbal authoritation)' i 2 Utility Identification Topographic Survey, Utility Verification ROADWAY DESIGN Develop Preliminary Plans 14 edays 35 edays 14.'edays 113 days 49 edays Mon 4125116' Thu 4/14/16 Thu 5119/16 Thu 4114116 Thu 4/14/16 Mon 519/16 Thu 5/19/16 Thu 6/2116 Tue 9120M6 Thu 6/2/16 i . pi: utility;tdonufication' 1 1 I I I I I t '"`'it Top4graphlc.Sugey a utilityverification I 1 1 1 1 1 1 I I 1 I 1 (t7i De4elop Preliminary Plans 3 4' s 6 City.-of'Carmel Review Field Check Investigation 8r Report 7 edays 0 edays 70 edays Thu 612116 Fri 6/10/16 Thu 5/12116 Thu 6/9/.16 Fri 6/10116 Thu 7/21116 1 I I 1 i I I 1 1 I 1' Cityof CafinehRevlow 1 I 1 1 I I I 1 10 Oield check I 1 1 1 I 1 1 1 I I I 1 1� a 'r^ ^ Geoteeh Investlgatlort ti Report + 8 9 10Geotech Utility Conflict .Review and Work Plan Request Regulatory Permit Application and Agency Review Final Plans (95% Complete) 35.edays 120 edays 35 edays Thu 6/2/16 Mon.5/23/16. Thu 6/2/16 Thu 717116 Tue 9120116 Thu -717116 I 1 ; I I + II f;, j!)Utility Conhict.Review and Work Plan.Request I I I I 1 1 I I I I 1 I 1 , +,.., „1111 I,r �tegulatory Permit Applic'#tion and Ag4ncy Review I I I + 1 I 1 I I 1 I I [J:I: t Final Plans (96% Complete) I I I 1 11 12 13 City,of:Carmel Review, 7 edays Thu 7!7/1.6 Thu 7/14/16 I I I 1 1 I I ; City of COrnei Review: Work Plan Approval 14 1s Utility Work Plan Approval 14edays Thu 717116 Thu 7121116 ; :I gUtility Bid Tracings:& Specifications.(100%) Right -of -Way Acquisition Title.Search 7 edays 91 days 14 edays Tue 7/12116 Mon 5116116 :Mon 6/16/16 Tue. 7/19/16 Tue 9120/16 Mon 5130/16 1 I ; 1 i Bid Tracings & Speci4cations.(10ii-m 1 I I 1 I 1 1 1 1 I I 1 1 I 5 jiUe arch as 17 18 Right -of -Way Engineering. 14'edays Mon 6/13/16 Mon`6/27M6 f;Rl ht -of --Way Engineering 19 Lalid•Acgtiisition (by'others), . 92,edays Mon 6120116 Tue.9120/16 1 ; 1 I I I I 1 �'r aMir� � 1 I -and AcquisVon (by oth�rs) � 20 Bid Advertising 14 edays 'Tue,7/19/16 Tue 8/2116 I 1 ♦I I 1 1 I I LCajeid Advertising 21 Board of: Works Bid Opening -0 edays Wed 8/3/16 Wed, 8/3116 I 1 1 1 1 I I 1 I I $13 �,rBoar�of Works BIO Opening 1 1 I I I 1 I I 22 EXHIBIT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name . Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per. Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name . EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal & Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit (any one person): $ 50,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Single Limit: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000 EXHIBIT D AFFIDAVIT b LU 2,, beim first duly sworn, deposes and says_ that he/she is familiar with and has personal knowledge of the facts, herein and, if called as:a witness in this matter, could testify as follows: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by uYl.i led Colscelfr'vla (the "Employer") in the position of V!'ce_ P a5 ! O ski,1 I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in'the federal E -Verify program. Documentation of this enrollment and participation is attached and incorporated herein. 5. The Employer does not knowingly employ any unauthorized aliens. 6. To the best of my information and -belief, the Employer does not currently employ: any unauthorized aliens. 7. FURTHER AFFIANT SAYETH NOT. EXECUTED. on the day of Maw , 20._. Printed: M/ T certify under the penalties for perjury under the laws of the United States of America. and the State of Indiana that the foregoing factual statements and representations are true and correct: T4 0'r,���/�,�� p.N .....i.. oi�orco. p 2% %0TARY pU81/ `. C / �# 670661 : - 01ARY SEAL - Printed: eJoao � � �� 197U�s'�esommles,°Lo��`. �~ .� '9J •.p7-2'2 • �Q' �. FOF IND\P (I 111110'\\ Company ID Number: 438.038 To be accepted as a: participant4n ENOrify, you should only sign the. Employer's Section of the. signature. page. If you have -any questions,. contact E -Verify at 888464421- 6. Ernplo yeir United Comulting Engineers, Inc. Michael Rowe Narne1Plepsq-,Typ6,'or Print) Eledlvocall y',ftved Title 08/ . 0812011 Signature Date Department.of Homeland 'Security Verification Division USCIS` Verification. Division Name (Please Type Print), Efectronlically Si' ned Title 08108%201! SlpatUre Date. Information Required W the;E-Wrify Program Information relating'toyp r Coenpany: Coir! an Narne: Unite.d:Cohstilti6g Engineers, Inc; Company Fadifi!y Add tess: I q2.5 N.. PpstRoa.d. �hdiAnapofis, W. 462.19 Company Altei•riate Address: County or: Parish: MARION y i icp.. ion ,ploer rlt*fi t' Number- I ;61168495 Page'!2-"OVJ-3 fE-V&rifY*MOU foi www.dhs.gov/E;..V6tifY E ri -Ve am' CompAny ID Numbdr:438038 North.American Industry Stjchael'A'Rowe, Cla.ssifldation,Svstems ' (317) 895 -.2585 eiL'1104 Fad Number; (317) $9$,-2596 Code' 541 Administrator: NumberO Emplo)Leies. 29 0.99 Number of $ftes Verified joanieo_ucin y.tom for 1 Are you Verioing,for more than I site? If yes; pleaseprovi de:the number 'beir of sites*6rified for in, each. State: INDIANA- InfortnabiOn relating to the Program Administrator(s)JOr your :Company on policy 4ue,Sfidn..s or doe.O.k.0-Onal problems:, Name: Stjchael'A'Rowe, Telephone Xur6b6r-, (317) 895 -.2585 eiL'1104 Fad Number; (317) $9$,-2596 E-mail Address, iiiieha&@4 indy.cwh Telephone Ni►nsber: 8-05 - 2585 ext—I I 1 0 Fax i.4 umber. &rfiail kddieskd joanieo_ucin y.tom V r-lRovisionDa 09/01109 i ((�INDIANA City RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 Page 1 of 1o�jCarmel PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 33757 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES, A/P CARMEL, INDIANA 46032-2584 +' VOUCHER, DELIVERY MEMO, PACKING SLIPS, FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 SHIPPING LABELS AND ANY CORRESPONDENCE PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 5/10/2016 00351256 Project 16 -ENG -52; Contract Date 06.01.16 UNITED CONSULTING City Engineering's Office VENDOR 1625 N POST ROAD SHIP 1 Civic Square TO Carmel, IN 46032 - INDIANAPOLIS, IN 46219 - Kate Lustig PURCHASEID BLANKET CONTRACT I �•+ s 'r 4,,.: , PAYMENTTERMS FREIGHT 4745 QUANTITY I UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 2200 Account: 94-650.04 Fund: 0 COIT Bond Fund 1 Each Spring Mill Road Reconstruction -111th Street to Main Street $761,100.00 $761,100.00 Design Sub Total $761,100.00 +' -k r 31. aq f } a f t F 5 I �•+ s 'r 4,,.: , Send Invoice To: Skip Tennancour 8425 Wicklow Way Brownsburg, IN 46112 2016 COIT Bond PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $761,100.00 SHIPPING INSTRUCTIONS ' AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A 'SHIP PREPAID. PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY 61 TITLE CONTROL NO. 33757 CLERK -TREASURER --Received 05-16-16P12:26 PCVD City of Carmel Department of L.aw LETTER OF TRANSMITTAL Date: May 10, 2016 To: Doug Haney Department of Law From: Jeremy Kashman ;�Mji' Department of Engineering RE: United Consulting Contract A Professional Services contract is needed for United Consulting for the June 1St, BPW meeting, please. Attached please find United Consulting's scope of work and purchase order. Contract Information: Project Name Project 16 -ENG -52; Spring Mill Road Reconstruction from 111th Street to Main Street Design Vendor: United Consulting Amount: $761,100.00 Appropriation: P.O. 33757; 2016 COIT Bond Signature: Dave Richter, PE, PLS Address: 1625 North Post Road Indianapolis, IN 46219 Phone: 317/837-9900 Email: daver(cDucindy.com